Loading...
HomeMy WebLinkAboutExhibitCity of Miami, Florida Contract No. RFP592382 PROFESSIONAL SERVICES AGREEMENT 800 MHz P25 DIGITAL TRUNKED SIMULCAST NETWORK SYSTEM CONTRACT NO. RFP592382 * imcoor_oRATHI .�, 11E 3 6 t 0 R Mayor Tomas P. Regalado Commissioner Wifredo "Willy" Gort, District 1 Commissioner Ken Russell, District 2 Commissioner Frank Carollo, District 3 Commissioner Francis Suarez, District 4 Commissioner Keon Hardemon, District 5 City Manager, Daniel J. Alfonso 1 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida TABLE OF CONTENTS Contract No. RFP592382 CLAUSE CONTENT PAGE 1 Recital and Incorporations 5 2 Definitions 6 3 Contract Term 10 4 Option to Renew 10 5 Scope of Services 10 6 Compensation 11 7 Contingency Allowance 12 8 Progress Payments and Schedule 12 9 Ownership of Documents 13 10 Audit and Inspection Rights and Records Retention 14 11 Award of Agreement 15 12 Public Records 15 13 Compliance with Federal, State, and Local Laws 17 14 Indemnification 17 15 Default 18 16 Resolution of Contract Disputes 19 17 City's. Termination Rights 20 18 Insurance 20 19 Non -Discrimination 22 20 Assignment 23 21 Notices 23 22 Miscellaneous Provisions 23 23 Successors and Assigns 25 24 Independent Contractor 25 25 Contingency Clause 26 26 Reaffirmation of Representations 26 27 Force Majeure 26 28 City not Liable for Delays 26 29 Use of Name 27 30 No Conflict of Interest 27 31 No Third Party Beneficiary 27 32 Survival 27 33 Truth -In -Negotiations Certification Representation and Warranty 28 34 Obligations for System Implementation 28 35 Changes and Additions 30 36 Testing and Acceptance 33 37 Coverage 34 38 Warranties 34 39 Interference 37 2 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 CLAUSE CONTENT PAGE 40 Patents 37 41 Remedies 38 42 Counterparts 39 43 Entire Agreement 40 EXHIBITS / ATTACHMENTS 1 APPENDICES Exhibit A - Request for Proposals (RFP) 592382 Exhibit B1 - Scope of Services Exhibit B2 - Negotiated Project Schedule Exhibit C1 - Negotiated Price Sheet Exhibit C2 - Contractor's Proposal Exhibit D - Insurance Requirements Exhibit E - Performance/Payment Bond Exhibit F - Corporate Resolutions and Evidence of Qualifications to do Business in Florida Exhibit G - Software License Agreement Exhibit H - End License Agreement for Harris Beon Software Application Attachment 1 - System Description Attachment 2 - System Drawings Attachment 3 - Responsibilities Matrix Attachment 4 - Infrastructure Equipment List; and Subscriber Equipment List Attachment 5 - System Coverage Maps Attachment 6 - Functional Acceptance Test Procedures Attachment 7 - Coverage Acceptance Test Procedures Attachment 8 - Project Management Plan Attachment 9 - Warranty Attachment 10- Recommended Spare Parts List Attachment 11- Training Program Appendix A - Coverage Area Appendix B - Critical Buildings Appendix C - Site List Appendix D - Radio Licenses Appendix E - Subscriber Equipment Counts 3 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 PROFESSIONAL SERVICES AGREEMENT 800 MHz P25 DIGITAL TRUNKED SIMULCAST NETWORK BY AND BETWEEN THE CITY OF MIAMI AND CONTRACTOR This Professional Services Agreement (Agreement) is entered into this day of , 2017 by and between the City of Miami, a municipal corporation of the State of Florida (''City") whose address is 444 S.W. 2nd Avenue, 10th Floor, Miami, Florida 33130, and Harris Corporation, a corporation, qualified to do business in the State of Florida whose principal address is 221 Jefferson Ridge Parkway, Lynchburg, VA 24501, hereinafter referred to as the ("Contractor"). RECITAL WHEREAS, the City has issued a Request for Proposals No. 592382 on April XX, 2016 ("the RFP"), attached hereto, incorporated hereby as Exhibit "A", for the provision of an 800 MHz P25 Digital Trunked Simulcast Network System (System), as more fully set forth in the Scope of Work ("Scope"), including Attachments 1 through 11, attached hereto as Exhibit "B1 ". The Scope as described herein is for upgrade and enhancement of two-way radio communications throughout the City, and Negotiated Price and Contractor's Proposal ("Proposal") is attached hereto, incorporated hereby, and made part of hereof as Exhibit "Cl and C2". In response to said Proposal, Contractor has been selected as the most qualified proposer for the provision of the System. The RFP and the Proposal are sometimes referred to herein, collectively, as the Solicitation Documents, and are by this reference incorporated into and made a part of this Agreement; and 4 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 WHEREAS, the order of precedence whenever there is conflicting or inconsistent language between documents is as follows: (1) Professional Services Agreement with the Scope of Work and all Exhibits and other relevant Agreements expressly referenced and attached as Exhibits; (2) Addenda/Addendum to the Request for Proposals; (3) Request for Proposals; (4) Contractor's Response to the Request for Proposals; and WHEREAS, The Commission of the City of Miami, by Resolution No. , adopted on 2017, approved the selection of Contractor and authorized the City Manager to execute an Agreement, under the terms and conditions set forth herein; and WHEREAS, the City wishes to engage the Services of Contractor, and Contractor wishes to perform the Services for the City; and WHEREAS, the City and the Contractor desire to enter into this Agreement under the terms and conditions set forth herein; and NOW, THEREFORE, in consideration of the mutual covenants and promises herein contained, Contractor and the City agree as follows: TERMS, 1. RECITALS AND INCORPORATIONS: The recitals are true and correct and are hereby incorporated into and made a part of this Agreement. The City's Request for Proposals ("RFP") is hereby incorporated into and made a part of this Agreement and attached hereto as Exhibit "A." The Services and Scope of Work are hereby incorporated into and made a part of this Agreement and attached as Exhibit "B1." The Contractor's Response and Pricing Proposal dated, August 30, 2016, in response to RFP 592382, is hereby incorporated into and made a part of this Agreement as attached Exhibit "C1 and C2." The Contractor's Insurance Certificate is hereby incorporated into and made a part of this Agreement as attached Exhibit 5 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 2. DEFINITIONS: 1) "Agreement" means the written instrument which is evidence of the agreement between the City and Contractor covering the Work. The "Agreement" is the combination of the Professional Services Agreement; the Addenda to the RFP; the RFP; the Response to the RFP; the Software License; and the Addendum to the Software License; the Design Documents; plans and specifications developed by the Contractor; and any change orders, modifications, directives, and clarifications to this Agreement. The documents which constitute the Agreement will have the order of priority set forth in this document. The words "Agreement" and "Contract" shall be synonymous. "Attachments" means any supplemental material or documentation to this Agreement which are expressly incorporated by reference and made a part of this Agreement as if set forth in full. "Detailed Design Documents" shall mean those documents deliverable by Contractor to City at the conclusion of the Detailed Design Review described in the subsection Detailed Design Review under the Project Management Planning section of this agreement. 3) "Change Order" means a written document ordering a change in the Contract Price or Contract Time or a change in the Work. A Change Order must comply with the Agreement Documents. 4) "City" means the City of Miami, Florida, a Florida municipal corporation. in all respects hereunder, City's performance is pursuant to the City's capacity as Owner. In the event the City exercises its regulatory authority as a governmental body, the exercise of such regulatory authority and the enforcement of any rules, regulations, codes, laws, and ordinances shall be deemed to have occurred pursuant to City's authority as a governmental body and shall not be attributable in any manner to the City as a party to this Agreement. For the purposes of this Agreement, "City" without modification shall mean the City Manager, Director, or authorized designee, as applicable. 5) "City Commission" means the legislative body of the City. 6) "City Manager" means the duly appointed Chief Administrative Officer of the City. 6 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 "Contingency Allowance" means an amount of budget or time set aside for potential risk that may become issues. 8) "Detailed Design Documents" shall mean those documents deliverable by Contractor to City at the conclusion of the Detailed Design Review described in the Subsection Detailed Design Review under the Project Management Planning Section of this Agreement. 9) "Detailed Design Review" or "DDR" shall have the meaning given in the subsection Detailed Design Review under the Project Management Planning section of this Agreement. 10) "Documentation Deliverables" shall mean the standard commercial quality manuals, warranties, and as -built documentations, to be furnished by the Contractor to the City pursuant to the terms set forth in the Statement of Work attached to this Agreement as an exhibit and this Agreement. 11) "Effective Date of the Agreement" shall be the date inserted in the Agreement. No work will commence prior to this date, and until a Notice to Proceed has been issued. 12) "Final Acceptance" means the event subsequent to Final Completion when the City certifies in writing to the Design -Build Firm, that all work required under the Contract Documents has been completed, accepted by the City, and the warranty period commences. 13) "Final Completion" means the date subsequent to the date of Substantial Completion at which time the Design -Build Firm has completed its Work in accordance with the Contract as certified by the engineer of record or the City and submitted all documentation required by the Contract Documents. 14) "Hardware" shall mean, collectively, the Terminal Hardware and Infrastructure Hardware, as defined herein. 15) "Infrastructure Hardware" shall mean all of the equipment, goods, and materials supplied by Contractor for the System, as provided for in the Equipment List in the Statement of Work attached to this Agreement as Attachment 4. 16) "Notice to Proceed" shall mean a written letter or directive issued by the Director or designee acknowledging that all conditions precedent have been met and directing that the Contractor 7 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 may begin Work on the Project. No Work shall commence until a Notice to Proceed has been issued. 17) "Permits" shall mean all required regulatory, legal, and administrative approvals needed to perform the Work, including, but not limited to, permits referenced in the Contract Document. 18) "Project Kick -Off Meeting" shall mean the first meeting between the City and the Contractor, one a Notice to Proceed has been issued, in which the City and the Contractor will review all documents necessary to initiate the Project. 19) "Project Manager" shall mean each respective Party's (City and Contractor) duly authorized representative designated to manage the Project. 20) "Project Schedule" shall mean the schedule attached to the Statement of Work or otherwise mutually agreed upon by Contractor and the City in writing, for the delivery of the Hardware and Software and the performance of the Services described in the Statement of Work attached to this Agreement as Exhibit B2. 21) "Project Sites" shall mean those sites, including tower sites, where any construction work is performed or any Infrastructure Hardware is installed under the terms of this Agreement. 22) "Responsibility Matrix" shall mean the table which depicts the roles and responsibilities of Contractor and the City as set forth this Agreement, and attached hereto as Attachment 3 - Responsibilities Matrix 23) "Services" or "Work" shall mean the services and work to be provided by Contractor to the City included in the Statement of Work, and performed in accordance with the standards and duties set forth in the Agreement. 24) "Software" shall mean the proprietary computer software of Contractor as owned exclusively by Contractor or Contractor's suppliers, as appropriate, and as further defined in and licensed to the City pursuant to the terms of the Software License Agreement, as amended by Addendum. 25) "Software FX" shall mean a comprehensive software maintenance program that provides periodic software updates to Harris' developed applications and subsystem security updates. 26) Software License Agreement" shall mean the System Software License Agreement set forth in 8 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 Exhibit G, attached to this Agreement. 27) "Statement of Work" shall mean the description of the work to be performed by Contractor to deliver the Hardware, install the System and provide the Services, all as described in an exhibit attached to this Agreement. The work will be performed in accordance with the standards and duties set forth in the Agreement. 28) "System Acceptance" shall mean Acceptance of the System as set forth in the Testing and Acceptance Section of this Agreement. 29) "System Acceptance Date" shall mean the date the System is accepted in writing by the City or deemed accepted by the City as set forth in the Testing and Acceptance Section of this Agreement. 30) "System Acceptance Tests" shall mean the testing procedures attached to the Statement of Work and mutually agreed upon by the City and Contractor to be performed to determine whether the System has met the Acceptance criteria either set forth in the Statement of Work attached to this Agreement as an exhibit or as mutually agreed upon in writing by the City and Contractor. 31) "Terminal Hardware" shall mean mobile units, portable units, control stations and related accessories provided by Contractor as listed in the Statement of Work attached to this Agreement as Attachment 4. 32) "Total Agreement Price" shall mean the price of the Hardware, the Software license and the Services to be furnished by Contractor to the City pursuant to the terms set forth in the Statement of Work attached to this Agreement as Exhibit 81, The Total Agreement Price cannot be increased without proper written approval by an Amendment. 33) "Tower Sites" shall mean those sites where equipment will be installed on existing or new tower sites as included in the Contractor's Proposal and to be finalized in the Detailed Design Documents or subsequent Change Orders. 9 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 3. TERM: The Agreement shall become effective on the date on the first page of this Agreement, and shall be for an initial term of three (3) years. The City Manager shall have the option to extend the Agreement as is needed in the opinion of the City Manager for a period ninety (90) days, and/or the option to renew the Agreement as provided in Section 4, or to terminate the Agreement for convenience, that is, for any or no cause, as provided in Section 17. 4. OPTION TO RENEW: The City shall have two (2) option(s) to renew the term hereof for a period of two (2) years each, subject to availability and appropriation of funds. City Commission approval shall not be required for the stated renewal terms. 5. SCOPE OF SERVICES: A. Contractor agrees to provide the Services as specifically described, and under the special terms and conditions set forth in Exhibits "A" and "B1", including any other Attachments or Appendices hereto, which by this reference is incorporated into and made a part of this Agreement. Contractor represents and warrants to the City that: (i) it possesses all qualifications, licenses, authorizations, and expertise required under the Solicitation Documents for the performance of the Services, including but not limited to full qualification to do business in Florida; (ii) it is not delinquent in the payment of any sums due the City, including payment of permit fees, business tax receipts, occupational licenses , accounts or invoices , etc., nor in the performance of any obligations or payment of any monies to the City; (iii) all personnel assigned to perform the Services are and shall be, at all times during the term hereof, fully qualified and trained to perform the tasks assigned to each; (iv) the Services will be performed in the manner described in Attachment "A"; and (v) each person executing this Agreement on behalf of Contractor has been duly authorized to so execute the same and fully bind Contractor as a party to this Agreement. B. Contractor shall at all times provide fully qualified, competent, and physically capable 10 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 employees to perform the Services under this Agreement. City may require Contractor to remove any employee the City deems careless, incompetent, insubordinate, or otherwise objectionable and whose continued services under this Agreement is not in the best interest(s) of the City. C. Contractor understands and agrees that any and all liabilities regarding the use of any of Contractor's employees or any of Contractor's subcontractors for Services related to this Agreement shall be borne solely by Contractor throughout the term of this Agreement and that this provision shall survive the termination of this Agreement. 6. COMPENSATION: A. The amount of compensation payable by the City to the Contractor shall be based on the rates and schedules described in Exhibit "C1" hereto, which by this reference is incorporated into this Agreement. B. Unless otherwise specifically provided elsewhere in this Agreement, pursuant to State law, payment shall be made in arrears based upon monthly progress billings for work performed to the satisfaction of the City within forty-five (45) days after receipt of Contractor's proper invoice for Services performed, as that term is defined by the Local Government Prompt Payment Act, Section 218.70, et. seq., Florida Statutes. Such invoice shall be accompanied by sufficient supporting documentation and contain sufficient detail, to allow a proper audit of expenditures, should City require an audit to be performed. Any undisputed payment not controverted by the City and, in addition, not received by Contractor within forty five (45)) days of the timeframe above shall allow Contractor with the right of any time after such due date to suspend all Services hereunder pursuant to its internal work stoppage procedures without being considered a breach of this Agreement. Invoices shall be sufficiently detailed so as to comply with the "Florida Prompt Payment Act", §218.70. - 218.79, Florida Statutes, and other applicable laws. If Contractor is entitled to reimbursement of travel expenses (i.e., pricing includes travel expenses as a specific item of compensation), then all bills/invoices for travel expenses shall be submitted in accordance with Section 112.061, Florida 11 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 Statutes. No advance payment(s) shall be made at any time, unless as stated herein. C. Contractor agrees and understands that (i) any and all subcontractors providing Services related to this Agreement shall be paid through Contractor and not paid directly by the City, and (ii) any and all liabilities regarding payment to or use of subcontractors for any of the Services related to this Agreement shall be borne solely by Contractor. D. Subject to the limits on maximum of compensation set forth in this Agreement, if Contractor is required by government regulation, subpoena, or other legal process, to produce documents or any personnel as a witness with respect to the Services to City, City will reimburse Contractor for the costs of professional time and expenses incurred in responding to such requests, so long as Contractor is not a party to the proceeding in which the information is sought, in accordance with the hourly rate fee schedule set forth in Exhibit "C1". 7. CONTINGENCY ALLOWANCE: The amount of contingency allowance under this Agreement shall be Ten Percent (10%) of the Final Agreement Price, to be used at the City's discretion, and with the approval of the City Manager, without requiring City Commission's approval, to pay for any element or service that was unforeseen, or that is desirable, but not specifically required of the Contractor by the Contract Documents. 8. PROGRESS PAYMENTS AND SCHEDULE: A. The Progress Payments: Contractor may make application for payment for Work completed during the Project at intervals of not more than once a month or upon completion and Final Acceptance of the Work. All applications for payment shall be submitted in triplicate. Where the time frame for completion of the Work is less than or equal to one month or a Schedule of Values is not required, the Contractor shall submit the appropriate documentation. Supporting evidence to be included with any application for payment shall include, but is not limited to, an updated progress schedule. City shall make payment to Contractor consistent with the applicable provisions of the Florida Prompt Payment Act (§218.70 - §218.79 Florida Statutes). 12 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 B. City may withhold, in hold or in part, payment to such extent as may be necessary to protect itself from loss on account of (a) defective Work not remedied; and (b) Failure of Contractor to provide any and all documents required by the Contract. C. The City will pay, and the Contractor shall accept as full compensation for the Work, the sums specified in Exhibit C1, Negotiated Price Sheet, as negotiated by the City. If City refuses to make payment of the full amount requested by Contractor, City must give Contractor prompt written notice stating the reasons for such action and promptly pay Contractor any amount remaining after deduction of the amount withheld. City shall promptly pay Contractor the amount withheld or any adjustment thereto agreed to when the reason for such action is remedied or otherwise negated. D. Payment will be made by the City to the Contractor according to the following schedule: Payment Schedule Milestone Month Percentage 1) Infrastructure Hardware: 1 Mobilization: Due at Contract Execution 1 15% 2 Completion of Detailed Design Review 9 10% 3 Infrastructure Hardware factory staging acceptance 11 20% 4 Infrastructure Hardware shipment and delivery 12 18% 5 Services Performed (equal monthly installments) 1-22 10% 6 Hardware Installation 13 15% 7 Final System Acceptance 22 12% Note: The above excludes the aggregate price for the terminal Hardware which is included in the Total Agreement Price 2) Terminal Hardware: 1 Terminal Hardware (invoiced upon shipment of units on a per unit basis) 100% Note: Time and quantity for Subscribers to be delivered will be mutually agreeable by both parties. 9. QWNERSHIP OF DOCUMENTS: Contractor understands and agrees that any information, document, report or any other material 13 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 whatsoever which is given by the City to Contractor, its employees, or any subcontractor, or which is otherwise obtained or prepared by Contractor solely and exclusively for the City, and not already established in the public domain at the time obtained, pursuant to or under the terms of this Agreement, is and shall at all times remain the property of the City. Contractor agrees not to use any information, document, report, or material produced exclusively for the City for any other purpose whatsoever without the written consent of City Manager, which may be withheld or conditioned by the City Manager in his/her sole discretion. Contractor is permitted to make and to maintain duplicate copies of the files, records, documents, etc., if Contractor determines copies of such records are necessary subsequent to the termination of this Agreement; however, in no way shall the confidentiality as permitted by applicable law be breached. The City shall maintain and retain ownership of any and all work product provided by the Contractor to the City, including without limitation, documents reports, and data which result upon the completion of the work and Services under this Agreement as per the terms of this Section. The Contractor will retain ownership solely of pre- existing original boilerplate documents not produced exclusively for the City. 10. AUDIT AND INSPECTION RIGHTS AND RECORDS RETENTION: A. Contractor agrees to provide access to the City or to any of its duly authorized representatives, to any books, documents, papers, and/or records of Contractor which are directly pertinent to this Agreement, for the purpose of audit, examination, excerpts, and transcripts. The City may, at reasonable times, and for a period of up to three (3) years following the date of final payment by the City to Contractor under this Agreement, audit and inspect, or cause to be audited and inspected, those books, documents, papers, and records of Contractor which are related to Contractor's performance under this Agreement. Contractor agrees to maintain all such books, documents, papers, and records at its principal place of business for a period of three (3) years after final payment is made under this Agreement, and all other pending matters are closed. All audits shall be subject to and made in accordance with the provisions of Section 18-102 and all inspections made in accordance with the 14 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 provisions of Section 18-101 the Code of the City of Miami, Florida, as same may be amended or supplemented from time to time, which are deemed as being incorporated by reference herein . Contractor's failure to adhere to, or refusal to comply with, this condition shall result in the immediate cancellation of this Agreement by the City. Notwithstanding, the foregoing shall not relate to Contractor's internal work papers and communications, proprietary information, source code or other Software and related specifications. B. The City may, at reasonable times during the term hereof, inspect Contractor's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods or services required to be provided by Contractor under this Agreement conform to the terms hereof and/or the terms of the Solicitation Documents, if applicable. Contractor shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and made in accordance with, the provisions of Section 18-100 a and 18-101 of the Code of the City of Miami, Florida, as same may be amended or supplemented, from time to time, with Contractor's consent which shall be freely given and not withheld, refused or delayed. 11. AWARD OF AGREEMENT: Contractor represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Agreement and that it has not offered to pay, paid, or agreed to pay any person (other than Contractor's employees) any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Agreement. 12. PUBLIC RECORDS: A. The Services provided hereunder and as more fully described in the Exhibits attached hereto are advisory and consulting in nature, and as such, Contractor is not acting on behalf of a public agency (as defined in Section 119.0701(1)(a) and Section 119.011(2), Florida Statutes). The 15 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 City is not subcontracting any services hereunder to Contractor that the City would otherwise, ordinarily or necessarily perform. The City is not delegating any statutorily authorized function, any operation of a public obligation or the performance of any public purpose from itself to Contractor under this Agreement. B. The City is a public agency subject to Chapter 119, Florida Statutes. To the extent, and only to the extent, required by law, Contractor shall comply with Section 119.0701, Florida Statutes, as same may be amended or supplemented, from time to time with Contractor's consent and amendment hereto. To the extent required by law, Contractor shall: (1) keep and maintain public records that ordinarily and necessarily would be required by the City to perform this service; (2) provide the public with access to public records on the same terms and conditions as the City would at the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law; (3) ensure that public records that are exempt or confidential and exempt from disclosure are not disclosed except as authorized by law; (4) meet all requirements for retaining public records and transfer, at no cost, to the City all public records in its possession upon termination of this Agreement and destroy any duplicate public records that are exempt or confidential and exempt from disclosure requirements; and, (5) provide all electronically stored public records that must be provided to the City in a format compatible with the City's information technology systems. Notwithstanding the foregoing, Contractor shall be permitted to retain any public records that make up part of its work product solely as required for archival purposes, as required by law, or to evidence compliance with the terms of the Agreement. A. Should Contractor determine to dispute any public access provision required by Florida Statutes, then Contractor shall do so at its own expense and at no cost to the City. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (305) 416-1830, Via email at PublicRecordst miamic{ov.com, or regular email at City of Miami Office of the City Attorney, 444 16 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 SW 2"d Avenue, 9th FL, Miami, FL 33130. 13. COMPLIANCE WITH FEDERAL. STATE AND LOCAL LAWS: Contractor understands that agreements with local governments are subject to certain laws, codes, ordinances, rules and regulations, including, without limitation, laws pertaining to public records, conflict of interest, lobbying, ethics, record keeping, etc. Contractor agrees to comply with and observe all applicable laws, codes and ordinances as they may be amended from time to time. Contractor further agrees to include in all of Contractor's agreements with subcontractors for any Services related to this Agreement this provision requiring subcontractors to comply with and observe all applicable federal, state, and local laws, rules, regulations, codes, and ordinances, as they may be amended from time to time. 14. INDEMNIFICATION: Contractor shall indemnify, defend and hold harmless the City and its officials, employees, for claims (collectively referred to as "Indemnitees") and each of them from and against all loss, costs, penalties, fines, damages, claims, expenses (including attorney's fees) or liabilities (collectively referred to as "Liabilities") by reason of any injury to or death of any person or damage to or destruction or loss of any property arising out of, resulting from, or in connection with (i) the negligent performance or non- performance of the Services contemplated by this Agreement (whether active or passive) of Contractor or its employees or subcontractors (collectively referred to as "Contractor"), or (ii) the failure of the Contractor to comply materially with any of the requirements herein, or the failure of the Contractor to conform to statutes, ordinances, codes, resolutions, or other regulations or requirements of any governmental authority, local, federal or state, in connection with the performance of this Agreement or to follow an established standard of care applicable to its performance of this Agreement, Contractor expressly agrees to indemnify, defend and hold harmless the Indemnitees, or any of them, from and against all liabilities which may be asserted by an employee or former employee of Contractor, or any of its subcontractors, as provided above, for which the Contractor's 17 800MHz P25 Digital Trunked Simulcast Network System Rev, 474/17 City of Miami, Florida Contract No. RFP592382 liability to such employee or former employee would otherwise be limited to payments under state Workers' Compensation or similar laws. Contractor further agrees to indemnify, defend and hold harmless the Indemnitees from and against (i) any and all Liabilities imposed on account of the violation of any law, ordinance, order, rule, regulation, condition, or requirement, related directly to Contractor's negligent performance , act or omission under this Agreement, compliance with which is left by this Agreement to Contractor, and (ii) any and all claims, and/or suits for equipment, data, supplies, labor and materials furnished by Contractor or utilized in the performance of this Agreement or otherwise; and (iii) copyright, patent or similar intellectual property or telecommunications claims arising out of the goods or services furnished by the Contractor under this Agreement. Contractor's obligations to indemnify, defend and hold harmless the Indemnitees shall survive the termination/expiration of this Agreement. Contractor understands and agrees that any and all liabilities regarding the use of any subcontractor for Services related to this Agreement shall be borne solely by Contractor throughout the duration of this Agreement and that this provision shall survive the termination or expiration of this Agreement, as applicable. City must notify Contractor of any lawsuit for which indemnification may be sought within a reasonably prompt timeframe after date City is notified of the complaint. City agrees that Contractor's aggregate liability to the City, whether in contract, tort (including negligence), breach of statutory duty or otherwise for any losses suffered by the City and arising from the Services performed hereunder shall not exceed the Total Agreement Price, in addition to applicable insurance coverages provided under this Agreement. 15. DEFAULT: If Contractor fails to comply with any term or condition of this Agreement, or fails to perform any of its obligations hereunder, and fails to cure such default after reasonable notice from the City, then Contractor shall be in default. The City shall be the sole judge of non-performance, which shall 18 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 include any failure on the part of the Contractor to accept the award, to furnish required documents, and/or fulfill any portion of the Contractor, within the time stipulated, which would include a period to cure, as applicable, with any specified defect. Upon the occurrence of a default hereunder the City, in addition to all remedies available to it by law, may immediately, upon written notice to Contractor, terminate this Agreement whereupon all payments, advances, or other compensation paid by the City to Contractor while Contractor was in default shall be immediately returned to the City. Contractor understands and agrees that termination of this Agreement under this section shall not release Contractor from any obligation accruing prior to the effective date of termination. Should Contractor be unable or unwilling to commence to perform the Services within the time provided or contemplated herein, then, in addition to the foregoing, Contractor shall be liable to the City for all expenses incurred by the City in preparation and negotiation of this Agreement, as well as all costs and expenses incurred by the City in the procurement of the Services, including consequential and incidental damages. 16. RESOLUTION OF CONTRACT DISPUTES: Contractor understands and agrees that all disputes between Contractor and the City based upon an alleged violation of the terms of this Agreement by the City shall be submitted to the City Manager for his/her resolution, prior to Contractor being entitled to seek judicial relief, in connection therewith. In the event that the amount of compensation hereunder exceeds $25,000, the City Manager's decision shall be approved or disapproved by the City Commission. Contractor shall not be entitled to seek judicial or arbitration relief unless: (i) it has first received City Manager's written decision, approved by the City Commission if the amount of compensation hereunder exceeds $25,000, or (ii) a period of sixty (60) days has expired, after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation (90 days if City Manager's decision is subject to City Commission approval); or (iii) City has waived compliance with the procedure set forth in this section by written instruments, signed by the City Manager. The adherence to this Section is a 19 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 condition precedent to the institution of any civil action by the Contractor against the City. 17. CITY'S TERMINATION RIGHTS: A. The City, acting by and through its City Manager, shall have the right to terminate this Agreement, in its sole discretion, and without penalty, at any time, by giving written notice to Contractor at least thirty (30) days prior to the effective date of such termination. In such event, the City shall pay to Contractor compensation for Services rendered and approved expenses incurred prior to the effective date of termination. In no event shall the City be liable to Contractor for any additional compensation and expenses incurred, other than that provided herein, or for any consequential or incidental damages. The Contractor shall have no recourse or remedy against the City for a termination under this subsection except for payment of fees due prior to the effective date of termination. B. The City, acting by and through its City Manager, shall have the right to terminate this Agreement, without notice to Contractor, in its sole discretion, and without penalty, upon the occurrence of an event of defaultlbreach hereunder, as described herein, and failure to cure the same within thirty (30) days after written notice of default. In such event, the City shall not be obligated to pay any amounts to Contractor for Services rendered by Contractor after the date of the termination, but the City shall remain responsible for any payments that have become due and owing as of the effective date of termination. In no event shall the City be liable to Contractor for any additional compensation and expenses incurred, other than that provided herein, and in no event shall the City be liable for any direct, indirect, consequential or incidental damages, and Contractor shall reimburse to the City all amounts received while Contractor was in default under this Agreement. C. The City shall pay to the Contractor all compensation and expenses that have become due and owing at the time of termination prior to the release of any deliverables, reports, or data files. 18. INSURANCE: A. Contractor shall, at all times during the term hereof, maintain insurance coverage and 20 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 limits of insurance as may be required by the City. The insurance coverage(s) required as of the Effective date of this Agreement are attached hereto as Exhibit "D", and incorporated herein by this reference. Notwithstanding the Insurance Requirements in the RFP, the coverage limits and terms indicated in the Insurance Certificate in Exhibit "D" are acceptable to the City for the term of the Agreement, including renewals and extensions. The City Contract number and title of the Contract must appear on each certificate of insurance. The Contractor shall add the City as an additional insured to its commercial insurance policies. Contractor shall update any insurance certificates upon renewal as requested by the City's Risk Management Administrator. All such insurance, including renewals, shall be subject to the approval of the City for adequacy of protection and evidence of such coverage shall be furnished to the City Risk Management Administrator on Certificates of Insurance indicating such insurance to be in force and effect and any cancelled or non -renewed policy will be replaced with no coverage gap and a current Certificate of Insurance will be provided. Completed Certificates of Insurance shall be filed with the City prior to the performance of services hereunder, provided, however, that Contractor shall at any time upon request file duplicate copies of the policies of such insurance with the City. B. If, in the judgment of the City, prevailing conditions warrant the provision by Contractor of additional liability insurance coverage or coverage which is different in kind, the City reserves the right to require the provision by Contractor of an amount of coverage different from the amounts or kind previously required and shall afford written notice of such change in requirements thirty (30) days prior to the date on which the requirements shall take effect. Should the Contractor fail or refuse to satisfy the requirement of changed coverage within thirty (30) days following the City's written notice, this Contract shall be considered terminated on the date that the required change in policy coverage would otherwise take effect. C. Contractor further understands and agrees that insurance for each employee of the Contractor and each subcontractor providing Services related to this Agreement shall be maintained in good standing and approved by the City's Risk Management Administrator throughout the duration of 21 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 this Agreement. D. Contractor shall be responsible for assuring that the insurance certificates required under this Agreement remain in full force and effect for the duration of this Agreement, including any extensions hereof. If insurance certificates are scheduled to expire during the term of this Agreement and any extension hereof, Contractor shall be responsible for submitting new or renewed insurance certificates to the City's Risk Management Administrator as soon as coverages are bound with the insurers. In the event that expired certificates are not replaced, with new or renewed certificates which cover the term of this Agreement and any extension thereof: (i) the City shall suspend this Agreement until such time as the new or renewed certificate(s) are received in acceptable form by the City's Risk Management Administrator; or (ii) the City may, at its sole discretion, terminate the Agreement for cause and seek re -procurement damages from Contractor in conjunction with the violation of the terms and conditions of this Agreement. E. Compliance with the foregoing requirements shall not relieve Contractor of its liabilities and obligations under this Agreement. 19, NONDISCRIMINATION: Contractor represents and warrants to the City that Contractor does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with Contractor's performance under this Agreement on account of race, color, sex, religion, age, handicap, marital status or national origin. Contractor further covenants that no otherwise qualified individual shall, solely by reason of his/her race, color, sex, religion, age, handicap, marital status or national origin, be excluded from participation in, be denied services, or be subject to discrimination under any provision of this Agreement. 22 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 20. ASSIGNMENT: This Agreement shall not be assigned, sold, conveyed, pledged, encumbered or otherwise transferred by Contractor, in whole or in part, and Contractor shall not assign any part of its operations, without the prior written consent of the City Manager, which may be withheld or conditioned, in the City's sole discretion through the City Manager, 21. NOTICES: All notices or other communications required under this Agreement shall be in writing and shall be given by hand -delivery or by registered or certified U.S. Mail, return receipt requested, addressed to the other party at the address indicated herein or to such other address as a party may designate by notice given as herein provided. Notice shall be deemed given on the day on which personally delivered; or if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. TO CONTRACTOR: Tom Clair Contracts Manager 225 Jefferson Ridge Parkway Lynchburg, VA 24501 Phone: 1-434-485-7967 E-mail: tclair@harris.com Website: www.harris.com Phil Beeson Division Counsel 225 Jefferson Ridge Parkway Lynchburg, VA 24501 Phone: 1-434-455-9462 E-mail: pbeesonharris.com jose.vasquezharris.com TO THE CITY: Daniel J. Alfonso City Manager 3500 Pan American Drive Miami, Florida 33133 Annie Perez, CPPO Sales Procurement Director 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 22. MISCELLANEOUS PROVISIONS: A. This Agreement shall be construed and enforced according to the laws of the State of Florida. Venue in any proceedings between the parties shall be in Miami -Dade County, Florida. Each party shall bear its own attorney's fees. Each party waives any defense, whether asserted by motion or 23 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 pleading, that the aforementioned courts are an improper or inconvenient venue. Moreover, the parties consent to the personal jurisdiction of the aforementioned courts and irrevocably waive any objections to said jurisdiction. The parties irrevocably waive any rights to a jury trial. B. Title and paragraph headings are for convenient reference and are not a part of this Agreement. C. No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision hereof, and no waiver shall be effective unless made in writing. D. Should any provision, paragraph, sentence, word or phrase contained in this Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise unenforceable under the laws of the State of Florida or the City, such provision, paragraph, sentence, word or phrase shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable, then same shall be deemed severable, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect or limitation of its use. E. Contractor shall comply with all applicable laws, rules and regulations in the performance of this Agreement, including but not limited to licensure, and certifications required by law for professional service Contractors. F. This Agreement constitutes the sole and entire agreement between the parties hereto. No modification or amendment hereto shall be valid unless in writing and executed by properly authorized representatives of the parties hereto. Except as otherwise set forth in Article 4 above, the City Manager shall have the sole authority to extend, amend, or modify this Agreement on behalf of the City. G. City will make reasonable effort to obtain and transfer, in electronic form, to Contractor that available information, data and documents needed for Contractor's Services. The City 24 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 agrees that all information, documents and data Contractors requests for the requested services will be made available and transmitted in electronic form, that all such information, documents and data provided will be complete and accurate, that Contractor will have the full cooperation of the City personnel, vendors and retirement systems, that the City will issue a representation letter from management concerning these matters, and that Contractor may rely upon such information. H. Any Governmental, not -for -profit or quasi -governmental entity in the State of Florida, with the acquiescence of the Contractor, may avail itself of this contract and purchase any and all identical goods/services, specified herein from the Contractor at the Contract price(s) and timeframe established herein, when permissible by federal, state and local laws, rules, and regulations. 23. SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the parties hereto, their heirs, executors, legal representatives, successors, or assigns. 24. INDEPENDENT CONTRACTOR: Contractor has been procured and is being engaged to provide services to the City as an independent contractor, and not as an agent or employee of the City. Accordingly, Contractor shall not attain, nor be entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the City, nor any rights generally afforded classified or unclassified employees. Contractor further understands that Florida Workers' Compensation benefits available to employees of the City are not available to Contractor, its employees, or any subcontractor hired by Contractor to provide any Services hereunder, and Contractor agrees to provide workers' compensation insurance for any employee or agent of Contractor rendering services to the City under this Agreement, or to require subcontractor(s) to provide, as applicable, workers' compensation insurance for any employee or agent of Contractor rendering Services to the City under this Agreement. Contractor further understands and agrees that Contractor's or subcontractors' use or entry upon City properties shall not in any way change its or their status as an independent contractor. 25 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 25. CONTINGENCY CLAUSE: Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and the Agreement is subject to amendment or termination due to lack of allocated and available funds, reduction or discontinuance of funds or change in laws, codes, rules, policies, program requirements, or regulations, upon thirty (30) days written notice to the Contractor. 26. REAFFIRMATION OF REPRESENTATIONS: Contractor hereby reaffirms all of the representations contained in the Solicitation Documents. 27. FORCE MAJEURE: A "Force Majeure Event" shall mean an act of God, act of governmental body or military authority, fire, explosion, power failure, flood, storm, hurricane, sink hole, other natural disasters, epidemic, riot or civil disturbance, war or terrorism, sabotage, insurrection, blockade, or embargo. in the event that either party is delayed in the performance of any act or obligation pursuant to or required by the Agreement by reason of a Force Majeure Event, the time for required completion of such act or obligation shall be extended by the number of days equal to the total number of days, if any, that such party is actually delayed by such Force Majeure Event. The party seeking delay in performance shall give notice to the other party specifying the anticipated duration of the delay, and if such delay shall extend beyond the duration specified in such notice, additional notice shall be repeated no less than monthly so long as such delay due to a Force Majeure Event continues. Any party seeking delay in performance due to a Force Majeure Event shall use its best efforts to rectify any condition causing such delay and shall cooperate with the other party to overcome any delay that has resulted. 28. CITY NOT LIABLE FOR DELAYS: Contractor hereby understands and agrees that in no event shall the City be liable for, or responsible to Contractor or any subcontractor, or to any other person, firm, or entity for or on account 26 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 of, any stoppages or delay(s) in work herein provided for, or any damages whatsoever related thereto, because of any injunction or other legal or equitable proceedings or on account of any delay(s) for any cause over which the City has no control. 29. USE OF NAME: Contractor understands and agrees that the City is not engaged in research for advertising, sales promotion, or other publicity purposes. Contractor is allowed, within the limited scope of normal and customary marketing and promotion of its work, to use the general results of this project and the name of the City. The Contractor agrees to protect any confidential information provided by the City and will not release information of a specific nature without prior written consent of the City Manager or the City Commission. 30. NO CONFLICT OF INTEREST: Pursuant to City of Miami Code Section 2-611, as amended ("City Code"), regarding conflicts of interest, Contractor hereby certifies to the City that no individual member of Contractor, no employee, and no subcontractor under this Agreement or any immediate family member of any of the same is also a member of any board, commission, or agency of the City. Contractor hereby represents and warrants to the City that throughout the term of this Agreement, Contractor, its employees, and its subcontractors will abide by this prohibition of the City Code. 31. NO THIRD -PARTY BENEFICIARY: There are no express or implied third party beneficiaries to this Agreement. No persons other than the Contractor and the City (and their authorized and approved successors and assigns, if any) shall have any rights whatsoever under this Agreement. 32. SURVIVAL: All obligations (including but not limited to indemnity and obligations to defend and hold harmless) and rights of any party arising during or attributable to the period prior to expiration or earlier termination of this Agreement shall survive such expiration or earlier termination. 27 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 33. TRUTH -IN -NEGOTIATION CERTIFICATION. REPRESENTATION AND WARRANTY: Contractor hereby certifies, represents and warrants to the City that on the date of Contractor's execution of this Agreement, and so long as this Agreement shall remain in full force and effect, the wage rates and other factual unit costs supporting the compensation to Contractor under this Agreement are and will continue to be accurate, complete, and current. Contractor understands, agrees and acknowledges that the City shall adjust the amount of the compensation and any additions thereto to exclude any significant sums by which the City determines the contract price of compensation hereunder was increased due to inaccurate, incomplete, or non- current wage rates and other factual unit costs. All such contract adjustments shall be made within one (1) year of the end of this Agreement, whether naturally expiring or earlier terminated pursuant to the provisions hereof. 34. OBLIGATIONS FOR SYSTEM IMPLEMENTATION: A, Project Management and Implementation Plan: The City and Contractor each agree to perform their respective tasks and obligations pertaining to permits and licenses, Project Site surveys, general Project Site -related responsibilities, general Hardware -related responsibilities, and Project Site - specific responsibilities as set forth in the Statement of Work which shall mean the description of the work to be performed by Contractor to deliver the Hardware, install the System and provide the Services, all as described in an exhibit attached to this Agreement The City's obligations set forth in the Statement of Work shall be performed by the City in a timely and proper fashion in accordance with the Project Schedule, or as otherwise agreed upon by the City and Contractor, to allow Contractor to timely perform its obligations under the Agreement. B. Access: The City will provide access, at no cost to Contractor, to all owned, leased, or licensed Project Sites at reasonable times, and with an escort (if required) at no charge, upon reasonable prior notification from Contractor. The City will ensure sufficient room, within reason, for construction vehicles used by Contractor. The City will issue temporary identification cards to Contractor's personnel and its authorized subcontractors, if required, for access to any of the Project Sites. 28 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 C. Changes in Sites: Any sites where Contractor will operate and perform System installation under the terms of this Contract must be approved by the City, which approval shall not be unreasonably withheld, delayed or conditioned. Should the City direct an addition to, removal from, or modification of the list of sites as detailed in this Agreement that affects Contractor's cost or schedule or System performance, the parties agree that such change shall entitle Contractor to a Change Order and each Party will in good faith to fully negotiate and execute such change order prior to commencement of the Work at the changed site. D. Preparatory Work on Sites: Notwithstanding anything to the contrary contained in this Agreement, the parties agree that some Project Sites may require tower replacement or modifications, as well as related permitting and licensing for Work and/or obtaining physical real estate space. As stated in the Responsibility Matrix, the City will be responsible for securing all necessary site zoning, site access, or other permits (including but not limited to easements, impact studies, planning commission approval, variances, etc.) necessary for the Work, whether required by federal, state, or local authorities, with Contractor assisting by providing information and any required civil engineering drawings. The City shall also have the responsibility to secure by lease, purchase, easement, or otherwise all rights and access to selected sites or additional real estate as may be required. The City also shall be responsible for paying all utility charges to the appropriate utility for providing utility services to the System installation areas. The Parties agree to mitigate the need for tower replacement or modification to the extent practical. If any unanticipated tower replacements become necessary, Contractor is entitled to an extension of time for any impacted activities and/or an equitable adjustment to the Contract Price to maintain the Project Schedule. E. Frequency FCC Licensing: The City will be responsible for obtaining all Federal Communications Commission frequency licenses for the System, with the Contractor providing assistance for the first accepted submittal, inclusive of correcting any errors or omissions, and information 29 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 as set forth in the Statement of Work. The Contractor shall have no responsibility or obligation to secure licensed frequencies. Contractor shall be responsible for all required frequency coordination. F. Federal Aviation Administration (FAA) Approvals: The City will be responsible for obtaining all FAA approvals for newly -constructed or modified towers, with Contractor providing technical assistance. G. Contractor Licenses: Contractor shall be responsible for obtaining all Contractor's and subcontractor's licenses required for the performance of its duties and obligations. 35. CHANGES AND ADDITIONS: A. Hardware Changes: In the event of any change in the Hardware as a result of the imposition after the Effective Date of this Agreement of any requirements by any federal, state, or local government, an equitable adjustment in the price shall be made to reflect any added cost and expense of such change and the Agreement shall be modified in writing accordingly. The Contingency Allowance will be utilized for an equitable adjustment. B. City Requested Changes: The City may request changes in or additions to the Work or in the time or place of performance of the Work under this Agreement. If any such change causes an increase or decrease in the cost of, or the time required for, performance of any part of the Work under this Agreement, Contractor shall be entitled to an equitable adjustment, by Change Order, in the Total Agreement Price, the Project Schedule, or both. Any such adjustment in the Total Agreement Price resulting in an increase to the Total Agreement Price will require an amendment to the Agreement, or Project Schedule shall be mutually satisfactory to the City and Contractor. Price increases and/or extensions of time shall not be binding upon either Party unless and until evidenced by a Change Order, and executed Amendment, if applicable, signed by the parties hereto. C. City Delays: To the extent that the City fails to timely perform its obligations under the Responsibility Matrix or otherwise under this Agreement, and such failure has a material impact on the 30 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP502382 cost of Work performed by Contractor under the Agreement and/or the schedule, the parties agree that Contractor shall be entitled to the Project Schedule and that a Change Order shall be agreed to by the parties. D. Excusable Delays: Notwithstanding any other provision hereof to the contrary, except a Force Majeure Event, if the performance by Contractor of all or any part of this Contract, through and including completion of system testing and acceptance, is delayed or interrupted, for any reason other than the reasonable fault of the Contractor, failure of the City to perform any of its obligations pursuant to this Contract or Statement of Work, it shall constitute an excusable delay for which Contractor is entitled to an equitable adjustment of the Installation Schedule and/or the Total System Price, pursuant to the provisions contained in this Article 34, subsection D, In addition, Contractor's inability to timely obtain necessary materials, items, components, or services from suppliers or subcontractors shall constitute an excusable time delay for which Contractor is entitled to an equitable adjustment of the Installation Schedule only. E. Concealed Conditions: If following the City's acceptance of the Detailed Design Documents, Contractor encounters a latent concealed condition, of which it had no reason to be aware, at one or more Project Sites, then the Parties agree to work together to determine the best course of action and agree to negotiate in good faith a Change Order and an equitable adjustment to the Project Schedule and/or Total Agreement Price as evidenced by an executed Amendment. Nothing contained in this Contract shall be deemed to have caused any applicable statute of limitations to commence to run or any alleged cause of action to have accrued in the event of any latent defect not discovered until after Final System Acceptance and final payment. The statute of limitations shall commence to run on any alleged latent cause of action only upon actual discovery of such latent defect. F. Product Discontinuance: Subject to its obligation to fulfil its obligations set forth in the Agreement, Contractor reserves the right to change or to discontinue any product covered by the 31 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 Agreement provided that Contractor agrees to make available to the City a functionally equivalent replacement product equal to or better than the product discontinued. Contractor agrees to provide product repair and return services for a period of fifteen (15) years, from the date of System Acceptance, if spare parts are commercially and reasonably available. Third party equipment will be supported in accordance with the individual manufacturer's provisioning policy. Contractor further agrees to utilize commercially reasonable efforts to assure third party spare parts and equipment availability for a period of fifteen (15) years from the date of System Acceptance, to support Contractor's maintenance obligations. Contractor shall not be held liable to the City for third party spare parts and equipment's obsolescence or unavailability beyond Contractor's commercially reasonable efforts. Contractor shall also guarantee spare parts availability for products manufactured by Contractor for a period of ten (10) years from the date of System Acceptance. Contractor shall use commercially reasonable efforts provide spare parts for products manufactured by Contractor for years eleven (11) through fifteen (15), from date of System Acceptance. G. Frequency Support and Frequency Changes. The City will reasonably support Contractor in submitting the City's frequency licensing applications to the Regional authorities and the Federal Communications Commission for this project. In the event that, after all commercially reasonable efforts and due diligence have been expended, the City cannot obtain all of the necessary United States and Canada government approvals for the frequency plan as described in this Statement of Work and this Agreement, it shall be treated as an excusable delay event pursuant to the Excusable Delays section of this agreement for which an extension to the Project Schedule shall be granted, and Contractor will diligently and expeditiously prepare and provide to the City, a System re -design for its review and approval including all price and schedule changes. Notwithstanding anything to the contrary contained in the Agreement, the Parties agree that Contractor may be entitled to an equitable adjustment to the Total Agreement Price and/or the Project Schedule for Contractor's services on any such System re -design. 32 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 In the event that the City and Contractor cannot mutually agree on the System re -design, either party may then terminate the Agreement on thirty (30) days written notice to the other Party. 36. TESTING AND ACCEPTANCE: A. Contractor shall notify the City that the System is ready for Acceptance Tests at least ten (10) days before commencement of the Acceptance Tests. The City and the Contractor shall jointly commence the Acceptance Tests on the date specified in Contractor's notice (or other mutually agreeable date) and a representative of Contractor and a representative of the City will sign off on the form provided as part of the test procedure whether each item of the test was passed or failed. If the System does not fulfil the requirements of the Acceptance Tests, Contractor shall correct the defects at no additional cost to City, as soon as practicable. Upon correction of the defects the Acceptance Tests for the applicable part of the System shall be repeated in accordance with the procedures set forth in this Section. Successful completion of the Acceptance Test is the sole criterion for technical system acceptance and the initiation of the warranty period. Final system acceptance shall occur when the Hardware and Software for the System, Documentation Deliverables and Services have been furnished, delivered, installed and the Acceptance Tests have been passed. B. Notwithstanding the acceptance testing of the System set forth in subsection A above, if the City commences use of any portion of the System for its intended purpose, other than for the express purpose of training or testing as mutually agreed upon by Contractor and City in writing, prior to System Acceptance, the applicable portion of the System shall be deemed accepted by the City. The final payment for the applicable portion of the System shall be due and payable within forty-five (45) days upon such acceptance. The Warranty Period for the applicable portion of the System put into use together with the associated installation Services shall be deemed to have commenced concurrently with the use of the applicable portion of the System for its intended purpose. The use of the applicable portion of the System for its intended purpose shall be deemed to have occurred when City commences to use and rely primarily on the applicable portion of the System for its communications. 33 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 C. As used in the Agreement, the term "Acceptance Date" shall mean and "Acceptance" of the System shall be deemed to occur upon the earlier of: (1) the date on which the System is deemed accepted pursuant to subsection (A) above, or (2) the date on which the System is deemed accepted pursuant to subsection (B) above. D. The City and Contractor agree that in the process of completing the Acceptance Tests, most if not all of the Acceptance Tests can be successfully completed with only a modest number of punch list items remaining to be completed. In such event, the City and the Contractor shall mutually (and reasonably) agree upon the punch list items to be completed, the value of those items and that "conditional acceptance" of the System has occurred. For the purpose of initiating the Warranty Period, satisfying the Project Schedule requirements and the release of any retained funds (other than the value of the punch list items) conditional acceptance shall constitute "Acceptance" of the specific portion or phase of the System. This conditional acceptance shall not, however, release Contractor from its obligations to complete the remaining punch list items by the dates set forth on the punch list schedule. E. Terminal Hardware shall be deemed accepted upon City's receipt of delivery at a City - controlled facility, together with a bill of sale, absolute free and clear of liens, or other reasonably requested evidence of title. 37. COVERAGE: Contractor's representations concerning the distance at which usable radio signals will be transmitted and received by Hardware supplied hereunder are set forth in the Statement of Work. Coverage for the System shall be measured as provided in the Testing and Acceptance section of this Agreement. 38. WARRANTIES: Harris agrees to offer the City 1) One (1) year warranty and maintenance on infrastructure; 2) One (1) year Software FX; 3) One (1) year NOC Monitoring; 4) Three (3) years warranty on microwave network equipment; 4) Two (2) years warranty on subscriber equipment; and 5) One (1) year warranty on Site 34 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Facilities, all at no cost to the City. 1) Hardware and Services: Contract No. RFP592382 A. Contractor warrants for the following periods of time from the Acceptance Date (hereinafter referred to as the "Warranty Period"), that the Hardware and installation Services furnished by Contractor under this Agreement shall be free from defects in material and workmanship and shall conform to the Agreement specifications. Claims will be made during the warranty period unless a greater period is provided by Florida law. The warranty period for additional Hardware purchased by the City from the Contractor after System Acceptance shall be warranted for the following periods of time from the date the Hardware is delivered to the City (a) twenty-four (24) months for mobile and portable radios ("Subscriber Units"); (b) thirty-six (36) months for Unity° model Subscriber Units; and (c) twelve (12) months for all other Hardware. B. For purposes of this Warranty the batteries supplied by Contractor shall be deemed defective if: (1) the battery capacity is less than 80% of rated capacity, or (2) the battery develops leakage. Replacement batteries shall be warranted only for the remaining unexpired portion of the Warranty Period. This warranty becomes void if: (1) the battery has been subjected to any kind of misuse, detrimental exposure, or has been involved in an accident, or (2) the battery is used in equipment or service other than the Hardware for which it is specified. C. During the Warranty Period if any component of the Hardware or portion of the installation Services fails to meet the foregoing warranties, Contractor's sole obligation and the City's exclusive remedy under this warranty shall be the correction by Contractor of the failure at Contractor's option: (1) by repairing any defective component of the Hardware, or (2) by furnishing any necessary repaired or replacement parts, or (3) by the redoing of the faulty installation. Any such failure, or the repair or replacement of the defective component or the redoing of any installation, shall not extend the Warranty Period. Where such failure cannot be corrected by Contractor's reasonable efforts, the parties will negotiate an equitable adjustment in price. Contractor will be responsible for all charges incurred in 35 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 returning defective parts to Contractor's plant and shipping repaired or replacement parts to the City. All warranty labor must be performed by an authorized service group approved by Contractor either at its place of business, for mobile or portable equipment, or at the City's location for fixed location equipment should Contractor determine that it is not feasible to return the fixed location equipment to Contractor's authorized service group. D. Any additional purchases of equipment, including radios, and installation services which may be purchased by the City and delivered or performed by Contractor after System Acceptance, shall be warranted on the same terms, limitations, and exclusions as are set forth herein, except that the warranty on the equipment and installation services shall be for a period of two (2) years for additional Terminal Hardware items from the date of delivery of that item of equipment, one (1) year for additional Infrastructure Hardware items from the date of delivery of that item of equipment, and one (1) year from the date of completion of that installation service. E. Contractor's obligations shall not apply to: (1) Hardware or components thereof which are normally consumed in operation, or, or (2) defects which are the result of improper storage, use, or installation performed by other than Contractor, maintenance performed by other than Contractor, or repair performed by other than Contractor, or (3) Hardware which has been subjected to any other kind of misuse or detrimental exposure or has been involved in an accident, or (4) Hardware or installations altered or repaired by any party other than Contractor without Contractor's prior written consent. Coverage Warranty: A. Notwithstanding the other provisions of this Section Warranties, Contractor's only Warranty as to radio coverage is that the System, prior to Acceptance, shall have successfully passed the coverage tests in the Acceptance Test Plan. 3) Software: A. The warranty for the Software is set forth in the Software License Agreement, and any 36 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 Addendum to the License. B. The warranties and remedies set forth in this section and in the software license agreement constitute the only warranties with respect to the hardware, software and services and the City's exclusive remedies in the event such warranties are breached. They are in lieu of all other warranties whether written, oral, express, implied, or statutory including, without limitation, the warranty of merchantability and the warranty of fitness for a particular purpose. In no event shall Contractor be liable for special, consequential or indirect damages including, but not limited to, loss of profits or revenues. 39. INTERFERENCE: Radio system coverage and performance are subject to degradation due to anomalous propagation and interference beyond the reasonable control of the Contractor. Contractor cannot be responsible for degradation or disruption of Service caused by operation of other radio systems or by natural phenomena or other interference over which the Contractor has no reasonable control. In the event of a case of degradation due to interference by an outside party, Contractor will provide engineering support to the City at the City's expense to support City's efforts in resolving the interference issue with the outside party. Contractor shall be responsible to correct mutual interference between proposed and existing systems, attributable to installation by Contractor. 40. PATENTS: A. Contractor warrants that the System furnished hereunder shall be delivered free of any rightful claim of any third party for infringement of any United States patent or copyright. If the City notifies Contractor promptly of the receipt of any claim that the System infringes a United States patent or copyright and gives Contractor information, assistance and exclusive authority to settle and defend such claim, Contractor at its own expense shall defend, or may settle, any suit or proceeding against the City so far as based on a claimed infringement which breaches this warranty. If, in any such suit arising from such claim, the continued use of the System for the purpose intended is enjoined by any court of competent jurisdiction, Contractor shall, at its expense and option, either: (1) procure for the City the 37 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 right to continue using the System, or (2) modify the System so that it becomes non -infringing, or (3) replace the System or portions thereof so that it becomes non -infringing, or (4) remove the System and refund the purchase price (less reasonable depreciation for use). The foregoing states the entire liability of Contractor for patent or copyright infringement by the System and is subject to any limitation of total liability set forth in this Agreement. B. The preceding subsection (A) shall not apply to: (1) any portion of the System which is manufactured to the City's design, or (2) the use of the System in conjunction with any other apparatus or material not supplied by Contractor to the extent that such conjoined use causes the alleged infringement. As to any portion of the System or use described in the preceding sentence, Contractor assumes no liability whatsoever for patent infringement. C. The patent and copyright warranty and indemnity obligations recited above are in lieu of all other patent and copyright warranties and indemnities whatsoever, whether oral, written, express, implied or statutory. 41. REMEDIES: A. In the event of a material breach of this Agreement by Contractor which shall continue for thirty (30) or more days after written notice of such breach (including a reasonably detailed statement of the nature of such breach) shall have been given to Contractor by the City, the City will be entitled to avail itself cumulatively of any and all remedies available at law or in equity (provided such remedies are not otherwise limited under the terms of this Agreement) and either: (1) suspend performance of its payment obligations under the Agreement for as long as the breach continues uncorrected; or (2) terminate this Agreement by written notice to Contractor if the breach remains uncorrected. The following shall constitute material breaches of this Agreement: (1) violation by Contractor of any State, Federal or local law, or failure by Contractor to comply with any applicable States and Federal service standards, as expressed by applicable statutes, rules and regulations; (2) failure by Contractor to carry applicable 38 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 licenses or certifications as required by law; (3) failure of Contractor to comply with reporting requirements contained herein; and (4) inability of Contractor to perform the Work provided for herein. B. In the event of: (1) any failure by City for forty-five (45) or more days to make any payment when due, or (2) any other material breach of this Agreement by City which shall continue for forty-five (45) or more days after written notice of such breach (including a reasonably detailed statement of the nature of such breach) shall have been given to City by Contractor, Contractor shall be entitled to avail itself cumulatively of any and all remedies available at law or in equity (provided such remedies are not otherwise limited under the terms of this Agreement) and either: (1) suspend performance of its obligations under this Agreement for as long as the breach remains uncorrected; or (2) terminate this Agreement by written notice to City if the breach remains uncorrected. C. In the event the City terminates this Agreement as provided herein, all finished and unfinished Hardware and Documentation Deliverables produced or made by Contractor for the City under this Agreement shall become the property of the City and Contractor shall be entitled to receive compensation in accordance with the terms of this Agreement for any such Hardware and Documentation Deliverables. Notwithstanding the above, Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of this Agreement by Contractor described in subsection A above and, after providing Contractor with written notice of breach as set forth in subsection A, the City may withhold any payments to Contractor for the purpose of set-off of any damages, as agreed upon or finally adjudicated, against such payment. The City reserves all rights and remedies under applicable laws. 42, COUNTERPARTS: This Agreement may be executed in two or more counterparts, each of which shall constitute an original but all of which, when taken together, shall constitute one and the same agreement. 39 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 43. ENTIRE AGREEMENT; This instrument and its attachments constitute the sole and only agreement of the parties relating to the subject matter hereof and correctly set forth the rights, duties, and obligations of each to the other as of its date. Any prior agreements, promises, negotiations, or representations not expressly set forth in this Agreement are of no force or effect. 40 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Florida Contract No. 592382 IN WITNESS, WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, this the day and year above written. ATTEST: "City" CITY OF MIAMI, a municipal corporation By: Todd B. Hannon, City Clerk Daniel J. Alfonso, City Manager ... Print Name: TitIe: (Corporate Seal) "Contractor" By: 1://:•e:-71-0,e Prf rijNa me: '77740:45' ...... r.ARLTO ......... NOTA Title: (,0A///tY9C-77.5 AA76`," 14FREGP. ugia71-711 74137 : MY COMMISSION! o %. EXPIRES 05/3i/2mi ...... ...... wew.°1' APPROVED AS TO LEGAL FORM APPROVED AS TO INSURANCE AND CORRECTNESS: Victoria Mendez AUtqsrized Corporate Officer) REQUIREMENTS: Ann -Marie Sharpe City Attorney Risk Management Director R . I 9414/17 +I City of Miami, Florida Contract No. RFP592382 POWER OF ATTORNEY/ CORPORATE RESOLUTION 42 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 j4RRIS° TECHNOLOGY TO CONNECT, INFORM AND PROTECT" LIMITED POWER OF ATTORNEY I, Christopher W. Chaffee, Senior Manager, Contracts of Harris Corporation, Communication Systems Segment ("Company"), do hereby execute this Limited Power of Attorney ("POA") and appoint and authorize Thomas Clair, Contracts Manager, to negotiate and execute all documents and correspondence relating to RPP No. 592382 for City of Miami, Florida ("City"), including, but not limited to, proposals, contracts, change orders, and amendments on behalf of and in the name of the Company not to exceed EIGHTEEN MILLION DOLLARS ($18,000,000). My ability to provide this POA and designation is granted by the Company's Board of Directors as evidenced by the Certification attached hereto as Exhibit A. IN WITNESS WHEREOF, I have hereunto set my hand and the Company seal on this 3rd day of April, 2017. {SEAL} •rC.N,.s' C, r.0...R..P.0 `'r s •it{ Oriq r SEAL 1926 • z ' •.c��r•awra�' ,: f!`11,, *�E ltti``` Christopher affee Senior Manager, Contracts Harris Corporation Communication Systems Segment On this .3rd day of April, 2017, I; Andrew Carlton Wilson, Notary Public, Commonwealth of Virginia; hereby certify that Christopher W, Chaffee signed this POA in his capacity as Senior Manager, Contracts of Harris Corporation, Communication Systems Segment. Notary Public CERTIFICATION 1, Robert A. Johnson Jr., DO HEREBY CERTIFY that I am the duly elected and qualified Assistant Secretary of Harris Corporation, Melbourne, Florida, and that the following is a true and correct copy of a resolution duly adopted at a meeting of the Board of Directors of said Corporation on April 19, 1968, and that the same is now in full force and effect: COPY OF RESOLUTION "Contracts and Other Obligations Subject to such clearance requirements as may be set forth in established corporate policies or procedures, the principal administrative executive of the Division shall determine which officers or employees of the Division shall sign on behalf of the Division, contracts. and other obligations _in the.. ordinary course ..of business. However, persons doing business with the Division shall be entitled to rely upon the actions of any of the officers of the Division in executing contracts and other obligations and instruments, other than deeds, as having been duly authorized and as being binding on the Corporation." and that pursuant to the above resolution, the following individuals of the Communication Systems segment (formerly R Conimunications Division) of Harris Corporation have been duly designated and are presently authorized to sign on behalf of the Corporation or to determine which officers or employees of the segment shall sign on behalf of the segment, contracts and other obligations in the ordinary course of business: Paul R. Greco, Vice President, Contracts, Communications Systems segment of Harris Corporation Christopher W. Chaffee, Senior Manager, Contracts, Communications Systems segment of Harris Corporation IN WITNESS WHEREOF, I have hereunto Corporation as of ,!'7' dOctober 2015. ow itvIitr,res w`��S,�o QR.916' {SEAL} = St STATE OF FLORIDA BREVARD COUNTY set my hand and the corporate seal of said Robert A. Johnson Jr., Assistant Secretary Harris Corporation The foregoing instrument was acknowledged before me ono "'October 2015 by Robert A. Johnson Jr., Assistant Secretary of Harris Corporation on behalf of Harris Corporation. He is personally known to me. i • ,rg LIZETTECANW ,t: MYCOMMISSION UFFO 7491 EXPIRES: August 16, 2017 oar Bonded Tin Notary Publi; Undowilers Notary Public City of Miami, Florida Contract No. RFP592382 EXHIBIT A RFP No. 592382 43 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 z1 1Ph ADDENDUM NO. 1 DATE: May 27, 2016 TO: ALL PROSPECTIVE PROPOSERS SUBJECT: SOLICITATION NO.: RFP 592382 TITLE: 800 MHz P25 Public Safety Radio System This Addendum becomes a part of the subject solicitation. The following changes, additions, clarifications and/or deletions amend the above- captioned Request for Proposals and shall become an integral part of the Proposals submitted and the Professional Services Agreement to be executed for RFP 592382. A. Section 2.11, Pre -Proposal. Conference and Site Visit, has been amended to change the location of the Pre -proposal Conference, and to add an additional day to the schedu4e for Site visits. The Pre -Propose: Conference +hill be held on: Thursday, June 2, 2016, starting at 10:00 AM. The location has been changed to the Fire College, Miami Fire Department Training Center, 3425 Jefferson St. 4'1' floor. Room 4 West, Miami, FL 33133, to accommodate the nuirber of attendees. Following the Pre -Proposal Conference, the Site -Visits will be commenced at this location, and will continue for additional day to the other locations, as indicated in the Revised Site Visit Schedule attached herein as Appendix H (Revised 5/2712016). An additional day, Friday. June 3, 2016, starting at 8:30 AM, has beer added to the schedule for Site Visits, in order to conduct and complete a walk-through on all locations. The starting location for the site visit on June 3r1 is Station 9, 69 NE 62"d Street, Miami. A copy of the schedule, indicating the addresses of the locations, and the time frames for each walk -though, is attached. See Appendix H, Site Visit Schedule (Revised 5127/2016), B. Section 2.11. Pre -Proposal Conference and Site Vint, Sub —Section B., Site Visits/Inspections (Page 32 of 54) is hereby amended to delete the Oceana location. C. Attachment A, Section 2. Project Overview and General Requirements, Part 2, System Requirements, Sub Section 2.4, Site Selection and Acquisition, Item A. (Page 40 of 24) is hereby amended to delete the Oceana location. D. Appendix C, Site List, is hereby amended to delete the Oceana locaicn. E. Attachment A, Section 1, Instruction to Proposers, Sub -Section 1.3, Anticipated Schedule for RFP, Item 1 in Table (page 6 of 204), is hereby amended as follows to: 1 P25 Radio Systems RFP592382 a) Mow a minimum of 48 hours prior to the mandatory Pre -Proposal conference to submit a list of Prcposer's representatives via email to losbornec'miamigov.com. b) Add an additional day for site visits: June 3, 2016 (see Appendix H, Site Visit Schedule). o)) Correct Proposal Due Date due to scrivener's error, to July 13, 2016. F. As stated in the General Terms and Conditions, Item 1.5, Alternate Responses will not be considered. Consequently, Attachment A, Section 1, Instruction to Proposers, Sub -Section 1.4, Alternative Proposals, (Page 6 of 204), is hereby deleted in its entirety, as it is not the intent of the City to have the Proposer submit alternate proposals. As farther stated in Seotion 4, Submission Requirements, Item 22 (page 50 of 54), the Proposer shall identify if Proposer has taken any exceptions to the So`icitation. If so, indicate what alternative is being offered and the cost implications of the exception(s). G. Attachment A, Section 1, instruction to Proposers, Part 3, Proposal Format and Content, Sub -Section 3.2, Proposer's Quaiificat ens, Item 2 (Page 10 of 204). is amended to correct the number for contracted projects from five (5) to three (3), as fol ows, to be in line with Section 2,7, Minimum; Qualification Requirements, (Page 28 of 54) item (3): 2. E .: v'_:;::I ed by and similar to the equipment offered by the Proposer, having and scope. shall have been installed and in continuous satisfactory Al 3t least -ve- 4 three (3) contracted projects of similar size and complexity. H. Attachment A. Section 2. Project Overview and General Requirements: Par' 2, System Require rents, Sub Sectior 2.5, Master Time Standard (MTS), Item D (Page 41 of 204), is hereby amended to correct the number of digital wall displays: D. The Prcpcser must provide up to etx four (4) digital wall display clocks synchronized to the Master Time Source and mounted at the locations of the existing displays in the primary and backup dispatch centers. The following are the inquiries received and the corresponding responses: 1. How will this project be procured/funded? Response. The funding source for this project has not yet been determined. 2. Do you have an estimated cost of what the entire protect will cost? Response: No. 3 Solicitation page 1 of 54, and Attachment A, Section 1.3, Page 6 of 204: The Solicitation states the RFP Closing Da`elTime is 18-JUL-2016 @ 15:00:00. Attachment A, Section 1.3 refers to Proposal due date on July 11, 2016. Please clarify / confirm the due date. Response: Refer to Item E. above. 4. Solicitation page 7 of 54, Paragraph 1.5, and Attachment A, Section 1.4, Page 6 of 204: The Solicitation states in Section 1.5, "ALTERNATE RESPONSES WILL NOT BE CONSIDERED". Attachment A, Alternative Proposals are encouraged and Proposer 2 P25 Radio System RFQ No.: 612382 "should detail these and submit them as a separate proposal," How does the City distingJish the Iwo, or should either paragraph be stuck? Response: Refer to Item F above. 5. Appendix E is watermarked as Draft. Is this a final count? Response: Yes. C. The RFP document references Appendix A as capturing the areas of the City which should be design for 12- and 24-dB in -building coverage. However, the map shown in Appendix A does not show a late, for which areas should meet what loss level. Can the City provide a rnap showing which areas should be designed for which loss level? Even better, could the City provide Shapefiles for each loss area? Response: A `ull sized map, with the City of t`rliarr!'s boundaries and coverage, will be provided to each firm in attendance at the Nlandatory Pre -Proposal Conference on June 2, 2016. All ether information remains the same. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE RFP AND SHALL BE MADE A PART THEREOF. Annie ._erez, CPPO, Director of Procurement City of Miami Procurement Department AP:lo c. LydiaOsborne, CPPO, Assistant Director of Procurement Rick Falero, Director, General Services Administration Rafael Suarez -Rivas. Senior Assistant City Attorney Pablo R. Velez, Assistant City Attorney This Adtiendum shall be signed by an authorized representative and dated by the Proposer and submitted as proof of receipt with the submission of the Proposal. NAME OF FIRI\:1: DATE: SIGNATURE: 3 P25 Redo System RFC) No,: 612382 City of Miami RFP592382 RE'VISEi F!27/' 6 APPENDIX H 800 MHZ DIGITAL P25 PUBLIC SAFETY RADIO SYSTEM PRE PROPOSAL CONFERENCE AND SITE VISIT SCHEDULE THURSRAY, JUNE2, 2016 PURPOSE SITE BLILDING LOCATION TIME CONPERE:CE SITE V:S:T LUNCH BREAK SITE 1J#SIT SITE VISIT SITE VISIT ERE COLLEGE 3425 FIRE CO;_L E_E 3425 JEEFERSON, STREET JEEFERSCN STR•ET FRIDAY, JUNE 3, 2016 PURPOSE Sr= V:SI'_ S:7E V,_IT SrE V:SIT SrTE V SIT STATION 11 STATION 3 STATION 3 S.C.W SITE BUILDING 5920 IFLA'iLER 1151 NW 7 STREET 1151 NW 7 STREET LOCATION 10:00AM-12:00N 12:00 N-12:300PM 12:30PM - 1:30PM 2:0G'v-2:30PM 3:0€0PM - 3:30PM 3:3OPM-4:00PM TIME LUNCH BREAK SITE V SIT SITE VISIT STA1'ION9 PAR-( PLAY= POLICE CEPT. HC C.A.B. 69 NE 62 STRE.E7 915 NW 1 AVENUE 400 NW 2 AVENUE 111 NW 1 STREET WEL_S FA:= KEY B.scAYNE FJ 8:30AM - 9:COA,M 9:30AM- 10:COAM 10:30AM-11:00AM 11:00Ai,'-12:CO N 12:00 N -- 1:OOPM 20O S. B,3,2A`r'NE BLVD 1:30PM - 2:30P M 560 CRANDON BLVD 3:COPM - 4:OOPM eat) C-? 1A1-14 ADDEND[ 1st NO. 2 DATE: June 10, 2016 TO: ALL PROSPECTIVE PROPOSERS SUBJECT: SOLICITATION NO.: RFP 592382 TITLE: 800 MHz P25 Public Safety Radio System This Addendum becomes a part cf the subject solicitation. A) Please find attached the attendance sheet for the Pre -proposal Conference for the subject solicitation. SECTION 1: CHANGES, ADDITIONS, CLARIFICATIONS AND DELETIONS: The following changes, additions, clarifications and/or deletions amend the above - captioned Request for Proposals and shall become an integral part of the Proposals submitted and the Professional Services Agreement to be executed for RFP 592382. B) Section 2.6, Bid Bond/Security Bond and Performance and Payment Bond, is being deleted in its entirety and replaced with the following to include the amounts of the Bid Bond Security Bond, and the Pe„o!mance and Payment Bond. Deleted language is crossed through, Undelined language is added. Section 2.6, BID BOND/SECURITY BOND AND PERFORMANCE AND PAYMENT BOND (page 8 of 204) A. Bid Bond/Surety Bond Refer to Section-2.11 of the-e4eita-ten,Refer to Section 1.11, page 9 of 54. The Bid Bond/Surety Bond, in the amount equal to 5% of the proposed prce, must accompany the Proposal. Proposals without bid security will be considered non- responsive. Bid Bonds will be returned after the contract is executed, unless returned earlier, at the City's discretion. Bid security must be in the form of a certified check. cashier's check. an irrevocable letter of credit or surety bond payable to the City of Miami. The bid bondisuret'i bond is conci,toned upon ti-e selected Proposer submittinQthe specified per'ormance and payment bond. Failure or refusal of the selected Proposer to submit a satisfactory performance and payment bond within the time stated w;11 result in the forfeiture of the bid bondisuretv bond es liquidated damages. Bad bond/surety bond will be returned after the contract is executed. unless returned earlier, at the City's discretion. P25 Radia Systems RFP592382 B. Performance and Payment Bond Refer to Section 2-1-5 2.14, Performance Bond Requirements (Page 33 of 54), also Section 1.59. Performance,Payment Bond (pace 20 cf 54) of the Solicitation for additional information. The selected Proposer she!' execute and deliver within ten (10) working days of the issuance of e Notice -to -Proceed, a Performance and Payment Bend in the amount of 100% of the tote! acireec upon annual price. The selected Proposer shall comply with the performance bond requirements every year during the term of the contract, including and extensions or renewals thereof. The City's Procurement Department will issue a notice to the selected Proposer every year and the selected Proposer shall deliver the performance bond to the City within ten (10) working days of the notice issuance date. If the selected Proposer fails to deliver the initial Performance Bcnd u5lithin the specified tirne, including granted extensions, the City shall declare the selected Proposer in default of the contractual terms and conditions, and the selected Proposer shall surrender its bid bond. To the extent that the Proposer objects to the terms and conditions of the Performance Bond and Payment Bond that are set forth in this RFP, such Proposer sha!, set forth such objections in its Proposal responding to this RFP. These objections will be reviewed as part of the City's sy&ect;on process to select the response that best satisfies the overall requirerrents of this RFP, as determined by the City, in its sole discretion. If the Proposer does not set forth e request: for a modification to the Performance Bond and Payment Bond in its response to this RFP, then such Propose, sJna'1 be bound by the terms and ccrditons or the Performance Bond and Payment Bond as set forth in this RFP. C) Appendix G, Article 15., insurance. Subsection C (page 13 of Appendix G), is hereby deleted in its entirety and replaced with the following to remove the first sentence. Canirac`or4,e lerst-e.r s a -agrees —that -any and ci ties rc g4he use -of any of Contras: s-er :p:cyeesecir any-of-ContraYt s-sebcant tors-focec mated to t4ie--Agreeme'-t cha;l e-berae-s ,l&l- / CetFactor etl ro hotit-the-te m of--thie—Agrees est--and-t; -t-his pre ie cry. shall stievive—tho tcrr inat-ion--ef-this Agree lent_ Contractor ft,h understands and agrees that insurance for each employee of Contractor and each sJbcor.tractor providing Services related to this Aareement shall be ma retained in good standing and approved by the City Risk eagement Administrator throughout the duration of this Agreement, D) Appendix G, Article 4, Scope of Services, is being amended to add Subsection D to include the following language. D. Contractor understands and agrees that any and all liabilities regarding the use of any of Contractor's employees or any of Contractor's subcontractors for Services related to this Agreement shall ce borne solely by Contractor throughcut the term of this Agreement and that this provision shall survive the termination of this Agreement. E. Section 4, Submission Requirements, Item I, Proposer's Proposed Price is (page 52 pf 54) is hereby amended to clarify question 39. 39. Submit a Schedule of Values in the sealed envelope with the Proposal's Proposed 2 P25 Radio System RFQ No.: 612382 Price, allocating the entire proposal price to the scope of work. Provide such data to substantiate its accuracy. F. Section 5, Evaluation Criteria, beg,nning on page 53 of 54, is being amended to add language pertaining to price. This additional language will appear as the last sentence in this Section: ''After the evaluation of the technical proposal, in tight of the oral presentation(s) if necessary, the City will open the sealed envelopes containing the Price proposals, and evaluate the price proposals of those Proposers remaining in consideration. The price proposal will be evaluated subjectively in combination with the technica. proposal, and oral presentations. including an evaluation of how well it matches Proposer's understanding of the City's reeds described in tne RFP, the Proposer's assumptions, and the value of the proposed services. The pricing evaluation is used as part of the eva'.uatlon process to determine. the highest ranked Proposer. The City reserves the right to negotiate the final terms conditions and pricing of the contract as may be in the best interest cf the City." H. Section 1, Instructions to Peepcsers, Part 4, Evaluation Criteria and Process (starting on page 15 OF 204), is hereby deleted in its entirety and replaced with the following language to clarify, the to ensure it is consistent with Section 5, Evaluation Criteria presented or page 5-3 c v4 PART 4: EVA! UATiON CRITERIA AND PROCESS Each procosai l 11 be re it oned by Procurement Department Staff to determine if the proposal is responsive to the submission requirements cutlined in the Solicitation. A "responsive proposal is one which follows the requirements of the forma! solicitation, includes all documentation requested, is submitted in the format outlined in the solicitation, is cf timely subm,'ssion, and has appropriate signatures as required on each document. Failure to comply with the requirements may deem a proposal non -responsive. During the responsiveness review stage, proposals will be reviewed using a pass/fail determination. Proposals must pass this fist phase of the evelu :ton process to move on to the next phase. Fol,owing the review of ail proposals to determine responsiveness to the RFP, responsive Proposals will be reviewed and evaluated by an Evaluation Selection Committee (Committee). The Evaluation Criteria can be found in Section 5.1, Evaluation Criteria, of the RFP. Evaiva'ion of proposals during the next Phase shall include, but not be limited to, consideration of the following as indicated in Section 4, Submission Requirements, and Section 5, Evaluation Criteria: A) Proposer's relevant experience: qualifications, and past performance. This could include, but not limited to: a) Past performance of the firm including timely completion of projects, compliance with scope of work performed within budgetary constraints, and user satisfaction; b) Firrn's capacity to per`orm the work giving consideration to current workloads; c References from previous clients, including size and scope of the project; 3 P25 Radio System RFQ No.: 612382 d) Firm's familiarity with problems applicable to th-s type of project. B) Relevant experience and qualifications of key personnel, and subcontractors. This could include, but not limited to: a) Composition of the principals and staff assigned to the project, particu arty the proposed project manager and immediate staff, and their qualifications and experience with projects such as that being proposed; b) Adequacy of the personnel of the firm to accomp:isrh the proposed scope of work in the required time. C) Proposer's approach. This could include but not limited to: a) Over?! system des'gn. b) Cc; :r,Y g_larantee. c) Rese ::.,s:veness to customer requirements. d) Soune:ess of technical approach. e) Feasibi ity of design. f) Company experience. g) Management approach. h) Risk(s) to the City including care, custody and control. I) ►r'larrarity. sMaintenarce. and Support programs, D) Equ'omerrt and Software. Ths could include but nct limited to: a1 Compliance with spe:ifica:.one. b) Serviceao' ity. c) Quality of workmanship and materials. d) Superior design features advantageous to the customer. e) Equipment inter -changeability. f} Ease of installation and removal. g) Equipment performance and reliability. h) Clarity of instruc.cn rnateria! and system documentation E) lnsta":<.;on, Imolemertation and Maintenance Plan. F) Financia Capability. G) Training. H) Price. Evaluation of price will include, but not limited to: a) Costs of other supporting infrastructure and facilities. b) Re!a`'ve cost benefit and quality as a function of the proposal (best value). c) Proposed acquisition and implementation cost. d) nit costs of subscriber equipment, e;• t_ifecyole costs (subscriber units; maintenance, software licenses, etc.). f) Projected enhancement costs at 5, 10, and 15 years of service. Since it is the City's desire to select the most qualified firm, upon completion of the technical criteria evaluation, rat r.gg and ranking, the Committee reserves the right to schedule oral presentations with those firms the Committee deems to warrant further consideration. Following oral presentations, the Committee will re-evaluate, re -score, and re -rank the proposals; prior to opening arid evaluating price. END OF SECTION '1 P25 Radio System RFQ No.: 612382 Section 2.10, Insurance Reiqufrements (page 29 of 54) is her-eby amended to delete the first paraciraph for consistency with °trier Indemnification sections of the RFP. The following language is being deleted from Secticn 2.10: INDEMNIFICATION °Sete ted Proposer sha'`.-pey-roF- aeha f o', inde^,,,-ify-a ,.! : G `.' . oiToials harn?less, fro g-a i--against any +':alndeol-1 a��-fiat i cc, lossed n caU6� cf-a ctione- -ai-e -rmta-�f ari e o Jf-c7",.`i'aotedOcr s ,.tie; iC9Fna f the-pie-visio ^file-c tract tF�o1 i{ a all acts -or -omissions tract-cn--tl~ r=G S cetad Prop}o�se -ir d-i-��any--pe�F�oc,,8n pvr€arr,,in. e„ i � Con ractef : oneSciect..d-P-4:apo'Seels-ben-aH-proii` l-tha.a.ny--s6ch r`leicn-s `: lilies, louses e i€--c i ses-of-s_ --h a oti:n re--ne: at;ril ed °-to-the-Aegligenee oF-rnis•cnnd tat of the city a sly J -j9E jt. d mes-`r : Q.. a _.4 k'..: n • is--Cn.traot-.-4rilecio i` i=itjrr- bie te4he Cif -Mc City, antis r°rom a'ic-agairies -ail-oests7-a4or-hei5- fuJs-e-x-pe .1 !'C-ai-Pica I; lifred-i 4-ee depfeensa. of any ;r Ch- aim--o t-:"1e it i°0Stgatbr'--Wrefeof SECTION 2. INQUIRIES AND RESPONSES: J. The following are the inquiries received and the corresponding responses: Q1. Section 1.11, of the General Terms and Conditions, t t;ed B d B°ord B d Security (page 9 of 54) die: rct state the ano:.rt of the Bid Bond,B:d Secu'ity° is the Bid BondiB:;d Security for the f I amount cf the est:ma!„-contract value or 5''.o titestimated � contract value, , Is no id bond requires? Response: Refer to Item B above. Q2. Section 2.9, Failure to Perform (page 29 of 54), allows 43 hours to re -perform conflicts with other sections that allow for 5, 7 and sometimes 30 days. How is 48 hours a different right to cure from tr-e others? Response: The documents vvW be reviewed carefully to eiminae d`screpancies, however tr'.e order of precedence whenever there is conflicting or irccnsisten: language between documents is as follows: 1) The Professionai Services Agree'lent with the Scope of VVor'l< and all Exhfbi';s and other Agreements expressively referenced and attached as Exhibits; 2) Adderda!Addencun to the RFP; RFP; and 4) Contractor response to the RFP. Q3, Contractor's insurer advised that the statement in Subsection C of the Insurance requirements, p. 13. "Contractor understands and agrees that ar.y and all liabilities, regardin, the use of any Contractor's employees or any Contractor's subcontractors for Services related to th's Agreement shall be borne solely by Contractor throughout the term of this Agreement and that this provision shall survive the termination of this Agreement," an insurance requirement? May this statement be moved to Article 48 of the Contract, Appendix G. Response: Yes, see Items C) and D) above. Q4. in the RFP document, beginning on page 48 of 54, Section 4, Submission Requirements, very specific instructions are provided with regard to the format, content and order of the vendors P25 Radic System RFQ No.: 612332 submission to the RFP. In the Attachment A, beginning on page 9 of 204, PART 3: Proposal Format and Content. very specific instructions are a'so provided with regard to the format. content and order of the vendors submission to the RFP. These instn. ctions vary in detail specific to the required format, content and order of the required vendor submissions. In order to ensure that all vendors follow the same RFP submittal format allowing for ease of evaluation, can the City of Miami please clarify which set of instructions should be adhered to specific to the proposal format. content and order of the RFP verdor responses? Response: Section 4. Submission Requirements, starting on page 45 of 54, was designed to reflect the evaluation criteria and their respective. weights (points) presented in Section 5, Evaluation Criteria, (page 53 of 54). In response to this RFP. Proposers shall carefully follow the format ard instruction outlined in that Section Proposals should contain the information itemized in each of the sections (that match the Criteria in Section 5), and in the order indicated. This information should be provided for the Proposer and any sub -consultants to be utilized for the work contemplated by this Solicitation. Proposals submitted which do not include the listed items in this section may be deemed non -responsive and may not be considered for contract award. Proposer should complete and return the entire Proposal Submission Package. All documents and information must be fully completed and signed as required and submitted in the manner described. The proposal s,ha'I be written in sufficient detail to permit the City to conduct a meaningful evaluation of the proposed se etices. Q5. Se.t.cn 1.5. in Section 1.0 General Terms and Conditions (page 7 of 54) states, ALTERNATE RESPONSES WILL NOT BE CONSIDERED,' however, in Sect or. 1.4 of Attachment A it is stated. "Proposers may offer more than one proposal as long as each proposal addresse3 the requirements sat forth in this RFP. Proposers are encouraged to review the scope of work created by the City and the various task requirements called for within the scope. If the Proposer believes that there are alternate methods for meeting any of the RFP requirements different than those envisioned by the City, the Proposer should detail these and submit them as a separate proposal." Please clarify if alternate proposals are permitted in response to this RFP. Response: This was responded to in Addendum No, 1, Item F. Q5. In the RFP document, beginning on page 53 of 54. Section 5, Evaluation. Criteria very specific informaticn is provided specific to the evaluation process inciud.ng technical criteria and associated weighting. In the Attachment A beginning on page 15 of 204 PART 4: Evaluation Criteria and Process specific instructions are also provided specific to the evaluation criteria and prccess. The information, provided in these two sections specific to the evaluation criteria and the evaluation process varies. a) Can the City of Miami clarify the evaluation process and weighted criteria that will be considered in determining the selected vendor? b) Will price remain sealed until such time the technical evaluation is complete? c) Has the evaluation committee been established? Responses: a) The Technical Criteria and respective weights. for a maximum of 1,500 points per Committee 6 P25 Radio System RFQ No.: 612332 member, shown in Section 5, Evaluation Criteria (page 53 of 54) will be used by the evaluation Committee to evaluate and rank the proposals received in response to the RFP. b) Yes. Pursuant to Section 4 Submission requirements, Item H. Proposer's Proposed Price price must be submitted in a separate sealed envelope. Refer to item E, above for an amendment to ti-is section, specific to price. c) The Evaluation /Selection Committee has already been appointed by the City Manager. Q7. In Section D of 2.5 Fuel Supply System Requirements, #3 is blank. Please clarify if this was done intentionally or if it is missing info relative to this RFP. Response: Section 14, Part 2, Subsection 2.5, Fuel System Requirements. Sub Section t0. Piping. and Attachments (page191 of 204) item 3 was left blank throe_; a- a scriveners error, and has nc impact on the requirements and can be ignored. There are actually 11 items in this section instead of 12. Q8. The RFP appears to contradict itself with regard tc analog encryption: a. Section 2 Part 2 Subsection 2 2. C. 2. (page 38) states: "VHIF/UHF/800 Conventional Base!Repeater Mutual Aid radio system infrastructures shall support analog user equipment and encryption.' b. Section 3 Part 1 Subsection 1.6 N. 3 (page 61) states: " Analog encryptions not desired or acceptable." c. Section 4 Part 2 Subsection 2.4 E.1. (page 76) states: "Conventional analog base stations must be capable of AES encryption.° Could the City please clarify the requirements for various equipment to support analog encryption Responses: Below is clarification to the specified requirements: a) Section 2 Part 2 Subsection 2 2. C. 2. (page 38 of 204): This should read "shall support analog user equipment and AES encryption." b) Section 3 Part 1 Subsection 1.6 N. 3. (oage 61 of 204): This statement can be deleted since this section refers to the P25 network. Only AES encryption is desired c) Saction 4 Part 2 Subsection 2.4 E.1. (page 76 of 204): The conventional analog base stations should be capable of AES encryption for future use. Q5. Page 65, Section 1.9B stales in part that. 'The City requires that for any design requiring central controller equipment, in addition to the equipment redundancy normally provided at the control site, that the Proposer provide for back up equipment at a backup control site to guard against the complete loss of the primary location." Does the City wish for both the Primary and Backup Core sites to both be locally redundant? In other words, both Core sites would feature fully redundant components such that a single -point -of -failure could not render the Core site inoperable, in addition to the geographic redundancy provided by a backup Core site. Response: The intent is to implement a network that cannot be impaired by any long term condition that may render either a primary or secondary controller site inoperable. The primary and secondary controller sites must be capable of maintaining operation of all site subsystems inclusive of conventional resources as well as allow network changes as needed in an emergency situation. 7 P25 Radio System RFQ No.: 612382 Q1 0. Would the City be able to provide an electronic "shapefile" for the City? This will allow the ability to input it to our systems and increase the quality of responses to the City. Response: The City is currently working on this request and will provide the electronic shapefile once completed. Q11. The Professional Services Agreement states. `Certain terms herein (indemnity / hold harmless, insurance, cancellation far convenience, funding out clause, among others) are long standing city requirements and may not be modified regardless of whether any exception is taken." There are 3 different Indemnification clauses: a) General Terms and Conditions, Sec, 1.42. p. 12: b) Special Conditions, Sec. 2.10, p. 29;i and c) Professional Services Agreement. Art. 11, p, 3 The City stated that the indemnification clause may not be modified but which Indemnification clause is the City's immutable version? Response: See Item I above. The first paragraph of Section 2.10, Insurance Requirements has been deleted in its entirety. The language in the General Terms and Conditions, Section 1,42, Indemnification, page 17 of 54 apply to the acquisition of gcodJequipment services formally procured by the City of Miami. The language in the Professional Services Agreement, Article 11, page 3 of 22 will remain in the Professional Services Agreement. As stated in the response to Question 2. the cider of precedence whenever there, is conflicting or inconsistent language between documents is as follows, 1) The Professional Services Agreement with the Scope of Work and all Exhibits and other Agreements expressively referenced and attached as Exhibits: 2) Addenda/Addendum to the RFP; RFP; and 4) Contractor response to the RFP. All other information remains the same, THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE RFP AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO, Director of Procurement City of Miami Procurement Department AP.lo c. Lyd'a Osborne. CPPO. Assistant Director of Procurement Rick Falero, Director, General Services Administration Rafael Suarez -Rivas. Senior Assistant City Attorney Pablo R. Velez. Assistant City Attorney This Addendum shall be signed by an authorized representative and dated by the Proposer and subrnitted as proof of receipt with the submission of the Proposal. NAME OF FIRM: DATE: SIGNATURE: 8 P25 Raci.o System RFQ No612382 Completing this attendance sheet is optional. NAME ATT..NDANC.E SHEET PFP/RFQ NUMBER; RFP NO. 592382 Miami Fire IDcpartmentTraining Center, 3425 Jt41L;15on St, 11.11 Floor, LOCATION: FL 33133 PURPOSE: Pre -Proposal Conference/SITE VISITS DATE; 2 Jun-16 COMPANY "::. AbDRESS y12r o w/ CC (.1';42 1V0 i6( 6r r rf ALL L '-141 �a ( PHONE E-MAIL why (-6 22` } �`vf�•r11 t c/? `Y lJ o /c✓q ,c.•?��, s C„ 1)3!/) [ f s. e77 r' hi• ci r P cd r" n r J ff- / A (A. r } Al0—ter(ci %-i t,<) r:.f 41.01) 2 - 1 ! '* 0 b 1 vex- ci L11l12 e. n.,dGi r� [t Ll 'CLL9 G3 �i 5. Lei» G 6FA _t'iy� ATTENDANCE SHEET IRFP NO. 592382I.FP/RFQ NUMBER: MiaTli rite Dctpaitment Tiainitiy Ci ilti , 3125 3cl1Qr..un. St, lth Flour, Room WVbirr LOCATION: FL 33133 PURPOSE: Pre -Proposal Conference/SITE VISITS b ATE: 2-11n- 16 Completing this attendance sheet is optional. .. i. ... , - • :::•,-; • , E NAIVIE. ,• : COMPANY ,PHONE: F , MAIL .c69,--) v•-(Ae—cD. 0 es A.--D M , — - -, , C-7'-'1--: . . ' (.4,1(.. •n) -not e"--)11 A.),.. v41. ‘ — . — , 1 c- L -3.7 I e (3 Or) 771—ca'67 ,,r 2 .t.[Q_, -,.-N,--,- .. , - ',tug 3w -if-_--, ,vr,_ :e. ro.tc•w‘ I 7-) / I utiv ea/71-1,0-:13 ITC) 44-4— _,I.,t.) 2.-“,‘ ISL: € i I - A : 'PL.. -3 3 i 3 0 30-; LH C2- 2027 0h-ffezzl(;-. xi i 60 "IL ..6...i-.?,:_:',"71,•C.,.n.4-7 I / 2 Z. 5 //,'. i.) _ 7 9 /--14<4- „.....9,,,,...„ t /57 3 „ / 2_, PL7j-i 2''Z 3 --.3i c; c. -,/ ,L* 177 c4/4 f 1./.-, R6 L 1". 6,-):t'...C.--5-4- I Li (.4,-e L if .,..no„t•,--c!-- i <-- L 1 1)_ 1 - , 4A- f .‘/{ t--) 'Th707-F),!--4,1 21 / 47 2--. ,-,-.... 2,).AL-) = ---1\- 1 4.C1) 3 31 -.) 03 C''' / 1 crc72c1,-") fcq_., 1-- 1 .2,) ( ?C) dt) "3 ) e T.- tA49e, ._, .____ , ,_ e, / ,....-r ',., - / ) e, / 4 ,t,, e: • Zo a (Id ,---"---_-; SO g i , Al2 , 24 , : ' , 4•ce. 4- „_)e-.1. 1,77 7eyti. ) - r,>Le'-.: 0 C€: :5-1i.) -S, ti IC_-.) IA— ru i t 'L. ‘r( \nil'. -ri ° Cki c::: \ '..,•'''; K? 7- I g.-;› , 14444 go. ,e7 (..Y°A.5 • 6-; u '770,4 .1. ATTENDANCE!: SHEET RFP NO. 592382 RFP/RFQ NUMBrR: Miami FttL. Dc7paitli*111: Training Curlier, 3-12S 3Q1f135on Si, -101 Floor, Rooru \i‘itst, LOCATION: FL 33133 PURPOSE: Pre -Proposal Conference/SITE VISITS [ATC.?-Jiini( Completing this attendance shoot is optionat . . . . . .. • NAME • COMPANY ::-• -'1.,,H,.:. _ AbbPESS, . . . :. ' .. :, , PHONE:, :;,:.:. ..EMAIL m j ciLo w4vE. to 5: -r kripr-.145 . 3,r3i 0__ [),4. 0 oz-vp,c,0 (./J --i-ti- Ft, „, (k, 57, (1,.:7,--f? . .-:.J.7.,k, S11. , cArl e IS T.\ ' r•—) ?-k -5 r F-Ftrvz 5 I2.rt-d t`'l 4 ' .: dilf‘- t. b//e-foe&---2- 14ieil/--C fa 0 P i(tosi ,r CO/P. 33.3 2 •TOC,..: fillaQ 0,6:2- g riA,,i,d do.ti 14,'N, o• 00 Vc12or/0 --, _ r. , V- k t41 (ckat t . // ) .0 A../P4-11,--- 1_1(Z, k-INIVII) V) LWY%.,t.t p2p6e noreeL, PL. .',..a)_--;( 331-a-n--)14/43- } 0,0,4_0. NPA-LE 0_)cole_bcp..cor•-• +4-iti E z j . 50 ,•.e s(4.* r (f..- C.? ATTENDANCE SHEET RFP NO. 592382 REP/RFQ NUMBER: 141nrni Fire Dori:11'111ml. Training Center, 147u, ioffermn St, 4th floor, flonm 1 Woqt, Nbmi LOCATION: lt PURPOSE: Pre -Proposal Conference/SITE VISITS DATE. -0 11- i ( Completing this attendance sheet is optioiwl. NAME " . -. , COMPANY .:: ...:. : . . A OM ESS . PHONE- . :. E-MAIL ... . .... . _ ..__ _ _art4-hori7, Fictfis.g.n. C-54,1 0 4 t"-f,:i co-:. at4-L1 or 1--i.,,..„,. 6, gill/ 1.,) 2,'S Ave v'-i; cke.,:, obsi imo- i (r15 eimharz 5e,tpor 02' ri ealfltJ?6_ Q kc, ii,-1- .E-L-L, ) --Icz ikk,--, 2Ave ge,,..-. - )(16,0- ina.-- o ---- 11---&f,/ 2-----7/ie LJ 0 - ' 7 1...J 17$410? e44,0 --)h.f \( (1---'---t.ENr-7- Mo -rn RD i- goo G U, `)1,-)weist:--- 6.1.__vb, —.r.A..Ti—e- 0 Pc-t'j \r•-f7.`:.ag-f---%-..7 -...‘.1-7.,,k,t7 0 r_YA lk. ? I IIi Aoi(1( A; ,Fi Lr ir)63 rL")—C2.16.(-44 ()i949 .M5' Z iy e ,-e")/0 .c)/ ) riu?O;AC 041 ATTENDANCE SHEET RFP NO. 592382 R1P/RrQ NUMBER: lvliami fire Departrnont Training Center, 342 Jefferson St, 4th floor, Room 1 liNefl, Miami, LOCATION: R. 33133 PUPPO5E: Pre -Proposal Conference/SITE VISITS DATE; ?Jun t6 Completing this attendance sheet is optional. NAME COMPANY AbDP.EsS PHONE E-MAIL 42, - Cer,^2" -Le jai -67:-/"Z", Sc., fe-f +7.4:er Lfr.c./Z 17- c:n.gee,/.41., C;c---- -rde,1,.,6): sou, ATTENDA.NCE SHEET F1FP NO. 502382 RFIV1:FQ NUMBER; LOCATION: St:Ilion 9, 6J NE 6.7nd Streot, Mi.rmi PUPPOf 17: SITE VISITS bA Tr: -1 )tiii-1( Completing this attendance sheet is optional_ NAME COMPANY ADDRESS . PHONE ' .-.. E-MAIL Cit'r--61. E 7 5 S6P-f 'Libre), r---of----- ,.._ S'Iz61,0 tori sc=,. ptvz) (30v Des.7-,Wc,(5.9 44. i `c-S. ::.e. t•r,',7bazzi''''''.--s4,_, /.5/ak, _ S :71 tio/Dita -CoL-u 16 2 (Z-t-z-vcr6d C - r- . 2 1 6 ,5 07 5.51- -?-'2- S), NI DY Ire Nrr /It, --c 0 K & I._ irk 8b00 t,). 5unit; 6E-- ig (... ii NANM77Of , ( (-- 33 7-- 15-Y. C12-q4-4-0 ( Q14.6-roefoa-ASoc....0 C cati_ 49fr • 14CQOL'a 4//21e/-r /0 6 t, -<4,06flid-r/ .Coka- 1744 S'Oftik,ef: z tr-51— 33-ZZ-3 ?s(1 )2/{,‘ s- 7 0 -I vie- 44.--1Q,-)va e_ (Tea V (Ze-CCL /2 t( et. si 1 MIS/ ,te0-(2-,E htad6 -CD t'e _S 61A 0 f) gibt) P ( i (,- f i' C ) SAlovio,IMWor,Je & C.eidikic .pr,.t ifA9/S4i/ -1400(A)A0 (4 it ii ( ) ID3Abo())0. d 0). )4/AZ2[Sr eelay itClOn A/12, t 4 )' (Tc`-- ) \-01„cr': 0 Y)S— WO .2C1 kyr (::ft4- t,3-1 6 vim car.(tO coD-Pe-&7 -1k) viY1(43 9&t, IA t t171-1- c-c1-4-5 ATTENDANCE SHEET RFP NO. 502382 RFP/RFQ NUMBER: LOCATIONI1 Station 9, 69 NE 62mi Strept, Miami PURPOSE: SITE VISITS DATE: 3-Juri-Di Completing this attendance sheet is optional. NAMF• COMPANY • ADIN-ZESS (l/0V) '2 2 4-0 7-<-) PRONE E-MAIL n't !viz) TOfZ6L,A):,z1,_ 4, ( LT.67-Ze CC" ncriziq cp_v11.7orp:4k 3e,4,- I _ADDENDUM NO. 3 DATE: June 15, 2016 TO: ALL PROSPECTIVE PROPOSERS SUBJECT: SOLICITATION NO.: Request for Proposals (RFP) 592382 TITLE: 800 MHz P25 Public Safety Radio System This Addendum becomes a part c` the subject so'icitetion. The following are the inquiries received and the corresponding responses: Q1. The system and equipment will contain embedded softeuare. Will the City be licensed to use the sofei a"re if the Contractor may not add the additional terms and cordit.ons of its standard scft ,are license agreement? Response: This question is not clear. Please. resubmit if app' cab)e, indicatirg which Sacsioe and page number of the RFP this question is referring to. Q2. Sec. 5.B., Comcees elon, ;p. Prefess'onal Services Agreement. Does "to the satisfaction of the City' or ,`S'a`.is :tor j'' mean "per the contract requirements" thro :gho it the R=P and Contra Wit? Response: Yes. as meas�re.i by the RFP and contract requirements. 03. Would the City be able to provide an electronic"shapefile" for the City? This w l allcni the ability to input it to our systems and increase the quality of responses to the City. Response: A copy of the electronic file (CD) can be picked up in person at the NIRC Building, ^4.4 S`P / 2-`3Av r.. e, 6'" Floor, Procurement Front Desk, Miami Ficrida. Q4, Section 2, Pro ect Overview and General Requirennents, Part 1, General, subsection 1.1 (E=) on page 18 of the RFP, suggests that interopersbliity'mutual aid marine channels are currently deployed a: Miami Police Department and Wells Fargo sites in the VHF band (3 channels at the PD) and 800 MHz band (5 channels at the PD and 8 channels at Wells Fargo). In paragraph 1.4 C 2 or page 21, the RFP calls for all of these channels to be consolidated to the tNells Fargo Building, and additionally asks for UHF capability at this location. However, none of these licenses are found in Appendix D, with the exception of call -sign VINZZ936, covering a single 800 MHz channel at the Wells Fargo Iocatice. No current licenses are exhibited in Appendix D far the Police Department icoa'.icn. The two VHF licenses in Appendix ID, are for locations at Rickenbaoker Causeway and Bayside Marketplace, but not the Police Department HQ. Appendix D does not appear to certain any UHF licenses. Could the City please specify the charnel counts and specific frequencies in each band (VHF, UHF ard 800 MHz) that should be deployed at the consolidated Wells Fargo site, ard identify which of these channels should be conventional versus trunked? P25 Racio Systems RFP592382 Response.: Please see below table. EQUIPMENT USE Repeater 1 800MHz R =,.eater 2 800MHz Rapeater 3 800MHz j Repeater 4 800MHz t Repeater 5 8C0MHz Repeater 6 800M1-lz Int:roo Base 1 VHF IrterCity Base 2 VHF InterCit+ Base 3 VHF "stone 6 3,9 4 3_,sa5 UH= Courty Fire 80CM—z InIte opp Base r 800N1HZ Interoo FREQUENCY (MHz) 857.8125 859.8125 FREQUENCY (MHz) 812.8125 814.8125 855.6125 81 0.6125 854.3625 809.3625 854.7875 809.7875 854 6375 809,6375 155.3700 155.3700 155.3700 1 6.21 A, 2218 A, Regular Disp. Channels 8 Call Chanreis 8 Call Chancels Base 7 Base 8 Base 9 80 MHz Interoo 800MHz Interco 8 Cal-, Chan —es 8 Call Channels 800r 1;-z 1= :u :C 8 Call Chan'e!s All other information remains the same. 155,3700 32A.83A LOCATION f5 Wells Fargo Conv f5 Wells Fargo Conv fs Wells Fargo i Ccry fi Wells Fargo I Conv f3 Wails Fargo i Cony Cony Trunked Fargo Conv Wells Fargo • Cony Was Far it l Ccry liVe:Is Fargo Ccnv PD HQ Con'/ Wells Fargo Coy/ Wells Fargo Con°! Wells Fargo Con`v tr\. el1S Fargo Cony Was Fargo ' Corr/ THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE RFP AND SHALL BE MADE A PART THEREOF. Annie. erez, CPPO, Director of Procurement City of Miami Procurement Department AP:Io c. Lyd`a Osborne, CPPO, Asss`ant Director of Procurement Ric: Faler o, Director, General Services Administration Rafael Suarez -Rivas, Senior Assstant City Attorney Pablo R. Velez. Assistant City Attorney This Addendum shall be sigred by an authorized representatve and dated by the Proposer and submitted as proof of receipt with the submission of the Proposal, NAME OF FIRM: SIGNATURE: DATE: P25 Radio System RFQ No.: 612382 .ADDENDUM NO. 4 DATE: June 28, 20'16 TO: ALL PROSPECTIVE PROPOSERS SUBJECT: SOLICITATION NO,: Request for Proposals (RFP) 592382 TITLE: 800 MHz P25 Public Safety Radio System This Addendum becomes a fart of the, subject solicitation. A. Appendix B. Orifice! Buildings, is being amended to add one location, Miami Fire Department Trainrg Center (Fire Colege), that was ih: u ert3ntly orn tt- d. and to, correct the addresses of Mi:m Fire Stations 13 and 14. Sce Revised Appendix B. B. The dead; re for receipt of proposals for RFP592382 has been extended to August 30. 2016. at 3:00 PM Coca: time), to allow addi'.onal t me for proposers to perform s'gnal level tests in Critica Buildings. C. Attachment A, Setds:l 1. Part 1.3, Anticipated Schedule for RFP, Page 6 of 204, is beng rep;°sec to Jpc`3te the due date, to correct tl'e Deadline for Receipt of Questions and Clarf:cations, and to update the schedule. Deleted words are stricken through, Added language is underlined. 1.3 ANTICIPATED SCHEDULE FOR RFP Action Date/N otes Mandatory Pre -Propose! Conference arc Sits Vis. 2 Deadline for Receipt of Questions and Clarifications 3 Propose! Due Date Evaluation Process June 2, 2016 Attendance to both the conference and site visit is mandatory. A list of Proposer's representatives must be submitted via email to tosborneCmiarnigov.com, a ;minimum of 72 hours prior to confe-once. du-1-y 1, 281-6-J u ly 11, 2016 No questions received after the deadline will be considered. Ju1y,1 16—August 30, 2016 August-2016- October 2016 5 Ora' Presentations with Short -Listed August-20-1-6-November 2016 Firms 6 ; Negotiations Septembe 0-16 December 2016 7 Projected Award Date September-lOctober-20-1•6 December I2016 8 City Commission November-20:16- January 2017 P25 Radio Systems RFP592382 D. Site visits, for the purpose of performing professional signal level tests in all Critical aJildings listed below are being scheduled as shown below. Proposers are required to email Mr, Brian Lopez with their intent to perform the testing at the times given below, M. Lopez car be contacted at b!opezt rnianicov.com. Critical Site Building Location Date ' Time Miami Fire Station 13 Miami Fire Station 12 Miarni Fire Station 6 990 N.E. 79 Street 1455 N.W. 46th Street 701 N.W. 36th Street 6/30/16 • 8:30 AM 6/30/16 9:15 AM 6i30/16 11:00 AM Miami Fire Station 5 Miami Fire Station 7 r Miami Fire Station 10 P:l ami Fire Station 14 Miarni Fire Station 11 i Fire College iMarni Fire Station 8 1200 N.W. 20th Street 6'33/ 16 12:45 PM 314 Beacon Boulevard 1 6'30/16 12:300 PM 4101 N.W. 7th Street 2111 S.W. 19 Street 5920 W. F,agler Street , 71/'16 111:00 AM 3425 Jefferson Street 711/16 12:45 PM 2975 Oak Avenue 7/1/16 2:30 PM i Miami Fire Station 4 1 105 S.W. 2nd Avenue i t 7/6/16 ' 8:30 AM Miami Police Headquarters 400 NW 2nd Avenue 7/6/16 10:15 AM Miami Police North Station 1000 NW 62nd Street 7/6 16 1.00 PM i Mierni Police Soy_:t:n Station 12200 West Fiag!er Street 7/6/16 12:45 PM Man Police Grape.land 1701 NW 30 h Avenue 717/16 8:30 AM Hechts Substation I Miami City Hall i 3500 Part American Drive 7/7/16 10:15 A',! Miami Riverside Center i 444 SW 2 Avenue f 7/7/16 12:00 PM 1 Miami Fire Station 3 Miami Fire Station 1 711116 8:30A:I 7/1116 10:15A,1 1151 N.W. 7th Street 7/8/16 144 N.E. 5th Street 7/8/16 Bayside Marina, 401 Biscayne Bivd 17/8/16 Miantil Fire St Miami Fire Station 15 Station 2 1901 N. Miami Avenue 718/16 Merit. Fire Station 9 69 N.E. 62 Street. 7/8 "13 8:30 AM 1 10:15 AM 12:00 PM 12:45 PM 2:30 PM Miami Fire Station 16 is still Under Construction. E. The following are the inquiries received and the corresponding responses: Q1. After a thorough evaluation of the information gathered during the Site Surveys of June 2nd and 3"", it became clear that the time given to complete proposals is not enough, Therefore, will the City of Miami to grant additional time to deliver the proposals. Response: See B Above, The City has considered the request. and will extend the propose; due date. Q2. In order to complete a thorough design of the P25 Radio System for City of Miami, it is necessary that we perform pror✓ssionai signal level tests in ail Critical Bulldinggs listed in Appendix 2 P25 Radio System RFQ No.: 592382 B of the RFF. D ,e to the number of buildings and their locations, we estimate that this effort can take abcu4C hours. The tests will be conducted by professionals 'MI! use cur own specializes test equipment. We kindy request that the City allows us to perform these tests. Response: See D Above. The City has considered your request. end has ins udec a schedule for the sites visits to condect signal level testing, starting June 30, 2016. Q3. Pace 1 of 54 of the Solicitation states: ''Deadline fcr Request fcr Clarification; July 11, 2016 cod 15:00 PM'` Pace 6 0' 204 states: "Deadline for Receipt of Questions and Clarifications - July 1, 201 i3, No questions re,elve: after the deadline will be considered.' Please advise which is the correct deadline for q estions. Response: P:ease see Item C above. Q4. RFP = Evaluation Criteria and Attachment A. Part 4 Evaluation, Criteria aid Process. I f__ - s describe e evaluation criteria, however they list different e'ialuat n criter . a t,+.` used? The criteria used in Attachment A descr'bes three phases for e. a:U;a'' yet these three phases are not used in p`opcsel format or points criteria In RFP 592332 Sec';ein 5, Response. Flet::a to Addendum No, 2, Item G. All other information remains the same. AP:!o c. Lyda Osborn CPPO, Asslsta .t Director cf Procurement .t Rick Falero, D -ector, General Services Administration Rafael S erez-Rivas, Senior Assistant City Attorney Pablo R. Velez. Assistant City Attorney THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE RFP AND SHALL BE MADE A PART THEREOF, Annie Perez, CPPO, Director of Procurement City of Miami Procurement Department This Addendum shall be signed by an authorized representative and dated by the Proposer and submitted a :)roof of receipt with the submission of the Proposal. NAME OF FIRM: DATE: SIGNATURE: 3 P25 Rad'o System RFQ No.: 592382 CITY OFNIIANli, FL RFP592382 800 MHz DIGITAL P25 PUBLIC SAFETY RADIO NETWORK REVISED APPENDIX B CRITICAL BUILDINGS BUILDING ADDRESS CITY. STATE Miami Fire Station 1 144 N.E. 5th Street Miami, FL Miami Fire Station 2 19131 N. Miami Avenue Miami, FL Kliarni Fire Station 3 1151 N.W. 7th Street Miami, FL Miami Fire Station 4 1105 S.W. 2nd Avenue Miami, FL Miami Fire Sation 5 1200 N.W. 20th Street Miami. FL Mani Fire Station 6 701 N.W. 33th Street Miami FL Miami Fire Station 7 I 314 Beacon Boulevard Itiliami, FL Miami Fire Station 8 2975 Oak Avenue Miami, FL Miami Fire Station 9 69 N.E. 62 Street. Miami. FL Miami Fr9 Station IC 4101 N.W. 7th Street Miami, FL Miami Fire Station 11 5920 W. Flac.e.i. Street Miami, FL Miami Fre Station 12 1455 N.W. 46th Stet Miami, FL Miami Fre, Station 13 4-86-N,E. 82-‘riEi-Tee 990 N.E. 79 Street Miami. FL kliami Fire Station 14 3i-g-O-C- orai--Way 2111 S.W. 19 Street Miami, FL Miami Fire Station 15 Bayside Marina 401 Biscayne Blvd Miami, FL Miami Fire Station 16 Under .Coi-.structicn Brickell City Certe Miami. FL Miami Police Headquarters 400 NW 2nd Avenue kliami, FL 800 MHz Digitai P25 PJblic Safety Radio Network Appendix B Page 1 of 2 RFP592332 CITY OF MIAk, FL RFP592382 800 MHz DIGITAL P25 PUBLIC SAFETY RADIO NETWORK Miarn Police North Statiol 1000 NW 62nd Street kl:arn, FL MATTI! Pace South Statior 2200 I'/est Hagler Street rvii:9rni. FL NI Polce Graoeiand Heights S.;bstation Marni City Hal i\,Larni Ro,e'&de Ce,iter 1701 NW 30th Avenue 3E00 Pa: 1 American Drive 444 SM. 21d Avenue Miami, FL FL Yiami. FL t De:i•artment Tra.r.Tira Center Rev d 4,2 7," 1 6 3425 Jefferson Street ,Tam i FL 800 MH7 Digi:a: P25 Pthiic Safely Radio Network Apperdix B Page 2 of 2 RFP592382 ADDENDUM NO, 5 DATE: July 6, 2016 TO: ALL PROSPECTIVE PROPOSERS SUBJECT: SOLICITATION NO.: Request for Proposals (RFP) 502332 TITLE: 800 MHz P25 Public Safety Radio System This Addendum becomes a part cf the subject solicitation. A. The solicitation is being amended to incorporate language to Section 2, Special Conditions. Sub -Section 2.42, Accessirg Contract. Other c-„:blic municipals: es iNithin Miami -Dade County may award work pursuant to any re ul`inc adree.'nent based on the same terms. ccnd:t 0ns an discounts offered by the successful Pr000ser awarded a contract as a resuEt of this RFP. Accessing contracts established by the C-v of ti l r i' n`'c;�r the en-, .,,/ to take full advantage of the Citya's I?Yoga:;e o`icn!_i - and conditons without the effort of estsbLshing_ti'e contract.' B. Section 2, Part 2, System Re,quiremgrit3. 2.1 (A), pace 37 of 2C4, is being e riended to strike Nos. 6, and 13 from the Ls: of rec,_ its. A. New system minimum requirements. The f!owing items reflect the basic objectives for minimum system performance as identified by City users. Propcsed systems shall meet these requirements: 1 TIA P25 compliant trunked radio network, 2. Didital capab lity AES encryption. 3. RF coverage for t ne tr::nked radio network is belt-mounte(1 portables wiswvei carry case and lace! speaker microphones to a standard of C5,'C5 percent (area defined by City borders). 12.24 dB in building coverage specific to the map provided in Appendix A, arc specific critical building coverage listed in Appendix B, as part of this RFP. 4. System shall be configured so that system users shall have system access wi:h less than 1 % probability o, encountering a system busy. a. Proposers shell provide Erlang - C calculations showing Grade of Service using the forming parameters 1) 30% of e1? subscribers in use at busy hour 2) Seconds average call duration 3) Push to Ta'k (PTT) messages per user per hour S. Unit ID displayer at dispatcher positions and available for field units with unit ID - capable displays. 6-E�aerget cylMan-Do>t nL—but o on -select -units: 6. Emergency Button 1. AVL availability on select units. 1 P25 Radio Sys ems RFP532382 8. Field unit priority administratively selectable. 9. Regrouping, re -fleeting of field units administratively selectable. 10. OTAR encryption re -keying capable. 11. antra -operability within the system. 12. Inter -operability with surrounding mutual aid jurisdictions. 41:-Continuted-rase-of existing-VHF--t=ew-lea-net tone-and--voice--paging: 13. MINIMUM 10-11 GE-lz 99.9999 % microwave system availability. 14. Al! user equipment built to € il. Spec. 15. `Self -healing', system with remote diagnostics, SCADA capable for system alarming.°ma!ntenance and cortrol via microwave, landline or fiber link. C. Attachment A, Section 1.4 G 2 (page 22 of 204) is being am.endeci as follows as score sources of iaterfersrce carrot be determined through site walks and FCC database searches and may not be known until ins:al1aation and system testing. G,P-ro ser shall -be -responsible -to id-entify n naly-ze-potential-inter#erence-sources Bring -system -design activities, G. Contractor shall be rasccr'si tle to identify and anai'ize Pot n:iai interference sources d'.irn sys : r^ drs'cin activities that me r be determined by visual inspection of the smicrrent and FCC license database searches. D. Attacent A. Section 5, 2.3 ( ape 83 of 204) titled Coni,enticreiRadio e. e !tam ''K' is being deleted. K.-When a-rn dule-or portable-unit-initiates-anernergen-G-y-alerts-the-R0 S-shall-provide an -audible alert-a:nd--display. .the -ID of-tfre call ,nit-, E. The following are the inquiries received and the corresponding responses: Q1. In Part 2 of Attachment A, Section 2, 2.'1 Genera: Requirements ;page 37, item 10 indicates that the system should be Over the Air Rekeying(OTAR,, encryption rekeying capable. a) Does the City wish for this to by an installed feature of the proposed system or something that the s's:am is capable of adding at a later dale? b) How many subscriber radios does the City ferese.e requiring the OTAR feature? Responses: a) The system proposed must be capable of OTAR. b) There is the pota.^.tial for all Ia,v enforcement radios to be deployed with cifferen` AES encryption keys dependent uc.:cc their assignments and duties. The subscriber count should be based on a!; police radios. 02. As it pertains to the Er'ang C calculations on page 58 of Attachment A, a) is the 3.5 second call length inclusive of call set up time or does this only reflect the actual audio length of the call? b) Is it accurate to assume that the appropriate radio court for such a study is the sum of the radios shown in El, and E2, which is 4,256? Responses: a) The 3.5 second call length includes all time pcst a subscriber's grant to talk. b) For the sake of determining Grade of Services, this numbe- is appropriate, Q3, In Sac: cn 3/1.13 S a Connectivity, point C,3 references MPLS equipment. Does the City requiite ar MPLS-based backaau solution? 2 P25 Rad,o System RFQ No,: 592382 Response: The City requiirtes a Mu tiprotoccl Le gel Switching based backhaul sofutiar. Q4. Does the City require the replacement of all antennas and lines for support of var'ous RF transmitters (ccntrel station, consolette, repeater, etc.), or :you'd it be aceptable to sweep the €lnes and reuse those which are found to be in good shape? Response: The City requires replacement of a;! antennas ar.d transmission lines. Q5. Page 1 of 204. "Replacement of Site on Wheel (SOW) 4Q channel standalone trunked P25 System". Pages 17 and 20 of 204: "Replacement of ate on Wheels (SOW) trunked and conventional communications equipment." a) WF`.i'h regard to tie requirement for 10 channels for the Side -on -Wheels, does the City desire 10 FDMA stations or 10 TDMA talk -paths? b) If the City desires 10 stations. should these radios be configured for FDMA, TDMA or both? c) How may of :nese radios should be trunked verses conventional? Response: a) The City requ'r=_s the best solution be proposed to maximize both SOW capacity and sreotrern of icie ay. b) The City has riot specified P25 Prase II Time avisicr: Multiple Access as part of the C• f`s solution, nowe`;er, Proposers mai offer this as an a:e. it:one: Soolutlon to P25 1 Frequency Divisicn Mt. t p`e Access. c) All ten (10) radios are to be trunked. ,yet e: e's ie=t i e^ .c Q5. S .,;,,pn 2, Project O�� � r,...� and General Requirements, Pa�. 1, Sir -SU .lion 1, �,-.,lect Summary, Item A.8 (page 17 of 204), states: A. The project includes several related ret'„orke and project componer.:s: 8. Rep aoen-e:it of Site cn Wheels (SOW) trunked and convention<l ccmrrer-ioations equipment. Should the proposer assume that a new rack mounted Ur:interruptible Power Supply (UPS), similar tc :be style 'currently installed. "rail be satisfactory for the SOW? Response: That is correct. Q7. Section 12, Stalk; Ur:nterruptible Power Supply: In order to accommodate logistical and size I mitations of the Site on 41}i Meets" would the City of Miami be agreeable to the addition of a statement such as to Secticr 12 : ''The detailed requirements of this section shall criy apply to UPS sycee ,,s proposed a: fixed locations. The site -en -wheels shall be equipped with a more compact, rack -mounted UPS that is anticipated to have a more limited set cf capabilities." Response: See response to Question 6 above. Q8. For the purpose of provding a total in Appendix F page 1, inclusive of subscribers from Appendix F pages 11 aed 12, should the proposer use the quantities from Appendix E2? Or does the City of Miami wish to see the subscriber prices only cn a per urit bass? Response: The Proposer shall provide a quantity price based on the subscriber count as listed in Appendix E2 for inciusicn in Appendix F, page 1. In acld tor°, the Propcser shall provide subscriber pricing listed per unit in the event the current subscriber count changes, 3 P25 Radio System RFQ No.: 592382 Q9. Attachment A, 2.1 A 3, (page 37 of 204): The Maps provided with the RFP and at the pre - bid meeting did not have an area marked indicating which is the 12dB and 24dB building boundaries. Please clarify which areas require 12dB coverage and which require 24dB coverage. Response: The City is requiring 24dB coverage throughout the entire described coverage area. Q10. RFP, D 16 (page 49 of 54): The RFP reads: Provide a detailed description of the proposed system to be provided. Include technical specifications, functionality, and features of the proposed system. Block diagrams, equipment layouts, and equipment fists shall be included to provide a complete and comprehensive description. Include information describing additional functionality, competitive advantages, and/or life -cycle cost effectiveness of the system being proposed, whether or not explicitly required by this solicitation. Please clarify "life -cycle cost effectiveness of the system being proposed." Are vendors to interpret this as product life -cycle, or the total cost of ownership? Response: Life cycle effectiveness can be interpreted as the current expected duty life cycle of the solution proposed. Q11. Attachment A, Section 1.4 G 2 (page 22 of 204): The RFP states: Proposer shall be responsible to identify and analyze potential interference sources during system design activities. Some sources of interference cannot be determined through site walks and FCC database searches and may not be known until installation and system testing. We request that the language be changed to: Contractor shall be responsible to identify and analyze potential interference sources during system design activities that may be determined by visual inspection of the equipment and FCC license database searches. Response: The proposed language is accepted. See item C above. Q12. Attachment A, Section 2.1, A, 6 (page 37 of 204): Please clarify the Man Down requirement. Is this for a Man Down button or a sensor that initiates an Emergency call if the radio is in a horizontal position for a set amount of time? Response: This item is being amended. See Section B above. Q13. Attachment A, Section 2.1, A, 13 (page 37 of 204): Please provide a description, including the signaling type, for the VHF low band paging. Response: Attachment A, Section 2.1, A, 13 (page 37 of 204) is being amended. See Section B above. Q14. Attachment A, Section 2.2 C 2 (page 38 of 204) of the RFP requirement states: VHF/UHF/800 Conventional Base/Repeater Mutual Aid radio system infrastructures shall support analog user equipment and encryption. By their very nature, mutual aid channels are unencrypted. Is encryption only intended for the 800MHz PD16 channel? Does the City desire to have a more secure AES P25 conventional channel to replace the PD16 infrastructure, so as to promote interoperability with state and federal agencies? 4 P25 Radio System RFQ No.: 592382 Response; The City of Miami is requesting that al pubic safety grade fixed equipment be capable of Advanced Encryption Standard (AES) encryptior. Q15. Attachment A, Section 3, Part 1.3 Interoperability. C 1 b (page 51 of 204) Does the VHF Marine base statior need to de multi -charnel? What marine channels are used? Response: Refer to Addend. ^, No. 1, response to Question No, 4. Q16. Attachment A. Section 5, 1.1 E (page 83 of 204). The RFP requirement reads: The console contrelier _."c.'n: se,i`eh and related equipment shall have sufficient capacity to allow for expaes cr to a total of thirty -fire (35) consoe positions. Are the 35 positions intended to be in vital, o- c.t eaeh Icoat cn? if in iota', please provide the number of positions desired for expansion capabilities at eacr location. Response: The ice.r ; _glees the Radio Dispatch conso.e System to be expandable, to a min mums of 35 reeeraetir positions the ability to be expanded at any of the current and futere locations, as needed. The City does not anticipate tnis to be immediately implemented or pricing to be ia the proposal, but as a s'r.osystem of the P25 network requires the ability to increase poi:- n -s, if the reed arises. 017. A.ttaehmer: A. Section 5 2.3 K (page 86 cf 204), titled Ccn ontiono! Radio Requirements. The requirerient for emergency and unit ID is a blinking system feature. Was this requirement intended to be under 2.4 Trunked Radio Requirements? Response:: This item is being deleted with the understanding hat no uses of conventional resources are the respons','', ; :y of the C ty. See D above. 018. Attachment A, Section 5, 2.3 G, 1, a, 1), and 2.8 G. 2. (page 90 cf 204). The requirements within this section seem to indicate that the City desires standard PC hardware. The Prcposer's console utilizes ail solid sate compcnerts with a much longer MTBF than can be provided with a standard PC. Reese consider changing the requirements to a fcw for nee ar superior technology. Response This Section does not lirrrit any Proposer from providing their solutioe regarding cpee ator pcsition equipment. It does not specify that if PC hardware and sof ,vale is part of the Preposer's solution. details must be provided. Proposers must provide complete detail of their p npcsed soijtion. Q19. Attachment A, Section 5, 2.9 D, 1, e (page 91 of 204): The RFP requirements indicate technology utilizing individual cards for each console. Newer IP based technology allows for Ethernet port connect.crs and redundant backhaul for consoles. Tne Proposer is requesting that the RFP requirement be changed to allow for 1P based console systems. Does the City desire redundant network backhaul for the consoles? Response: This section does not limit any proposer from providing their solution regarding operator position control equipment but rather specifies that if a centralized master controller is proposed that uses operator interface cards, it must meet these requirements. Bidders are encouraged to offer an IP based centralized or distributed architecture design for the Radio Dispatci Console system. The Bidder must include specific and complete design and capability of their solution. Redundant network connectivity for the operator positions is desired and should be adequately described if offered. 5 P25 Rico System RFQ No.: 592382 Q20. RFP 592382, Section 4. Submission Requirements and Attachment A, Part 3 PropcsaI Format & Conte .. The two referenced Iceations describe the desired proposal forma` and layout but they request different formats. Please advise your preferred proposal layout. Response: Refer to Adderdum No. 2, Response to Question No. 4. All other information remains the same. AP:io c. Lydia Osborne, CPPO, Assstant Director of Procurement Rick Faero, Director, General Services Administration Rafael Suarez -Rivas. Senior Assistant City Attorney Pablo R. Velez, Assista tt City Attorney THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE. RFP AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO, Director of Procurement City of Miami Procurement Department This Adde^curl shall be signed by an authorized re3resenta_ive any. rated by the Proposer and submitted as proof of receipt'a'iith the submission of the Proposal. NAME OF FIRM: SIGNATURE: DATE: 6 p25 Radio System RFQ No.: 592382 ADDENDUM NO, 6 DATE: July 13, 2016 TO: ALL PROSPECTIVE PROPOSERS SUBJECT: SOLICITATION NO.: Request for Proposals (RFP) 592382 TITLE: 800 MHz P25 Public Safety Radio System This Addendum becomes a pa,t of the subject so4citation. A. Section z-.1, Submission Requ:remelts, Subsection D. Proposed Approach to Provid!ng the Se: -dices, Items 1C, and 17 (pages 49 to 50 of 54), are bung deleted as they are identical to numbers 25 and 26 in Section E, Proposed Sys:em Equipment and Software. t -.---Provide.-a--4sta ip`an-sf the- esa4 sys'wni to le -provided, d— i+ v!_�d c tidal spaces`:c-n-s-, furct:onulr=y, an t s e :e prep4sed 6-y `aa----€soon-dllagrarrts.-ec,i,`r f,-re ayout-s, and -eq F+prri-er4- lists -snail be incl.:dsd to--0=ode--e---e iewe--affd cc 2-e w,= ve. descFlpti-on. Inei{-fie € e6er�+ ,icit}--addition7,.-fi4n4 -i.a:}t : - .<_-F1:'-p - tsre-aG a ores-a-nd.lir cost-er# .5.. }e:s of the-rr3eng cr not xpIi ilr y. Fe uired- t-tr tic}f� °i'r—fit ri+av 7 d"4` .. I,Sd--Ems:F. i4 i of tAe ocrigiars-iGg too inotol!ed S?r `.�X•, ii•,Ei'::�ti.lycut-sheets,s{)ea4eat.Iogs--nanualo. diagrims. and oti"reF fzeF iFe 4t daa- B. Attaci-nen` A. Se.ct.oni 3, Part 2, Execution, Subsection 2.1. Installation, Item A(e), page 72 of 204, is being amended to read as follows: e. Propose shall provide inp:ementing procedures written in layman's terms. for-ir:-frequontl-y e'd f :4F1s o A y :"•as C. Section 1, Instruction, to Proposers, Part 3, Sub Sect on 3.10 (C), page 13 cf 204, has been amended for clarity, C. The City must have the new system fully available for use irrmediatel j upon fine: acceptance by the City: unless otherwise agreed upon by the City, to permit agencies sufficient time to procure and install subscriber equipment and train users prior to CLitiover. Bern" -I Se Of ti''ri5—trav-s-j`-stet?a-'rk.iS-t-be-Ee=Fr9leted-2rvell-#♦^ va47Ce- )f,tl'ii&-date49 per�r.4 a jenC:c-s ie- t-tIF= to-pr cur and-tnetal Uleseflee--egdii}.mont and -train users prior-tv-cutaver. D. The following are the inquiries received and the corresponding responses: Q1. Section 2.27 of the RFP states that "no add"ional terms and concit;ons wit be considered". However, Vendors have to Include their software licenses) or he licenses of the P25 Radio Systems RFP592382 proprietary owners, and other essential prcvisioes to protect many other areas that are not addressed in the City's CC,' : di version. The City also mentions an opportunity to "negotiate" in Sec, 2,1, which contradicts Sec, 2.27, and states that The Selected Proposer(s) evai.iated and ranked in accordance w,t:i the reeeirements of this Solicitation, shall be awarded an opportunity to negotiator an a Profesa'ona' Senvices Agreement (.Agreement) with the City Is the City going to allow or reoorsider this pastien so that Vendors may include essentials terms such as a software license and other essential terms not addressed in the RFP? Response: The intent is that certain business terms may at the City's option be negotiated. However, long standing 0e;; policies and iegelly requ red terms inciading without limitation, the cancellation for convenience. hold harmless, indemnity and duty to defend, insurance, ethics, no partnership or joint venture, among others are not negotiable. Propcsers can add needed techro'ogica, stuff such as software licenses. patents, copyrights, intellectual property clauses, but not basic contract clauses. Q2. Attachment A. Section 3, Part 2 insta'latior, 2.1.A.1(e), page 72 of 204, states that Proposer shall provide implementleg procedures written in layman's terms for infrequently used feateres o` procedures. Please, provide some additional description on this req.uirerrene which equipment is this intended to address and what types of features? Response: See B above, as the item has been amended. Q3. Secton 1, 3.10.0 of the RFP states that "...the system �,must be con^pleted r adra Ce of this date to permit agencies S'u`f'cient time to procure and irstai subssitter equipment and train users prior ti3 c` .over," Please, define "we i in advance" cf L e re:'i sister' being fully available. Response: Sectcn 1, Instruction to Proposers, Part 3, Subsectlo 3.1(J(C), Project Time Line, page 13 of 234, has been amended. See Sector C above. Q4. Section 2.4.AThe RFP states that "The City has provided a Est cf tower sites anc raw land development sites that may be used in engineering the speoifed coverage." Where is the list of raw land de',eioprrent sites? Response: Section 2, Subs :,cn 2,4, page 400 or 204, lists both e,x!e: "g sees and the single possible ra:v lard deve"opn ert site. Key Biscayne Fire Departmeet. Q5. To what degree dces the City want existing facilities to be upgraded or replaced, e.g. tower, shelter, generator, HVAS, etc.? Please verify the folicwing: a) In Section 1 Sub-Secticr 1.1, Item 8, page 1 of 204, states 'Site modifications to include shelter, tower and emergency generators." b) In Section 2, Sub -Section 1.1. Project Summery, Item 7, page 17 of 24 states "Site work to include in some instances towers and shelter site development." c) In Section 2, Sub-Sectior. 2.4, Site Selection and Acquisit:on, hem A, first paragraph, page 40 of 204 states in part that "...use of these sites in the system design is prefered but not required.,." d) In Section 2, Sub -Section 2.4, Ste Seler,':cn and Acquisition, Item B. states in part that "Proposer shall provide a list of existing or new sites that best optimizes the design of the proposed system e) In Section 3, Item L.4, "R.equired Sites" 9 P25 Radio Systern RFQ No.: 592382 Response: The City desires that the proposed system and all components of that system are sustainable, robust, and meet tyre standards of a public safety communication system with regard to coverage. The proposal must provide upgraded or replaced components where the Proposer determined a need during the site walks. a) Proposals should include any rmodifioaticr+s where needed to meet a robust public safety network for the trunked and backnauI systems. b) Tcwers and shelters wleerr the cur-ent infrastructure does not meet the current standards for safety, environmental control, or long term sustalnability or does not meet the need of the venders design. c) So;nie or all of the sites listed are available for the Prcpcsers design. d) The City recognizes that the current constellation of sites in the configuration currently used may not be reeled. Proposer simply must include the list of sites used in the'.r design. e) The t°tle "Required Sites" is belnc, changed to read "Required S-t:es Preferred Sd es' Q6. Section 4.2. Format of Proposals, page 46 of 54, states tt-at "The table of conten:s should gut ine, in sequential order, the major sections of the Proposal, including all other re event documents requested for su,r i'ss on. All pages of the Propose], including the enclosures, should be clearly and consecutive, y numbered and correspond to the table cf cortents." Will the City accept numbering se ;L nt oily by Section te a;low the document to be constructed differently? Response: Yes, However. al Sections must mirror the Sections listed ir Section 4.2, Format of Pr oaose's. (17. Section 4.2, Forma: of Feeposals. Subsection 5D, Proposed App'oach to Provid',rg the Se , .ruts, hems '13 and 17 are. Identical tJ rLmLers 25 and 25 ir Section E. Proposed System Ecleipment and Software. Please advise, if :iris duplication is an error. if not, please clarify the (t `fe Vint„a: on between 4vnee. is berg j asked in Sections D and E. Response: Yes this was duplicated in error. and has been corrected. See Item A Above. Q3. Please provide c!ue prints for the fo lowing critical buildings: a) Miami Police Head ausrters: 400 NW 2':d Ave b) Miami Riverside Center: 444 SW 2'"°' Ave c) Miami City Ha`I. 350; Pan American Drive d) Miami Police South Station: 2200 tidiest Hagler St In addition, please advise if iMiami Police Training College adjacent to M.arni Police Headquarters is to be considered a :critical building. I- so, please provide the blueprints for this building, Response: The City is currently researching this request. The documents will be provided via Addendum No. 7. All other information remains the same. AP:lo c. Lydia Osborne, CPPO, Assistant Director of Procurement Rick Fatero. Director, Generel Services Administration Ra ae1 Suarez -Rivas, Senior Assistant City Attorney Pablo R. Velez, Assistant City Attorney 3 P25 Radio System RFQ No.: 592382 THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE RFP AND SHALL BE MADE A PART THEREOF. ,jJJJr /r f lG6, :4c Annie Perez, CPPO, Di{'ector of Procurement City of Miami Procurement Department This Addendum shaI be signed by an autnorized representat ve and dated by the Proposer and s:jbm teed as proof cf receipt vr:th the submission cf the Proposal. NAME OF FIRM: DATE: SIGNATURE: 4 P25 Radio System RFQ No: 592382 .A DD L•' ND L� M NO. 7 DATE: July 20, 2016 TO: ALL PROSPECTIVE PROPOSERS SUBJECT: SOLICITATION NO.: Request for Proposals (RFP) 592382 TITLE: 800 MHz P25 Public Safety Radio System This Addendum becomes a part o` tt-e subject solicitation A. The following are the inquiries received and the corresponding responses: Q1. Is it the intent of the City of Miami that tine Fire Station 9 she'ter receive a n.e'A ' orator, tr"tn€sfer switch and fuel tank or may the existing Fire Station 9 generator be utilized? Response: The existing Fire Station 9 generator may be utilized. However, if the City should decide to replace, then this line item 'mil] be negotiated. 02. Pease provide b'ue prints for Cie following critical buildings: a) Miami Police H eadquarte s 40D NW 2'1 Ave; b) :Miami Riverside Certer: 444 SW 21 Ave; c) M a:mi City Hail: 350C Pan Anner=can Drive; and d) Miami Police South Station: 2200 West Flagier St. In addition, please advise if Miami Police Training College adjacent to Miami Po'.ice Headquarters is to be considered a critical buildirg. If s:,, please provide the blueprints for this building. Response: Yes, the Miami Police Training College adjacent :o Miami Police Headquarters is ccnslJ Yed a critical building. Proposers should contact Lydia Osborne at 1,y,._ m.. r• € L,ov._, i to arrange pick up of the requested blue prin:s for tine above listed critical buildings. All other information remains the same. AP:io c. Lydia Osborne, CPPO, Assistant Director of Procurement Rack Fafero, Director, General Services Administration Rafael Suarez -Rivas, Senior Assistant City Attorney Pablo R. Velez, Assistant City Attorney P25 Radio Syster"s RFP592382 THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE RFP AND SHALL BE MADE A PART THEREOF. ArAie Perez, CPPO, Directo/�of Procurement City of Miami Procurement Department This Addendum she be signed by an author,'zed representative and da_ed by the Proposer and s:abmitted as proof cf receipt with the submission of the Proposa.. NAME OF FIRM: SIGNATURE: DATE: 2 P25 Radio System RFQ No.: 592382 City of Miami Request for Proposals (RFP) Procurement Department Miami Riverside Center 444 SW 2^d Avenue, 6th Floor Miami, Florida 33130 Web Site Address: ;uww.miamigev.cerriprocurement RFPNumber: Title: Issue Date/Time: RFPClosing Date/Time: Pre-Bid/Pre-Proposal Conference: Pre-Bid/Pre-Proposal Date/Time: Pre-Bid/Pre-Proposal Location: Deadline for Request for Clarification: Contracting Officer: Hard Copy Submittal Location: Contracting Officer E-Mail Address: Contracting Officer Facsimile: 592382 800 MHz Digital P25 Public Safety Radio Network 16-MAY-2016 18-JUL-2016 @ 15:00:00 Mandatory Thursday, June 2, 2016 @ 10:00 AM MRC Building, 444 SW 2nd Avenue, 6th Floor Conference Room, Miami, Florida 33130 July II, 2016 @ 15:00 PM Osborne, Lydia City of Miami - City Clerk 3500 Pan American Drive Miami FL 33133 US LOsborne@miamigov.com 305-400-5025 Page 1 of 54 Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (1) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terns and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSER NAME. ADDRESS' PHONE: FAX EMAIL: CELL(Optional)• SIGNED BY. TITLE. DATE. FAILURE TO COMPLETE. SIGN. AND RETURN THIS FORM SI-IALL DISOUALIFY THIS RESPONSE, Page 2 of 54 Certifications Legal Name of Firm: Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Year Established: Office Location: City of Miami, Miami -Dade County, or Other Business Tax Receipt Number: Business Tax Receipt Issuing Agency: Business Tax Receipt Expiration Date: Will Subcontractor(s) be used? (Yes or No) Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 7/1/07). If no addendum/addenda was/were issued, please insert N/A. If Proposer has a Local Office, as defined under Chapter 18/Articlle III, Section 18-73 of the City Code, has Proposer filled out, notarized, and included with its RFP response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is located in the Oracle Sourcing system ("iSupplier"), under the Header/Notes and Attachments Section of this solicitation) Page 3 of 54 Line: 1 Description: PROPOSERS ARE NOT REQUIRED TO ENTER A UNIT PRICE IN THIS LINE. SEE PRICE SHEET EXHIBIT F Category: 98569-00 Unit of Measure: Dollar Unit Price: $ Number of Units: 1 Total: $ Page 4 of 54 Request for Proposals (REP) 592382 Table of Contents Terms and Conditions 7 1. General Conditions 7 1.1. GENERAL TERMS AND CONDITIONS 7 2. Special Conditions ?7 2.1. PURPOSE a7 2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION ' 7 2.3. TERM OF CONTRACT �7 TERM OF CONTRACT 27 2.4. CONDITIONS FOR RENEWAL "7 2.5. ESCALATION CLAUSE 28 2.6. NON -APPROPRIATION OF FUNDS '8 2.7. MINIMUM QUALIFICATION REQUIREMENTS 28 2.8. EXECUTION OF AN AGREEMENT 29 2.9. FAILURE TO PERFORM 29 2.10. INSURANCE REQUIREMENTS .9 2.11. PRE -PROPOSAL CONFERENCE AND SITE VISIT 31 2.12. CONTRACT ADMINISTRATOR 32 2.13. SUBCONTRACTOR(S) OR SUBCONSULTANT(S) 33 2.14. PERFORMANCE BOND REQUIREMENTS 33 2.15. ADDITIONS/DELETIONS OF FACILITIES/SERVICES/PRODUCTS 34 2.16. CONFLICT OF INTEREST 34 2.17. USE OF PREMISES 34 2.18. DAMAGES TO PUBLIC/PRIVATE PROPERTY 34 2.19. SITE LEASES 35 2.20. PREVAILING LAWS FOR PUBLIC WORKS 35 2.21. WARRANTY, FITNESS FOR PURPOSE 35 2.22. COMPLETE PROJECT REQUIRED 36 2.23. SPECIFICATION EXCEPTIONS 36 2.24. PUBLIC CONVENIENCE AND SAFETY 36 2.25. SAFETY MEASURES 36 2.26. TERMINATION 36 2.27. ADDITIONAL TERMS AND CONDITIONS 37 2.28. COLLUSION 37 2.29. PRIMARY CLIENT (FIRST PRIORITY) 37 2.30. UNAUTHORIZED WORK 38 2.31. CHANGES/ALTERATIONS . 38 2.32. METHOD OF PAYMENT 38 2.33. FINANCING OPTIONS/INSTRUMENTS 39 2.34, TAXES AND EXEMPTIONS 39 2.35. COMPENSATION PROPOSAL 40 2.36. EVALUATION/SELECTION PROCESS AND CONTRACT AWARD 41 2.37. NEGOTIATIONS AND AWARD 42 2.38. ADDITIONAL SERVICES 43 Page 5 of 54 Request for Proposals (REP) 592382 2.39. RECORDS 43 2.40. COMPLIANCE 43 2.41. TRUTH IN NEGOTIATION CERTIFICATE 44 3. Specifications 45 3.1. SPECIFICATIONS/SCOPE OF WORK 45 4. Submission Requirements 46 4.1. SUBMISSION REQUIREMENTS 46 5. Evaluation Criteria 53 5.1. EVALUATION CRITERIA 53 Page 6 of 54 Request for Proposals (RFP) 592382 Terms and Conditions 1. General Conditions 1.1. GENERAL TERMS AND CONDITIONS Intent: The General Terms and Conditions described herein apply to the acquisition of goods/equipment/services with an estimated aggregate cost of $25,000.00 or more. Definition: A formal solicitation is defined as issuance of an Invitation for Bids, Request for Proposals, Request for Qualifications, or Request for Letters of Interest pursuant to the City of Miami Procurement Code and/or Florida Law, as amended. Formal Solicitation and Solicitation shall be defined in the same manner herein, 1.1. ACCEPTANCE OF GOODS OR EQUIPMENT - Any good(s) or equipment delivered under this formal solicitation, if applicable, shall remain the property of the seller until a physical inspection and actual usage of the good is made, and thereafter is accepted as satisfactory to the City. It must comply with the terms herein and be fully in accordance with specifications and of the highest quality. In the event the goods/equipment supplied to the City are found to be defective or does not conform to specifications, the City reserves the right to cancel the order upon written notice to the Contractor and return the product to the Contractor at the Contractor's expense. 1.2. ACCEPTANCE OF OFFER - The signed or electronic submission of your solicitation response shall be considered an offer on the part of the bidder/proposer; such offer shall be deemed accepted upon issuance by the City of a purchase order. 1.3. ACCEPTANCE/REJECTION — The City reserves the right to accept or reject any or all responses or parts of after opening/closing date and request re -issuance on the goods/services described in the formal solicitation. In the event of such rejection, the Director of Purchasing shall notify all affected bidders/proposers and make available a written explanation for the rejection. The City also reserves the right to reject the response of any bidder/proposer who has previously failed to properly perform under the terms and conditions of a contract, to deliver on time contracts of a similar nature, and who is not in a position to perform the requirements defined in this formal solicitation. The City further reserves the right to waive any irregularities or minor informalities or technicalities in any or all responses and may, at its discretion, re -issue this formal solicitation. 1.4. ADDENDA — It is the bidder's/proposer's responsibility to ensure receipt of all Addenda. Addenda are available at the City's website at: http://www.ci.miami.fl.us/procurement 1.5. ALTERNATE RESPONSES WILL NOT BE CONSIDERED. 1.6. ASSIGNMENT - Contractor agrees not to subcontract, assign, transfer, convey, sublet, or otherwise dispose of the resulting Contract, or any or all of its right, title or interest herein, without City of Miami's prior written consent. 1.7. ATTORNEY'S FEES - In connection with any litigation, mediation and arbitration arising out of this Contract, each party shall bear their own attorney's fees through and including appellate litigation and any post judgment proceedings. 1.8. AUDIT RIGHTS AND RECORDS RETENTION - The Successfu] Bidder/Proposer agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers, and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successfu] Bidder/Proposer shall maintain and retain any and all of Page 7 of 54 Request for Proposals (RFP) 592382 the books, documents, papers and records pertinent to the Contract for three (3) years after the City makes final payment and all other pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. 1.9. AVAILABILITY OF CONTRACT STATE-WIDE - Any Governmental, not -for -profit or quasi -governmental entity in the State of Florida, may avail itself of this contract and purchase any and all goods/services, specified herein from the successful bidders)/proposer(s) at the contract price(s) established herein, when permissible by federal, state, and local laws, rules, and regulations. Each Governmental, not -for -profit or quasi -governmental entity which uses this format solicitation and resulting bid contract or agreement will establish its own contract/agreement, place its own orders, issue its own purchase orders, be invoiced there from and make its own payments, determine shipping terms and issue its own exemption certificates as required by the successful bidder(s)/proposer(s). 1.10. AWARD OF CONTRACT: A. The Formal Solicitation, Bidder'sfProposer's response, any addenda issued, and the purchase order shall constitute the entire contract, unless modified in accordance with any ensuing contract/agreement, amendment or addenda. B. The award of a contract where there are Tie Bids will be decided by the Director of Purchasing or designee in the instance that Tie Bids can't be determined by applying Florida Statute 287.087, Preference to Businesses with Drug -Free Workplace Programs. C. The award of this contract may be preconditioned on the subsequent submission of other documents as specified in the Special Conditions or Technical Specifications. Bidder/Proposer shall be in default of its contractual obligation if such documents are not submitted in a timely manner and in the form required by the City. Where Bidder/Proposer is in default of these contractual requirements, the City, through action taken by the Purchasing Department, will void its acceptance of the Bidder's/Proposer's Response and may accept the Response from the next lowest responsive, responsible Bidder or Proposal most advantageous to the City or re -solicit the City's requirements. The City, at its sole discretion, may seek monetary restitution from Bidder/Proposer and its bid/proposal bond or guaranty, if applicable, as a result of damages or increased costs sustained as a result of the Bidder's/Proposer's default. D. The term of the contract shall be specified in one of three documents which shall be issued to the successful Bidder/Proposer. These documents may either be a purchase order, notice of award and/or contract award sheet. E. The City reserves the right to automatically extend this contract for up to one hundred twenty (120) calendar days beyond the stated contract term in order to provide City departments with continual service and supplies while a new contract is being solicited, evaluated, and/or awarded. If the right is exercised, the City shall notify the Bidder/Proposer, in writing, of its intent to extend the contract at the same price, terms and conditions for a specific number of days. Additional extensions over the first one hundred twenty (120) day extension may occur, if, the City and the Successful Bidder/Proposer are in mutual agreement of such extensions. F. Where the contract involves a single shipment of goods to the City, the contract term shall conclude upon completion of the expressed or implied warranty periods. G. The City reserves the right to award the contract on a split -order, lump sum or individual -item basis, or such combination as shall best serve the interests of the City unless otherwise specified. H. A Contract/Agreement may be awarded to the Bidder/Proposer by the City Commission based upon the minimum qualification requirements reflected herein. As a result of a RFP, RFQ, or RFLI, the City reserves the right to execute or not execute, as applicable, an Agreement with the Proposer, whichever is determined to be in the Page 8 of 54 Request for Proposals (RFP) 592382 City's best interests. Such agreement will be furnished by the City, will contain certain teens as are in the City's best interests, and will be subject to approval as to legal form by the City Attorney. 1.11. BID BOND/ BID SECURITY - A cashier's or certified check, or a Bid Bond signed by a recognized surety company that is licensed to do business in the State of Florida, payable to the City of Miami, for the amount bid is required from all bidders/proposers, if so indicated under the Special Conditions. This check or bond guarantees that a bidder/proposer will accept the order or contract/agreement, as bid/proposed, if it is awarded to bidder/proposer. Bidder/Proposer shall forfeit bid deposit to the City should City award contract/agreement to Bidder/Proposer and Bidder/Proposer fails to accept the award. The City reserves the right to reject any and all surety tendered to the City. Bid deposits are returned to unsuccessful bidders/proposers within ten (10) days after the award and successful bidder's/proposer's acceptance of award. If sixty (60) days have passed after the date of the formal solicitation closing date, and no contract has been awarded, all bid deposits will be returned on demand. 1.12. RESPONSE FORM (HARDCOPY FORMAT) - All forms should be completed, signed and submitted accordingly. 1.13. BID SECURITY FORFEITED LIQUIDATED DAMAGES - Failure to execute an Agreement and/or file an acceptable Performance Bond, when required, as provided herein, shall be just cause for the annulment of the award and the forfeiture of the Bid Security to the City, which forfeiture shall be considered, not as a penalty, but in mitigation of damages sustained. Award may then be made to the next lowest responsive, responsible Bidder or Proposal most advantageous to the City or all responses may be rejected. 1.14. BRAND NAMES - Hand wherever in the specifications brand names, makes, models, names of any manufacturers, trade names, or bidder/proposer catalog numbers are specified, it is for the purpose of establishing the type. function, minimum standard of design, efficiency, grade or quality of goods only. When the City does not wish to rule out other competitors' brands or makes, the phrase "OR EQUAL" is added. When bidding/proposing an approved equal, Bidders/Proposers will submit, with their response, complete sets of necessary data (factory information sheets, specifications, brochures, etc.) in order for the City to evaluate and determine the equality of the item(s) bid/proposed. The City shall be the sole judge of equality and its decision shall be final. Unless otherwise specified, evidence in the form of samples may be requested if the proposed brand is other than specified by the City. Such samples are to be furnished after formal solicitation opening/closing only upon request of the City. If samples should be requested, such samples must be received by the City no later than seven (7) calendar days after a formal request is made. 1.15. CANCELLATION - The City reserves the right to cancel all formal solicitations before its opening/closing. In the event of bid/proposal cancellation, the Director of Purchasing shall notify all prospective bidders/proposers and make available a written explanation for the cancellation. 1.16. CAPITAL EXPENDITURES - Contractor understands that any capita[ expenditures that the firm makes, or prepares to make, in order to deliver perform the goods/services required by the City, is a business risk which the contractor must assume. The City will not be obligated to reimburse amortized or unamortized capital expenditures, or to maintain the approved status of any contractor. If contractor has been unable to recoup its capital expenditures during the tune it is rendering such goods/services, it shall not have any claim upon the City. 1.17. CITY NOT LIABLE FOR DELAYS - It is further expressly agreed that in no event shall the City be liable for, or responsible to, the Bidder/Proposer/Consultant, any sub-contractor/sub-consultant, or to any other person for, or on account of, any stoppages or delay in the work herein provided for by injunction or other legal or equitable proceedings or on account of any delay for any cause over which the City has no control. 1.18. COLLUSION—Bidder/Proposer, by submitting a response, certifies that its response is made without previous understanding, agreement or connection either with any person, firm or corporation submitting a response Page 9 of 54 Request for Proposals (RFP) 592382 for the same items/services or with the City of Miami's Purchasing Department or initiating department. The Bidder/Proposer certifies that its response is fair, without control, collusion, fraud or other illegal action. Bidder/Proposer certifies that it is in compliance with the Conflict of Interest and Code of Ethics Laws. The City will investigate all potential situations where collusion may have occurred and the City reserves the right to reject any and all bids/responses where collusion may have occurred. 1.19. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS - Contractor understands that contracts between private entities and local governments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest, records keeping, etc. City and Contractor agree to comply with and observe all applicable laws, codes and ordinances as that may in any way affect the goods or equipment offered, including but not limited to: A. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client because of race, creed, color, national origin, sex, or age with regard to, but not limited to, the following: employment practices, rate of pay or other compensation methods, and training selection. B. Occupational, Safety and Health Act (OSHA), as applicable to this Formal Solicitation. C. The State of Florida Statutes, Section 287.133(3)(A) on Public Entity Crimes. D. Environment Protection Agency (EPA), as applicable to this Formal Solicitation. E. Uniform Commercial Code (Florida Statutes, Chapter 672). F. Americans with Disabilities Act of 1990, as amended. G. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this Formal Solicitation. H. National Forest Products Association (NFPA), as applicable to this Formal Solicitation. I. City Procurement Ordinance City Code Section 18, Article III. J. Conflict of Interest, City Code Section 2-611;61. K. Cone of Silence, City Code Section 18-74. L. The Florida Statutes Sections 218.73 and 218.74 on Prompt Payment. Lack of knowledge by the bidder/proposer will in no way be a cause for relief from responsibility. Non-compliance with all local, state, and federal directives, orders, and laws may be considered grounds for termination of contract(s). Copies of the City Ordinances may be obtained from the City Clerk's Office. 1.20. CONE OF SILENCE - Pursuant to Section 18-74 of the City of Miami Code, a "Cone of Silence" is imposed upon each RFP, RFQ, RFLI, or IFB after advertisement and terminates at the time the City Manager issues a written recommendation to the Miami City Commission. The Cone of Silence shall be applicable only to Contracts for the provision of goods and services and public works or improvements for amounts greater than $200,000. The Cone of Silence prohibits any communication regarding RFPs, RFQs, RFLI or IFBs (bids) between, among others: Potential vendors, service providers, bidders, lobbyists or consultants and the City's professional staff including, but not limited to, the City Manager and the City Manager's staff; the Mayor, City Commissioners, or their respective staffs and any member of the respective selection/evaluation committee. The provision does not apply to, among other communications: Page 10 of 54 Request for Proposals (RFP) 592382 oral communications with the City purchasing staff, provided the communication is limited strictly to matters of process or procedure already contained in the formal solicitation document; the provisions of the Cone of Silence do not apply to oral communications at duly noticed site visits/inspections, pre -proposal or pre -bid conferences, oral presentations before selection/evaluation committees, contract negotiations during any duly noticed public meeting, or public presentations made to the Miami City Commission during a duly noticed public meeting; or communications in writing or by email at any time with any City employee, official or member of the City Commission unless specifically prohibited by the applicable RFP, RFQ, RFLI or IFB (bid) documents (See Section 2.2. of the Special Conditions); or communications in connection with the collection of industry comments or the performance of market research regarding a particular RFP, RFQ, RFLI OR IFB by City Purchasing staff. Proposers or bidders must file a copy of any written communications with the Office of the City Clerk, which shall be made available to any person upon request. The City shall respond in writing and file a copy with the Office of the City Clerk, which shall be made available to any person upon request. Written communications may be in the form of e-mail, with a copy to the Office of the City Clerk. In addition to any other penalties provided by law, violation of the Cone of Silence by any proposer or bidder shall render any award voidable. A violation by a particular Bidder, Proposer, Offeror, Respondent, lobbyist or consultant shall subject same to potential penalties pursuant to the City Code. Any person having personal knowledge of a violation of these provisions shall report such violation to the State Attorney and/or may file a complaint with the Ethics Commission. Proposers or bidders should reference Section 18-74 of the City of Miami Code for further clarification. This language is only a summary of the key provisions of the Cone of Silence. Please review City of Miami Code Section 18-74 for a complete and thorough description of the Cone of Silence. You may contact the City Clerk at 305-250-5360, to obtain a copy of same. 1,21. CONFIDENTIALITY - As a political subdivision, the City of Miami is subject to the Florida Sunshine Act and Public Records Law. If this Contract/Agreement contains a confidentiality provision, it shall have no application when disclosure is required by Florida law or upon court order. 1.22. CONFLICT OF INTEREST — Bidders/Proposers, by responding to this Formal Solicitation, certify that to the best of their knowledge or belief, no elected/appointed official or employee of the City of Miami is financially interested, directly or indirectly, in the purchase of goods/services specified in this Formal Solicitation. Any such interests on the part of the Bidder/Proposer or its employees must be disclosed in writing to the City. Further, you must disclose the name of any City employee who owns, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in your firm. A. Bidder/Proposer further agrees not to use or attempt to use any knowledge, property or resource which may be within his/her/its trust, or perform his/her/its duties, to secure a special privilege, benefit, or exemption for himself/herself/itself, or others. Bidder/Proposer may not disclose or use information not available to members of the general public and gained by reason of his/her/its position, except for information relating exclusively to governmental practices, for his/her/its personal gain or benefit or for the personal gain or benefit of any other person or business entity. B. Bidder/Proposer hereby acknowledges that he/she/it has not contracted or transacted any business with the City or any person or agency acting for the City, and has not appeared in representation of any third party before any board, commission or agency of the City within the past two years, Bidder/Proposer further warrants that he/she/it is not related, specifically the spouse, son, daughter, parent, brother or sister, to: (i) any member of the commission; (ii) the mayor; (iii) any city employee; or (iv) any member of any board or agency of the City. C. A violation of this section may subject the Bidder/Proposer to immediate termination of any professional services agreement with the City, imposition of the maximum fine and/or any penalties allowed by law. Page 11 of 54 Request for Proposals (RFP) 592382 Additionally, violations may be considered by and subject to action by the Miami -Dade County Commission on Ethics. 1.23. COPYRIGHT OR PATENT RIGHTS — Bidders/Proposers warrant that there has been no violation of copyright or patent rights in manufacturing, producing, or selling the goods shipped or ordered and/or services provided as a result of this formal solicitation, and bidders/proposers agree to hold the City harmless from any and all liability, loss, or expense occasioned by any such violation. 1.24. COST INCURRED BY BIDDER/PROPOSER - All expenses involved with the preparation and submission of Responses to the City, or any work performed in connection therewith shall be borne by the Bidder(s)/Proposer(s). 1.25. DEBARMENT AND SUSPENSIONS (Sec 18-107) (a) Authority and requirement to debar and suspend. After reasonable notice to an actual or prospective Contractual Party, and after reasonable opportunity for such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the city attorney, shall have the authority to debar a Contractual Party, for the causes listed below. from consideration for award of city Contracts. The debarment shall be for a period of not fewer than three years. The City Manager shall also have the authority to suspend a Contractual Party from consideration for award of city Contracts if there is probable cause for debarment. pending the debarment determination. The authority to debar and suspend contractors shall be exercised in accordance with regulations which shall be issued by the Chief Procurement Officer after approval by the City Manager, the city attorney, and the City Commission. (b) Causes for debarment or suspension. Causes for debarment or suspension include the following: (1) Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private Contract or subcontract, or incident to the performance of such Contract or subcontract. (2) Conviction under state or federal statutes of embezzlement, theft. forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. (3) Conviction under state or federal antitrust statutes arising out of the submission of Bids or Proposals. (4) Violation of Contract provisions, which is regarded by the Chief Procurement Officer to be indicative of nonresponsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a Contract or to perform within the time limits provided in a Contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. (5) Debarment or suspension of the Contractual Party by any federal, state or other governmental entity. (6) False certification pursuant to paragraph (c) below. (7) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which the violation remains noncompliant. (8) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which a civil penalty or fine is due and owing to the city. (9) Any other cause judged by the City Manager to be so serious and compelling as to affect the Page 12 of 54 Request for Proposals (RFP) 592382 responsibility of the Contractual Party performing city Contracts. (c) Certification. All Contracts for goods and services, sales, and leases by the city shall contain a certification that neither the Contractual Party nor any of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b)(5). (d) Debarment and suspension decisions. Subject to the provisions of paragraph (a), the City Manager shall render a written decision stating the reasons for the debarment or suspension. A copy of the decision shall be provided promptly to the Contractual Party, along with a notice of said party's right to seek judicial relief. 1.26. DEBARRED/SUSPENDED VENDORS —An entity or affiliate who has been placed on the State of Florida debarred or suspended vendor list may not submit a response on a contract to provide goods or services to a public entity, may not submit a response on a contract with a public entity for the construction or repair of a public building or public work, may not submit response on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. t.27. DEFAULT/FAILURE TO PERFORM - The City shall be the sole judge of nonperformance, which shall include any failure on the part of the successful Bidder/Proposer to accept the award, to furnish required documents, and/or to fulfill any portion of this contract within the time stipulated. Upon default by the successful Bidder/Proposer to meet any terms of this agreement, the City will notify the Bidder/Proposer of the default and will provide the contractor three (3) days (weekends and holidays excluded) to remedy the default. Failure on the contractor's part to correct the default within the required three (3) days shall result in the Contract being terminated and upon the City notifying in writing the contractor of its intentions and the effective date of the termination. The following shall constitute default: A. Failure to perform the work or deliver the goods/services required under the Contract and/or within the time required or failing to use the subcontractors, entities and personnel as identified and set forth, and to the degree specified in the Contract. B. Failure to begin the work under this Contract within the time specified. C. Failure to perform the work with sufficient workers and equipment or with sufficient materials to ensure timely completion, D. Neglecting or refusing to remove materials or perform new work where prior work has been rejected as nonconforming with the terms of the Contract. E. Becoming insolvent, being declared bankrupt, or committing any act of bankruptcy or insolvency, or making an assignment for the benefit of creditors, if the insolvency, bankruptcy, or assignment renders the successful Bidder/Proposer incapable of performing the work in accordance with and as required by the Contract. F. Failure to comply with any of the terms of the Contract in any material respect. All costs and charges incurred by the City as a result of a default or a default incurred beyond the time limits stated, together with the cost of completing the work, shall be deducted from any monies due or which may become due on this Contract. 1.28. DETERrMINATION OF RESPONSIVENESS - Each Response will be reviewed to determine if it is responsive to the submission requirements outlined in the Formal Solicitation. A "responsive" response is one which follows the requirements of the formal solicitation, includes all documentation, is submitted in the format outlined in the formal solicitation, is of timely submission, and has appropriate signatures as required on each document. Failure Page 13 of 54 Request for Proposals (RFP) 592382 to comply with these requirements may deem a Response non -responsive. A. Responsible Bidder shall mean a bidder/proposer who has submitted a bid/prposal and who has the capability, as determined under the City Procurement Ordinance, in all respects to fully perform the contract requirements, and the integrity and reliability of which give reasonable assurance of good faith and performance. 1.29. DISCOUNTS OFFERED DURING TERM OF CONTRACT - Discount Prices offered in the response shall be fixed after the award by the Commission, unless otherwise specified in the Special Terms and Conditions. Price discounts off the original prices quoted in the response will be accepted from successful Bidder(s)/Proposer(s) during the teen of the contract. Such discounts shall remain in effect for a minimum of 120 days from approval by the City Commission Any discounts offered by a manufacturer to Bidder/Proposer will be passed on to the City. 1.30. DISCREPANCIES, ERRORS, AND OMISSIONS - Any discrepancies, errors, or ambiguities in the Formal Solicitation or addenda (if any) should be reported in writing to the City's Purchasing Department. Should it be found necessary, a written addendum will be incorporated in the Formal Solicitation and will become part of the purchase agreement (contract documents). The City will not be responsible for any oral instructions, clarifications, or other communications. A. Order of Precedence — Any inconsistency in this formal solicitation shall be resolved by giving precedence to the following documents, the first of such list being the governing documents. 1) Addenda (as applicable) 2) Specifications 3) Special Conditions 4) General Terms and Conditions 1.31. EMERGENCY / DISASTER PERFORMANCE - In the event of a hurricane or other emergency or disaster situation, the successful vendor shall provide the City with the commodities/services defined within the scope of this formal solicitation at the price contained within vendor's response. Further, successful vendor shall deliver/perform for the city on a priority basis during such times of emergency. 1.32. ENTIRE BID CONTRACT OR AGREEMENT - The Bid Contract or Agreement consists of this City of Miami Formal Solicitation and specifically this General Conditions Section, Contractor's Response and any written agreement entered into by the City of Miami and Contractor in cases involving RFPs, RFQs, and RFLIs, and represents the entire understanding and agreement between the parties with respect to the subject matter hereof and supersedes all other negotiations, understanding and representations, if any, made by and between the parties. To the extent that the agreement conflicts with, modifies, alters or changes any of the terms and conditions contained in the Formal Solicitation and/or Response, the Formal Solicitation and then the Response shall control. This Contract may be modified only by a written agreement signed by the City of Miami and Contractor. 1.33. ESTIMATED QUANTITIES —Estimated quantities or estimated dollars are provided for your guidance only. No guarantee is expressed or implied as to quantities that will be purchased during the contract period. The City is not obligated to place an order for any given amount subsequent to the award of this contract. Said estimates may be used by the City for purposes of determining the low bidder or most advantageous proposer meeting specifications. The City reserves the right to acquire additional quantities at the prices bid/proposed or at lower prices in this Formal Solicitation. 1.34. EVALUATION OF RESPONSES A.Rejcction of Responses The City may reject a Response for any of the following reasons: Page 14 of 54 Request for Proposals (RFP) 592382 1) Bidder/Proposer fails to acknowledge receipt of addenda; 2) Bidder/Proposer mistates or conceals any material fact in the Response ; 3) Response does not conform to the requirements of the Formal Solicitation; 4) Response requires a conditional award that conflicts with the method of award; 5) Response does not include required samples, certificates, licenses as required; and, 6) Response was not executed by the Bidder's/Proposer(s) authorized agent. The foregoing is not an all inclusive list of reasons for which a Response may be rejected. The City may reject and re -advertise for all or any part of the Formal Solicitation whenever it is deemed in the best interest of the City. B. Elimination From Consideration 1) A contract shall not be awarded to any person or firm which is in arrears to the City upon any debt or contract, or which is a defaulter as surety or otherwise upon any obligation to the City. 2) A contract may not be awarded to any person or firm which has failed to perform under the terms and conditions of any previous contract with the City or deliver on time contracts of a similar° nature. 3) A contract may not be awarded to any person or firm which has been debarred by the City in accordance with the City's Debarment and Suspension Ordinance. C. Determination of Responsibility 1) Responses will only be considered from entities who are regularly engaged in the business of providing the goods/equipment/services required by the Formal Solicitation. Bidder/Proposer roust be able to demonstrate a satisfactory record of performance and integrity; and, have sufficient financial, material, equipment, facility, personnel resources, and expertise to meet all contractual requirements. The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well established entity in line with the best industry practices in the industry as determined by the City. 2) The City may consider any evidence available regarding the financial, technical and other qualifications and abilities of a Bidder/Proposer, including past performance (experience) with the City or any other governmental entity in making the award. 3) The City may require the Bidder(s)/Proposer(s) to show proof that they have been designated as an authorized representative of a manufacturer or supplier which is the actual source of supply, if required by the Formal Solicitation. 1.35. EXCEPTIONS TO GENERAL AND/OR SPECIAL CONDITIONS OR SPECIFICATIONS - Exceptions to the specifications shall be listed on the Response and shall reference the section. Any exceptions to the General or Special Conditions shall be cause for the bid (IFB) to be considered non -responsive. It also may be cause for a RFP, RFQ, or RFLI to be considered non -responsive; and, if exceptions are taken to the terms and conditions of the resulting agreement it may lead to terminating negotiations. 1.36. F.O.B. DESTINATION - Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the bidder/proposer must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid/proposal price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid/proposal. 1.37. FIRM PRICES - The bidder/proposer warrants that prices, terms, and conditions quoted in its response will be firm throughout the duration of the contract unless otherwise specified in the Formal Solicitation. Such prices will remain firm for the period of performance or resulting purchase orders or contracts, which are to be performed Page 15 of 54 Request for Proposals (RFP) 592382 or supplied over a period of time. 1.38. FLORIDA MINIMUM WAGE - The Constitution of the State of Florida, Article X, Section 24, states that employers shall pay employee wages no less than the minimum wage for all hours worked in Florida. Accordingly, it is the contractor's and its' subcontractor(s) responsibility to understand and comply with this Florida constitutional minimum wage requirement and pay its employees the current established hourly minimum wage rate, which is subject to change or adjusted by the rate of inflation using the consumer price index for urban wage earners and clerical workers, CPI-W, or a successor index as calculated by the United States Department of Labor. Each adjusted minimum wage rate calculated shall be determined and published by the Agency Workforce Innovation on September 30th of each year and take effect on the following January 1st. At the time of responding, it is bidder/proposer and his/her subcontractor(s), if applicable, full responsibility to determine whether any of its employees may be impacted by this Florida Law at any given point in time during the teen of the contract. If impacted, bidder/proposer must furnish employee name(s), job title(s), job description(s), and current pay rate(s). Failure to submit this information at the time of submitting a response constitute successful bidder's/proposer's acknowledgement and understanding that the Florida Minimum Wage Law will not impact its prices throughout the term of contract and waiver of any contractual price increase request(s). The City reserves the right to request and successful bidder/proposer must provide for any and all information to make a wage and contractual price increase(s) determination. 1.39. GOVERNING LAW AND VENUE - The validity and effect of this Contract shall be governed by the laws of the State of Florida. The parties agree that any action, mediation or arbitration arising out of this Contract shall take place in Miami -Dade County. Florida. In any action or proceeding each party shall bear their own respective attorney's fees. 1.40. HEADINGS AND TERMS - The headings to the various paragraphs of this Contract have been inserted for convenient reference only and shall not in any manner be construed as modifying, amending or affecting in any way the expressed terms and provisions hereof. 1.41. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPAA) - Any person or entity that performs or assists the City of Miami with a function or activity involving the use or disclosure of "individually identifiable health information (IIHI) and/or Protected Health Information (PHI) shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the City of Miami Privacy Standards. HIPAA mandates for privacy, security and electronic transfer standards, which include but are not limited to: A. Use of information only for performing services required by the contract or as required by law; B. Use of appropriate safeguards to prevent non -permitted disclosures; C. Reporting to the City of Miami of any non -permitted use or disclosure; D. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to the Bidder/Proposer and reasonable assurances that IIHIIPHI will be held confidential; E. Making Protected Health Information (PHI) available to the customer; F. Making PHI available to the customer for review and amendment; and incorporating any amendments requested by the customer; G. Making PHI available to the City of Miami for an accounting of disclosures; and H. Making internal practices, books and records related to PHI available to the City of Miami for compliance audits. PHI shall maintain its protected status regardless of the form and method of transmission (paper records, and/or electronic transfer of data). The Bidder/ Proposer must give its customers written notice of its privacy information Page 16 of 54 Request for Proposals (RFP) 592382 practices including specifically, a description of the types of uses and disclosures that would be made with protected health information. 1.42 INDEMNIFICATION - Contractor shall indemnify , hold harmless and defend the City, its officials, officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract and will indemnify, hold harmless and defend the City, its officials, officers, agents, directors and employees against, any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted work, even if it is alleged that the City, its officials and/or employees were negligent. These indemnifications shall survive the term of this Contract. In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory to City. The Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against City whether performed by Contractor, or persons employed or utilized by Contractor. This indemnity will survive the cancellation or expiration of the Contract. This indemnity will be interpreted under the laws of the State of Florida, including without limitation and which conforms to the limitations of §725.06 andlor §725.08, Fla. Statues, as amended from time to time as applicable. Contractor shall require all Sub -Contractor agreements to include a provision that they will indemnify the City. The Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Contractor in which the City participated either through review or concurrence of the Contractor's actions. In reviewing, approving or rejecting any submissions by the Contractor or other acts of the Contractor, the City in no way assumes or shares any responsibility or liability of the Contractor or Sub -Contractor, under this Agreement. 1.43. FORNIATION AND DESCRIPTIVE LITERATURE —Bidders/Proposer must furnish all information requested in the spaces provided in the Formal Solicitation. Further, as may be specified elsewhere, each Bidder/Proposer must submit for evaluation, cuts, sketches, descriptive literature, technical specifications, and Material Safety Data Sheets (MSDS)as required, covering the products offered. Reference to literature submitted with a previous response or on file with the Buyer will not satisfy this provision. 1.44. INSPECTIONS - The City may, at reasonable times during the term hereof, inspect Contractor's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods and/or services required to be provided by the Contractor under this Contract conform to the terms and conditions of the Formal Solicitation. Contractor shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and made in accordance with, the provisions of the City of Miami Ordinance No, 12271 (Section 18-79), as same may be amended or supplemented from time to time. 1.45. INSPECTION OF RESPONSE - Responses received by the City pursuant to a Formal Solicitation will not be made available until such time as the City provides notice of a decision or intended decision or within 30 days after bid closing, whichever is earlier. Bid/Proposal results will be tabulated and may be furnished upon request via fax or e-mail to the Sr. Procurement Specialist issuing the Solicitation. Tabulations also are available on the City's Web Site following recommendation for award. Page 17 of 54 Request for Proposals (RFP) 592382 1.46. INSURANCE - Within ten (10) days after receipt of Notice of Award, the successful Contractor, shall furnish Evidence of Insurance to the Purchasing Department, if applicable. Submitted evidence of coverage shall demonstrate strict compliance to all requirements listed on the Special Conditions entitled "Insurance Requirements". The City shall be listed as an "Additional Insured." Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this Solicitation the Contractor shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the City. If the Contractor fails to submit the required insurance documents in the manner prescribed in this Solicitation within fifteen (15) calendar days after receipt Notice of Award, the contractor shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the Bidder/Proposer may be prohibited from submitting future responses to the City. Information regarding any insurance requirements shall be directed to the Risk Administrator, Department of Risk Management, at 444 SW 2nd Avenue, 9th Floor, Miami, Florida 33130, 305.416-1604. The Bidder/Proposer shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in effect for the duration of the contractual period; including any and all option terms that may be granted to the Bidder/Proposer. 1.47. INVOICES - Invoices shall contain purchase order number and details of goods and/or services delivered (i.e. quantity, unit price, extended price, etc); and in compliance with Chapter 218 of the Florida Statutes (Prompt Payment Act). 1.48. LOCAL PREFERENCE A. City Code Section 18-85, states, "when a responsive, responsible non -local bidder submits the lowest bid price, and the bid submitted by one or more responsive, responsible local bidders who maintain a local office, as defined in Section 18-73, is within fifteen percent (15%) of the price submitted by the non -local bidder, then that non -local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local bidder. Contract award shall be made to the lowest responsive, responsible bidder submitting the lowest best and final bid. In the case of a tie in the best and final bid between a local bidder and a non -local bidder, contract award shall be made to the local bidder." B. City Code Section 18-86, states, "the RFP, RFLI or RFQ, as applicable, may, in the exercise of the reasonable professional discretion of the City Manager, director of the using agency, and the Chief Procurement Officer, include a five (5%) percent evaluation criterion in favor of proposers who maintain a local office, as defined in Section 18-73. In such cases, this five (5%) percent evaluation criterion in favor of proposers who maintain a local office will be specifically defined in the RFP, RFLI or RFQ, as applicable; otherwise, it will not apply. 1.49. MANUFACTURER'S CERTIFICATION -The City reserves the right to request from bidders/proposers a separate Manufacturer's Certification of all statements made in the bid/proposal. Failure to provide such certification may result in the rejection of bid/proposal or termination of contract/agreement, for which the bidder/proposer must bear full liability. 1.50. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS - No contract or understanding to modify this Formal Solicitation and resultant purchase orders or contracts, if applicable, shall be binding upon the City unless made in writing by the Director of Purchasing of the City of Miami, Florida through the issuance of a change order, addendum, amendment, or supplement to the contract, purchase order or award sheet as appropriate. Page 18 of 54 Request for Proposals (RFP) 592382 1.51. NO PARTNERSHIP OR JOINT VENTURE - Nothing contained in this Contract will be deemed or construed to create a partnership or joint venture between the City of Miami and Contractor, or to create any other similar relationship between the parties. I.52. NONCONFORMANCE TO CONTRACT CONDITIONS - Items may be tested for compliance with specifications under the direction of the Florida Department of Agriculture and Consumer Services or by other appropriate testing Laboratories as determined by the City. The data derived from any test for compliance with specifications is public record and open to examination thereto in accordance with Chapter 119, Florida Statutes. Items delivered not conforming to specifications may be rejected and returned at Bidder's/Proposer's expense. These non -conforming items not delivered as per delivery date in the response and/or Purchase Order may result in bidder/proposer being found in default in which event any and all re -procurement costs may be charged against the defaulted contractor. Any violation of these stipulations may also result in the supplier's name being removed from the City of Miami's Supplier's list.. 1.53. NONDiSCRINi1NATION —Bidder/Proposer agrees that it shall not discriminate as to race, sex, color, age, religion, national origin, marital status, or disability in connection with its performance under this formal solicitation. Furthermore, Bidder/Proposer agrees that no otherwise qualified individual shall solely by reason of his/her race, sex, color, age, religion, national origin, marital status or disability be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. In connection with the conduct of its business, including performance of services and employment of personnel, Bidder/Proposer shall not discriminate against any person on the basis of race, color, religion, disability, age, sex, marital status or national origin. All persons having appropriate qualifications shall be afforded equal opportunity for employment. 1.54. NON-EXCLUSIVE CONTRACT/ PIGGYBACK PROVISION - At such times as may serve its best interest, the City of Miami reserves the right to advertise for, receive, and award additional contracts for these herein goods and/or services, and to make use of other competitively bid (governmental) contracts, agreements, or other simiIar sources for the purchase of these goods and/or services as may be available. It is hereby agreed and understood that this formal solicitation does not constitute the exclusive rights of the successful bidder(s)/proposer(s) to receive all orders that may be generated by the City in conjunction with this Formal Solicitation. In addition, any and all commodities, equipment, and services required by the City in conjunction with construction projects are solicited under a distinctly different solicitation process and shall not be purchased under the terns, conditions and awards rendered under this solicitation, unless such purchases are determined to be in the best interest of the City. 1.55. OCCUPATIONAL LICENSE - Any person, firm, corporation or joint venture, with a business location in the City of Miami and is submitting a Response under this Formal Solicitation shall meet the City's Occupational License Tax requirements in accordance with Chapter 31.1, Article 1 of the City of Miami Charter. Others with a location outside the City of Miami shall meet their local Occupational License Tax requirements. A copy of the license must be submitted with the response; however, the City may at its sole option and in its best interest allow the Bidder/Proposer to supply the license to the City during the evaluation period, but prior to award. 1.56. ONE PROPOSAL - Only one (1) Response from an individual, firm, partnership, corporation or joint venture will be considered in response to this Formal Solicitation. 1.57. OWNERSI-IIP OF DOCUMENTS - It is understood by and between the parties that any documents, records, files, or any other matter whatsoever which is given by the City to the successful Bidder/Proposer pursuant to this Page 19 of 54 Request for Proposals (REP) 592382 fonnai solicitation shall at ail times remain the property of the City and shall not be used by the Bidder/Proposer for any other purposes whatsoever without the written consent of the City. 1,58. PARTIAL INVALIDITY - If any provision of this Contract or the application thereof to any person or circumstance shall to any extent be held invalid, then the remainder of this Contract or the application of such provision to persons or circumstances other than those as to which it is held invalid shall not be affected thereby, and each provision of this Contract shall be valid and enforced to the fullest extent permitted by law. 1.59. PERFORMANCE/PAYMENT BOND —A Contractor may be required to furnish a Performance/Payment Bond as part of the requirements of this Contract, in an amount equal to one hundred percent (100%) of the contract price. 1.60. PREPARATION OF RESPONSES (HARDCOPY FORMAT) —Bidders/Proposers are expected to examine the specifications, required delivery, drawings, and all special and general conditions. All bid/proposed amounts, if required, shall be either typewritten or entered into the space provided with ink. Failure to do so will be at the Bidder's/Proposer's risk. A. Each Bidder/Proposer shall furnish the information required in the Formal Solicitation. The Bidder/Proposer shall sign the Response and print in ink or type the name of the Bidder/Proposer, address, and telephone number on the face page and on each continuation sheet thereof on which he/she makes an entry, as required. B. If so required, the unit price for each unit offered shall be shown, and such price shall include packaging, handling and shipping, and F.O.B. Miami delivery inside City premises unless otherwise specified. Bidder/Proposer shall include in the response all taxes, insurance, social security, workmen's compensation, and any other benefits normally paid by the Bidder/Proposer to its employees. If applicable, a unit price shall be entered in the "Unit Price" column for each item. Based upon estimated quantity, an extended price shall be entered in the "Extended Price" column for each item offered. In case of a discrepancy between the unit price and extended price, the unit price will be presumed correct. C. The Bidder/Proposer must state a definite time, if required, in calendar days for delivery of goods and/or services. D. The Bidder/Proposer should retain a copy of all response documents for future reference. E. All responses, as described, must be fully completed and typed or printed in ink and must be signed in ink with the firm's name and by an officer or employee having authority to bind the company or firm by his/her signature. Bids/Proposals having any erasures or corrections must be initialed in ink by person signing the response or the response may be rejected, F. Responses are to remain valid for at least 180 days. Upon award of a contract, the content of the Successful Bidder's/Proposer's response may be included as part of the contract, at the City's discretion. G. The City of Miami's Response Forms shall be used when Bidder/Proposer is submitting its response in hardcopy format. Use of any other forms will result in the rejection of the response. IF SUBMITTING HARDCOPY FORMAT, THE ORIGINAL AND THREE (3) COPIES OF THESE SETS OF FORMS, UNLESS OTHERWISE SPECIFIED, AND ANY REQUIRED ATTACHMENTS MUST BE RETURNED TO THE CITY OR YOUR RESPONSE MAY BE DEEMED NON -RESPONSIVE. 1.61. PRICE ADJUSTMENTS — Any price decrease effectuated during the contract period either by reason of market change or on the part of the contractor to other customers shall be passed on to the City of Miami. 1.62. PRODUCT SUBSTITUTES - In the event a particular awarded and approved manufacturer's product Page 20 of 54 Request for Proposals (RFP) 592382 becomes unavailable during the term of the Contract, the Contractor awarded that item may arrange with the City's authorized representative(s) to supply a substitute product at the awarded price or lower. provided that a sample is approved in advance of delivery and that the new product meets or exceeds all quality requirements. 1.63. CONFLICT OF INTEREST, AND UNETHICAL BUSINESS PRACTICE PROHIBITIONS - Contractor represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Contract and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Contract. 1.64. PROMPT PAYMENT —Bidders/Proposers may offer a cash discount for prompt payment; however, discounts shall not be considered in determining the lowest net cost for response evaluation purposes, Bidders/Proposers are required to provide their prompt payment terms in the space provided on the Formal Solicitation. If no prompt payment discount is being offered, the Bidder/Proposer must enter zero (0) for the percentage discount to indicate no discount. If the Bidder/Proposer fails to enter a percentage, it is understood and agreed that the terms shall be 2% 20 days, effective after receipt of invoice or final acceptance by the City, whichever is later. When the City is entitled to a cash discount, the period of computation will commence on the date of delivery, or receipt of a correctly completed invoice, whichever is Later. If an adjustment in payment is necessary due to damage, the cash discount period shall commence on the date final approval for payment is authorized. If a discount is part of the contract, but the invoice does not reflect the existence of a cash discount, the City is entitled to a cash discount with the period commencing on the date it is determined by the City that a cash discount applies. Price discounts off the original prices quoted on the Price Sheet will be accepted from successful bidders/proposers during the term of the contract. 1.65. PROPERTY - Property owned by the City of Miami is the responsibility of the City of Miami. Such property furnished to a Contractor for repair, modification, study, etc., shall remain the property of the City of Miami. Damages to such property occurring while in the possession of the Contractor shall be the responsibility of the Contractor. Damages occurring to such property while in route to the City of Miami shall be the responsibility of the Contractor. In the event that such property is destroyed or declared a total loss, the Contractor shall be responsible for replacement value of the property at the current market value, less depreciation of the property, if any. 1.66. PROVISIONS BINDING - Except as otherwise expressly provided in the resulting Contract, all covenants, conditions and provisions of the resulting Contract shall be binding upon and shall inure to the benefit of the parties hereto and their respective heirs, legal representatives, successors and assigns. 1.67. PUBLIC ENTITY CRIMES - A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a response on a contract to provide any goods or services to a public entity, may not submit a response on a contract with a public entity for the construction or repair of a public building or public work, may not submit responses on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.68. PUBLIC RECORDS - Contractor understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida Statutes, Page 21 of 54 Request for Proposals (RFP) 592382 and City of Miami Code, Section 18, Article [II, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable law. Contractor shall additionally cotnply with the provisions of Section 119.0701, Florida Statutes, entitled "Contracts; public records". Contractor's faiiure or refusal to comply with the provision of this section shall result in the immediate cancellation of this Contract by the City. 1.69. QUALITY OF GOODS, MATERIALS, SUPPLIES, PRODUCTS, AND EQUIPMENT - All materials used in the manufacturing or construction of supplies, materials, or equipment covered by this solicitation shall be new. The items bid/proposed must be of the latest make or model, of the best quality, and of the highest grade of workmanship, unless as otherwise specified in this Solicitation. 1.70. QUALITY OF WORK/SERVICES - The work/services performed must be of the highest quality and workmanship. Materials furnished to complete the service shall be new and of the highest quality except as otherwise specified in this Solicitation. 1.71. REMEDIES PRIOR TO AWARD (Sec. 18-106) - If prior to Contract award it is determined that a formal solicitation or proposed award is in violation of law, then the solicitation or proposed award shall be cancelled by the City Commission, the City Manager or the Chief Procurement Officer, as may be applicable, or revised to comply with the law. 1.72. RESOLUTION OF CONTRACT DISPUTES (Sec. 18-105) (a) Authority to resolve Contract disputes. The City Manager, after obtaining the approval of the city attorney, shall have the authority to resolve controversies between the Contractual Party and the city which arise under, or by virtue of, a Contract between them; provided that, in cases involving an amount greater than $25,000, the City Commission must approve the City Manager's decision. Such authority extends, without limitation, to controversies based upon breach of Contract, mistake, misrepresentation or lack of complete performance, and shall be invoked by a Contractual Party by submission of a protest to the City Manager. (b) Contract dispute decisions. If a dispute is not resolved by mutual consent, the City Manager shall promptly render a written report stating the reasons for the action taken by the City Commission or the City Manager which shall be final and conclusive. A copy of the decision shall be immediately provided to the protesting party, along with a notice of such party's right to seek judicial relief, provided that the protesting party shall not be entitled to such judicial relief without first having followed the procedure set forth in this section. 1,73. RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (Sec. 18-104) (a) Right to protest. The following procedures shall be used for resolution of protested solicitations and awards except for purchases of goods, supplies, equipment, and services, the estimated cost of which does not exceed $25,000. Protests thereon shall be governed by the Administrative Policies and Procedures of Purchasing. 1.Protest of Solicitation. 1. Any prospective proposer who perceives itself aggrieved in connection with the solicitation of a Contract may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within three days after the Request for Proposals, Request for Qualifications or Request for Letters of Interest is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer; or ii. Any prospective bidder who intends to contest the Solicitation Specifications or a solicitation may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Page 22 of 54 Request for Proposals (RFP) 592382 Officer within three days after the solicitation is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. 2. Protest of Award. i. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the proposer of the notice of the City Manager's recommendation for award of Contract, which will be posted on the City of Miami Purchasing Department website, in the Supplier Corner, Current Solicitations and Notice of Recommendation of Award Section. The notice of the City Manager's recommendation can be found by selecting the details of the solicitation and is listed as Recommendation of Award Posting Date and Recommendation of Award To fields. If "various" is indicated in the Recommendation of Award To field, the Bidder/Proposer must contact the buyer for that solicitation to obtain the suppliers name. It shall be the responsibility of the Bidder/Proposer to check this section of the website daily after responses are submitted to receive the notice; or ii. Any actual Responsive and Responsible Bidder whose Bid is lower than that of the recommended bidder may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the bidder of the notice of the city's determination of non responsiveness or non responsibility. The receipt by bidder of such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. A written protest based on any of the foregoing must be submitted to the Chief Procurement Officer within five (5) days after the date the notice of protest was filed. A written protest is considered filed when received by the Chief Procurement Officer. The written protest may not challenge the relative weight of the evaluation criteria or the formula for assigning points in making an award determination. The written protest shall state with particularity the specific facts and law upon which the protest of the solicitation or the award is based, and shall include all pertinent documents and evidence and shall be accompanied by the required Filing Fee as provided in subsection (f). This shall form the basis for review of the written protest and no facts, grounds, documentation or evidence not contained in the protester's submission to the Chief Procurement Officer at the time of filing the protest shall be permitted in the consideration of the written protest. No time will be added to the above limits for service by mail In computing any period of time prescribed or allowed by this section, the day of the act, event or default from which the designated period of time begins to run shall not be included. The last day of the period so computed shall be included unless it is a Saturday, Sunday or legal holiday in which event the period shall run until the end of the next day which is neither a Saturday, Sunday or legal holiday. Intermediate Saturdays, Sundays and legal holidays shall be excluded in the computation of the time for filing. (b) Authority to resolve protests. The Chief Procurement Officer shall have the authority, subject to the approval of the City Manager and the city attorney, to settle and resolve any written protest. The Chief Procurement Officer shall obtain the requisite approvals and communicate said decision to the protesting party and shall submit said decision to the City Commission within 30 days after he/she receives the protest. In cases involving more than $25,000, the decision of the Chief Procurement Officer shall be submitted for approval or disapproval thereof to the. City Commission after a favorable recommendation by the city attorney and the City Manager. (c) Compliance with filing requirements. Failure of a party to timely file either the notice of intent to fife a protest or the written protest, together with the required Filing Fee as provided in subsection (f), with the Chief Procurement Officer within the time provided in subsection (a), above, shall constitute a forfeiture of such party's right to file a Page 23 of 54 Request for Proposals (RFP) 592382 protest pursuant to this section. The protesting party shall not be entitled to seek judicial relief without first having followed the procedure set forth in this section (d) Stay of Procurements during protests. Upon receipt of a written protest filed pursuant to the requirements of this section, the city shall not proceed further with the solicitation or with the award of the Contract until the protest is resolved by the Chief Procurement Officer or the City Commission as provided in subsection (b) above, unless the City Manager makes a written determination that the solicitation process or the Contract award must be continued without delay in order to avoid an immediate and serious danger to the public health, safety or welfare. (e) Costs. All costs accruing from a protest shall be assumed by the protestor. (f) Filing Fee. The written protest must be accompanied by a filing fee in the form of a money order or cashier's check payable to the city in an amount equal to one percent of the atnount of the Bid or proposed Contract, or $5000.00, whichever is less, which filing fee shall guarantee the payment of all costs which may be adjudged against the protestor in any administrative or court proceeding. If a protest is upheld by the Chief Procurement Officer and/or the City Commission, as applicable, the filing fee shall be refunded to the protestor less any costs assessed under subsection (e) above. If the protest is denied, the filing fee shall be forfeited to the city in lieu of payment of costs for the administrative proceedings as prescribed by subsection (e) above. 1.74. SAMPLES - Samples of items, when required, must be submitted within the time specified at no expense to the City. If not destroyed by testing, bidder(s)/proposer(s) will be notified to remove samples, at their expense, within 30 days after notification. Failure to remove the samples will result in the samples becoming the property of the City. 1.75. SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITIES - Contractor shall not sell, assign, transfer or subcontract at any time during the term of the Contract, or any part of its operations, or assign any portion of the performance required by this contract, except under and by virtue of written permission granted by the City through the proper officials, which may be withheld or conditioned, in the City's sole discretion. 1.76. SERVICE AND WARRANTY —When specified, the bidder/proposer shall define all warranty, service and replacements that will be provided. Bidders/Proposer must explain on the Response to what extent warranty and service facilities are available. A copy of the manufacturer's warranty, if applicable, should be submitted with your response. 1.77. SILENCE OF SPECIFICATIONS - The apparent silence of these specifications and any supplemental specification as to any detail or the omission from it of detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type, size and design are to be used. All workmanship and services is to be first quality. All interpretations of these specifications shall be made upon the basis of this statement. If your firm has a current contract with the State of Florida, Department of General Services, to supply the items on this solicitation, the bidder/proposer shall quote not more than the contract price; failure to comply with this request will result in disqualification of bid/proposal. 1.78, SUBMISSION AND RECEIPT OF RESPONSES - Responses shall be submitted electronically via the Oracle System or responses may be submitted in hardcopy format to the City Clerk, City Hall, 3500 Pan American Drive, Miami, Florida 33133-5504, at or before, the specified closing date and time as designated in the IFB, RFP, RFQ, or RFLI. NO EXCEPTIONS. Bidders/Proposers are welcome to attend the solicitation closing; however, no award will be made at that time. Page 24 of 54 Request for Proposals (REP) 592382 A. Hardcopy responses shall be enclosed in a sealed envelope, box package. The face of the envelope, box or package must show the hour and date specified for receipt of responses, the solicitation number and title, and the name and return address of the Bidder/Proposer. Hardcopy responses not submitted on the requisite Response Forms may be rejected. Hardcopy responses received at any other location than the specified shall be deemed non -responsive. Directions to City Hall: FROM THE NORTH: 1-95 SOUTH UNTIL IT TURNS INTO US1. US1 SOUTH TO 27TH AVE., TURN LEFT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR. CITYY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT. FROM THE SOUTH: US1 NORTH TO 27TH AVENUE, TURN RIGHT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT. B. Facsimile responses will not be considered. C. Failure to follow these procedures is cause for rejection of bid/proposal. D. The responsibility for obtaining and submitting a response on or before the close date is solely and strictly the responsibility of Bidder/Proposer. The City of' Miami is not responsible for delays caused by the United States mail delivery or caused by any other occurrence. Responses received after the solicitation closing date and time will be returned unopened, and will not be considered for award. E. Late responses will be rejected. F. All responses are subject to the conditions specified herein. Those which do not comply with these conditions are subject to rejection. G. Modification of responses already submitted will be considered only if received at the City before the time and date set for closing of solicitation responses. All modifications must be submitted via the Oracle System or in writing. Once a solicitation closes (closed date and/or time expires), the City will not consider any subsequent submission which alters the responses. H. If hardcopy responses are submitted at the same time for different solicitations, each response must be placed in a separate envelope, box, or package and each envelope, box or package must contain the information previously stated in 1.82.A. 1.79. TAXES - The City of Miami is exempt from any taxes imposed by the State and/or Federal Government. Exemption certificates will be provided upon request. Notwithstanding, Bidders/Proposers should be aware of the fact that all materials and supplies which are purchased by the Bidder/Proposer for the completion of the contract is subject to the Florida State Sales Tax in accordance with Section 212.08, Florida Statutes, as amended and all amendments thereto and shall be paid solely by the Bidder/Proposer. 1.80. TERMINATION —The City Manager on behalf of the City of Miami reserves the right to terminate this contract by written notice to the contractor effective the date specified in the notice should any of the following apply: A. The contractor is determined by the City to be in breach of any of the terns and conditions of the contract. B. The City has determined that such termination will be in the best interest of the City to terminate the contract for its own convenience; Page 25 of 54 Request for Proposals (RFP) 592383 C. Funds are not available to cover the cost of the goods and/or services. The City's obligation is contingent upon the availability of appropriate funds. 1.81. TERMS OF PAYMENT - Payment will be made by the City after the goods and/or services awarded to a Bidder/Proposer have been received, inspected, and found to comply with award specifications, free of damage or defect, and properly invoiced. No advance payments of any kind will be made by the City of Miami. Payment shall be made after delivery, within 45 days of receipt of an invoice and authorized inspection and acceptance of the goods/services and pursuant to Section 218.74, Florida Statutes and other applicable law. 1.82. TIMELY DELIVERY - Time will be of the essence for any orders placed as a result of this solicitation. The City reserves the right to cancel such orders, or any part thereof, without obligation, if delivery is not made within the time(s) specified on their Response. Deliveries are to be made during regular City business hours unless otherwise specified in the Special Conditions. 1.83. TITLE - Title to the goods or equipment shall not pass to the City until after the City has accepted the goods/equipment or used the goods, whichever comes first. 1.84.TRADE SECRETS EXECUTION TO PUBLIC RECORDS DISCLOSURE- All Responses submitted to the City are subject to public disclosure pursuant to Chapter 119, Florida Statutes. An exception may be made for "trade secrets." If the Response contains information that constitutes a "trade secret", all material that qualifies for exemption from Chapter 119 must be submitted in a separate envelope, clearly identified as "TRADE SECRETS EXCEPTION," with your firm's name and the Solicitation number and title marked on the outside. Please be aware that the designation of an item as a trade secret by you may be challenged in court by any person. By your designation of material in your Response as a "trade secret" you agree to indemnify and hold harmless the City for any award to a plaintiff for damages, costs or attorney's fees and for costs and attomey's fees incurred by the City by reason of any legal action challenging your claim. 1.85. UNAUTHORIZED WORK OR DELIVERY OF GOODS- Neither the qualified Bidder(s)/Proposer(s) nor any of his/her employees shall perform any work or deliver any goods unless a change order or purchase order is issued and received by the Contractor. The qualified Bidder(s)IProposer(s) shall not be paid for any work performed or goods delivered outside the scope of the contract or any work performed by an employee not otherwise previously authorized. 1.86. USE OF NAME - The City is not engaged in research for advertising. sales promotion, or other publicity purposes. No advertising, sales promotion or other publicity materials containing information obtained from this Solicitation are to be mentioned, or imply the name of the City, without prior express written permission of the City Manager or the City Commission. 1.87. VARIATIONS OF SPECIFICATIONS - For purposes of solicitation evaluation, bidders/proposers must indicate any variances from the solicitation specifications and/or conditions, no matter how slight. If variations are not stated on their Response, it will be assumed that the product fully complies with the City's specifications. Page 26 of 54 Request for Proposals (REP) 592382 2. Special Conditions 2.1. PURPOSE The purpose of this Solicitation is toestab]ish a contract, for upgrade and enhancement of two-way radio communications throughout the City, as specified herein, from a source(s), fully compliant with the terms, conditions and stipulations of the solicitation. 2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION Any questions or clarifications concerning this solicitation shall be submitted by email or facsimile to the Procurement Department, Attn: Lydia Osborne, PhD, CPPO, CPPB; fax: (305) 400-5025 or email: losborneCi:miamigov.com, and a copy filed with the Office of the City Clerk, pursuant to Section 1.34. Cone of Silence. The solicitation title and number shall be referenced on all correspondence. All questions must be received no later than July 11, 2016 @ 15:00 PM. All responses to questions will be sent to all prospective bidders/proposers in the form of an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. 2.3. TERM OF CONTRACT The Proposer(s) qualified to provide the service(s) requested herein (the "Successful Proposer(s)") shall be required to execute a contract ("Contract") with the City, which shall include, but not be limited to, the following terms: (1) The term of the Contract(s) shall be for three (3) years with an option to renew for two (2) additional two (2) year periods. (2) The City shall have the option to extend or terminate the Contract. Continuation of the contract beyond the initial period is a City prerogative; not a right of the Proposer. This prerogative will be exercised only when such continuation is clearly in the best interest of the City. TERM OF CONTRACT The Proposer(s) qualified to provide the service(s) requested herein (the "Selected Proposer(s)") shall be required to execute a contract ("Contract") with the City, which shall include, but not be limited to, the following terms: (1) The term of the Contract(s) shall be for three (3) year with an option to renew for two (2) additional two (2) year periods. (2) The City shall have the option to extend or terminate the Contract. Continuation of the contract beyond the initial period is a City prerogative; not a right of the Proposer. This prerogative will be exercised only when such continuation is clearly in the best interest of the City. 2.4. CONDITIONS FOR RENEWAL Each renewal of this contract is subject to the following: (I) Continued satisfactory performance compliance with the specifications, terms and conditions established Page 27 of 54 Request for Proposals (RFP) 592382 herein. (2) Availability of funds 2.5. ESCALATION CLAUSE The City acknowledges the fluctuating nature of prices for items specified. Accordingly an escalator/de-escalator clause will be accepted only under the following conditions: (1) Price increase(s) and price decrease(s) comparable to documented manufacturer's price changes. The maximum percentage increase over first year term prices shall not exceed two percent (2.0%) within a 12-month period. Escalated prices in the succeeding contract year(s) of the Contract, if any, shall remain firm during the applicable contract year. (2) Receipt of proper notification to the Procurement Department, in writing, of all items affected by price increases/decreases. (3) Where all prices shall have remained firm for a minimum of 365 days after effective date of contract. (4) All prices increase(s) and decrease(s) to be approved by the Procurement Director. The City may, after review, refuse to accept the adjusted costs if they are not properly documented, increases are considered to be excessive, or decreases are considered to be insufficient. In the event the City does not wish to accept the adjusted costs, and the matter cannot be resolved to the satisfaction of the City, the City reserves the right to cancel the contract upon giving thirty (30) days notice to the Selected Proposer. 2.6. NON -APPROPRIATION OF FUNDS En the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract, then the City, upon written notice to the Selected Proposer(s) or his assignee of such occurrence, shall have the unqualified right to terminate the contract without any penalty or expense to the City. No guarantee, warranty or representation is made that any project(s) will be awarded to any firm(s). 2.7. MINIMUM QUALIFICATION REQUIREMENTS Each firm interested in responding to this Request for Proposals must provide the information on the firm's qualifications and experience, qualifications of the project team, Project Manager's experience, and previous similar projects. Additionally, Proposer must: (1) be an established firm for a minimum of ten (10) year(s), and Proposer, or its owner(s) and/or principa](s), must have a minimum of five (5) years related experience. (2) the individual proposed as the Project Manager must have a minimum of five (5) years experience in scope, and have served as project manager on similar projects on a minimum of three (3) previous occasions. (3) Have installed and maintained three (3) public safety digital P25 Systems within the last five (5) years, with one or more municipalities in similar size and complexities and demographics to City of MiamiSee "Instructions for Page 28 of 54 Request for Proposals (RFP) 592382 Submitting a Response: (Submission Requirements)." Submittals that do not respond completely to all requirements may be considered non -responsive and eliminated from the process. 2.8. EXECUTION OF AN AGREEMENT The Selected Proposer(s) evaluated and ranked in accordance with the requirements of this Solicitation, shail be awarded an opportunity to negotiate an a Professional Services Agreement (Agreement) with the City. The City reserves the right to execute or not execute, as applicable an Agreement with the Selected Proposer(s) in substantially the same form as the draft Agreement included as part of this solicitation. Such Agreement will be furnished by the City, will contain certain terms as are in the City's best interest, and will be subject to approval as to legal form by the City Attorney. 2.9. FAILURE TO PERFORM Should it not be possible to reach the Selected Proposer or Selected Proposer's point of contact and/or should remedial action not be taken within 48 hours of any failure to perform according to specifications, the City reserves the right to declare Selected Proposer in default of the contract or make appropriate reductions in the contract payment. 2.10. INSURANCE REQUIREMENTS INDEMNIFICATION Selected Proposer shall pay on behalf of, indemnify and save City and its officials harmless, from and against any and all claims, liabilities, losses, and causes of action, which may arise out of Selected Proposer's performance under the provisions of the contract, including all acts or omissions to act on the part of Selected Proposer, including any person performing under this Contract for or on Selected Proposer's behalf, provided that any such claims, liabilities, losses and causes of such action are not attributable to the negligence or misconduct of the City and, from and against any orders, judgments or decrees which may be entered and which may result from this Contract, unless attributable to the negligence or misconduct of the City, and from and against all costs, attorneys' fees, expenses and liabilities incurred in the defense of any such claim, or the investigation thereof. The Selected Proposer shall furnish to City of Miami, c/o Procurement Department, 444 SW 2nd Avenue, 6th Floor, Miami, Florida 33130, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: I. Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $1,000,000 General Aggregate Limit $2,000,000 Personal and Adv. Injury $1,000,000 Products/Completed Operations $1,000,000 Page 29 of 54 Request for Proposals (RFP) 592382 B. Endorsements Required City of Miami listed as additional insured Contingent & Contractual Liability Premises and Operations Liability Primary Insurance Clause Endorsement II. Business Automobile Liability A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Owned/Scheduled Autos Including Hired, Borrowed or Non -Owned Autos Any One Accident $1,000,000 B. Endorsements Required City of Miami listed as an additional insured III. Worker's Compensation Limits of Liability Statutory -State of Florida Waiver of Subrogation Employer's Liability A. Limits of Liability $100,000 for bodily injury caused by an accident, each accident $100,000 for bodily injury caused by disease, each employee $500,000 for bodily injury caused by disease, policy limit BINDERS ARE UNACCEPTABLE. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the Selected Proposer. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The Company must be rated no less than "A-" as to management, and no less than "Class V" as to financial strength, Page 30 of 54 Request for Proposals (RFP) 592382 by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and/or certificates of insurance are .subject to review and verification by Risk Management prior to insurance approval. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder. NOTE: CITY RFP NUMBER AND/OR TITLE OF RFP MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the Selected Proposer of his liability and obligation under this section or under any other section of this Agreement. --If insurance certificates are scheduled to expire during the contractual period, the Selected Proposer shall be responsible for submitting new or renewed insurance certificates to the City at a minimum of ten (10) calendar days in advance of such expiration. --In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the City shall: (4) Suspend the contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the Request for Proposals. (5) The City may, at its sole discretion, terminate this contract for cause and seek re -procurement damages from the Selected Proposer in conjunction with the General and Special Terms and Conditions of the RFP. The Selected Proposer shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to the Selected Proposer. 2.11. PRE -PROPOSAL CONFERENCE AND SITE VISIT A. Pre -Proposal Conference Potential Proposers are required to attend the Mandatory Pre -Proposal Conference (Conference) and Site Visit/Inspection, which will occur on. Thursday, June 2, 2016 @ 10:00 AM, at MAC Building, 444 SW 2nd Avenue, 6th Floor Conference Room, Miami, Florida 33130. A discussion of the requirements of the solicitation will occur at that time. Each potential Proposer is required, prior to submitting a Proposal, to acquaint itself thoroughly with any and all conditions and/or requirements that may in any manner affect the work to be performed. No allowances will be made because of lack of knowledge of these conditions. The purpose of the Conference is to allow potential Proposers an opportunity to present questions to staff and obtain clarification of the requirements of the solicitation documents. Should questions asked and the answers given, at the Conference, potentially alter the intent or scope of the RFP, the City will issue an Addendum to formally modify the RFP. All Proposers who have received the RFP package from the City will receive notification of the issuance of any Addenda. Because the City considers the Conference to be critical to understanding the solicitation requirements, attendance is Mandatory. The Conference will convene promptly at the above stated time, place, and date. FAILURE TO ATTEND THE CONFERENCE AND SUBSEQUENT SITE VISIT/INSPECTION(S) SHALL DEEM ANY PROPOSAL FROM UNATTENDING PROPOSER AS NON -RESPONSIVE. Page 31 of 54 Request for Proposals (RFP) 592382 Following the Conference there will be mandatory site visits/ inspections for Proposers to acquire familiarity in order to prepare their proposal. A Proposer's failure to conduct a site visit/inspection may result in the City's rejection of their submitted proposal. A list of all attending the visit/inspections as Proposer's representatives, must be submitted to the City via email to losborne[cmiamigov.com, a minimum of 48 hours prior to the Conference. A comprehensive list will be made of those in attendance by their name, title, and company affiliation. Questions may be submitted in writing no later than five (5) working days prior to this scheduled Conference. The questions and the responses thereto will be read and addressed at the Conference. Questions shall be submitted to: Lydia Osborne, Assistant Director, Procurement at IosborneCmiamigov.com, or via facsimile at (305) 400-5025, with a copy to the City Clerk at clerks@miamigov.com. Any additional questions that may arise from the responses provided at the Conference will be answered at the Conference, unless additional research is required, in which case the answer will be provided through an addendum. All necessary interpretations will be issued to Proposers in the form of addenda to the specifications, and such addenda shall become part of the contract documents. All Proposers must acknowledge receipt of the addenda at the time of submission of their proposal. Failure of any Proposer to receive any such addendum or interpretation shall not relieve such Proposer from any obligation under their proposal as submitted. No questions received after July 11, 2016 will be considered. All written communications regarding this solicitation must be copied to the City Clerk at clerks@miamigov.com. B. Site Visits/Inspections Mandatory site visits/inspections will be held immediately following the Pre -proposal Conference and may extend into the following clay if needed. There will be no other scheduled dates to perform site visits. The City has provided a list of existing sites and raw [and development sites that may be used in engineering the specified radio system communication coverage and the City has provided a list of candidate raw land development and existing tower sites in Appendix C. The following sites which are also listed in Appendix C, are existing sites and shall be preferred for any system network design. 1. Fire Station 9 (RCV Site) 2. Miami -Dade County Administration Building (TX/ RCV Site) 3. Fire Station 3 (TX/RCV Site) 4. Fire Station 11 (RCV Site) 5. Fire College (RCV Site and Dispatch Backup) 6. Miami Police Department (Dispatch) 7. Wells Fargo 8. Park Place 9. Key Biscayne (Fire Station 1 and Oceana) 10. Oceana With the exception of the preferred sites, the City's intent is to allow Proposers to use any set of sites that will result in an efficient and cost effective design as long as the Proposer complies with the requirements of the RFP. Regardless of the sites proposed, Proposers shall retain complete responsibility for system performance and coverage. In support of the design, Proposers will submit documentation that appropriate due diligence has been performed with respect to tower space availability, pricing, shelter space, and other any other items requested by the City from time to time, as determined necessary by the City, in its sole discretion. 2.12. CONTRACT ADMINISTRATOR Page 32 of 54 Request for Proposals (RFP) 592382 Upon award, Selected Proposer shall report and work directly with Brian Lopez, Superintendent, Communications Division, who shall be designated as the Contract Administrator for the City. 2.13. SUBCONTRACTOR(S) OR SUBCONSULTANT(S) Subcontractors may be used to perform portions of the work on this project. A Sub-Contractor(s) is an individual or firm contracted by the Proposer or Proposer's firm to assist in the performance of services required under this Solicitation. A Sub -Contractor shall be paid through Selected Proposer or Selected Proposer's firm and not paid directly by the City. Sub -Contractors are allowed by the City in the performance of the services delineated within this Solicitation. Proposer must clearly reflect in its Proposal the major Sub -Contractors to be utilized in the performance of required services. The City retains the right to accept or reject any Sub -Contractors proposed in the response of Selected Proposer or prior to contract execution. Any and all liabilities regarding the use of a Sub -Contractor shall be borne solely by the Selected Proposer and insurance for each Sub -Contractors must be maintained in good standing and approved by the City throughout the duration of the Contract. Neither Selected Proposer nor any of its Sub -Contractors are considered to be employees or agents of the City. Failure to list all Sub -Contractors and provide the required information may disqualify any proposed Sub -Contractors from performing work under this Solicitation. Proposers shall include in their Responses the requested Sub -Contractor information and include all relevant information required of the Proposer. In addition, within five (5) working days after the identification of the award to the Successful Proposer, the Selected Proposer shall provide a list confirming the Sub -Contractors that the Selected Proposer intends to utilize in the Contract, if applicable. The list shall include, at a minimum: a) the name, location of the place of business for each subcontractor; b) the services Sub -Contractor will provide relative to any contract that may result from this Solicitation; c) the percentage of work the subcontractor will be performing; d) evidence that the subcontractor holds a valid Florida business license; e) , a written statement, signed by each proposed subcontractor, that dearly verifies that the subcontractor is committed to render the services required for the project; f) acknowledgement that all subcontractors will undergo a background check; g) any applicable licenses, references, ownership, and other information required of Proposer. A Proposer's failure to provide this information in their proposal may cause the City to consider the proposal non -responsive and reject the proposal. The substitution of one subcontractor for another may be made only at the discretion of the City and with prior written approval of the City. Such approval shall not be unreasonably withheld. The City will perform a background check on all subcontractor personnel and shall have the right to approve subcontractors prior to the commencement of their work. City approval of a subcontractor does not relieve the Contractor from full compliance with these specifications. The Selected Proposer will be responsible for all work performed under these specifications whether the Selected Proposer performs the work himself or through a subcontractor. 2.14. PERFORMANCE BOND REQUIREMENTS Within ten (10) working days following notice of award by the City, the Selected Proposer shall furnish to the City of Miami, a Performance Bond in the total amount (I00%) of the cost of infrastructure and professional services to the City for the period of the contract (to be detertnined at the time of award). The Performance Bond can be in the form of a Cashier's Check, made payable to the City of Miami; a bond written by a surety company authorized to do Page 33 of 54 Request for Proposals (RFP) 592382 business in the State of Florida and shall comply with State Statute 287.0935; or an Irrevocable Letter of Credit. If the latter is chosen, it must be written on a bank located in Miami -Dade County, be in the amount of the contract and should clearly and expressly state that it cannot be revoked until express written approval has been given by the City of Miami. The City, to draw on same, would merely have to give written notice to the bank with a copy to the Selected Proposer. 2.15. ADDITIONS/DELETIONS OF FACILITIES/SERVICES/PRODUCTS Although this Solicitation identifies specific facilities/Services/Products to be serviced/provided, it is hereby agreed and understood that any facility/services/products may be added/deleted to/from this contract at the sole option of the City. When an addition to the contract is required, the Successful Proposer under this contract shall be invited to submit price quotes for these new facilities/services/products. if these quotes are comparable with industry prices offered for similar facilities/services/products, they shall be added tot he contract whichever is in the best interest of the City, and an addendum and a separate purchase order will be issued by the City. 2.16. CONFLICT OF INTEREST Conflict of Interest Statement: I) Each proposal shall include a conflict of interest statement indicating whether or not any principals in the company, their spouse, or their child is employed by the City of Miami, and whether or not the company or any individuals working on the contract has a possible conflict of interest, and, if so, the nature of that conflict. 2) To preserve the integrity of City employees and elected officials and to maintain public confidence, the State of Florida prohibits the solicitation or acceptance of anything of value by a City employee or elected official from any person seeking to initiate or maintain a business relationship with City departments, boards, commissions, and agencies. 3) Proposer shall not pay any salaries, commissions, fees, or make any payments or rebates to any employee, elected official of the City or their designees. Nor shall any Proposer favor any employee, elected official of the City or their designees with gifts or entertainment of significant cost or value, or with services or goods sold at less than full market value. 4) The City reserves the right to disqualify a Proposer or cancel the contract award if any interest disclosed from any source could either give the appearance of a conflict or cause speculation as to the objectivity of the project to be performed by the Proposer. The City's determination regarding any question of conflict of interest shall be final. 2.17. USE OF PREMISES The Selected Proposer shall confine his/her equipment, apparatus, the storage of materials, and the operation of his/her workmen to the limits indicated by law, ordinances, permits, or direction of the project manager, and shall not unreasonably encumber the premises with his/her materials. The Selected Proposer shall take all measures necessary to protect his/her own materials. 2.18. DAMAGES TO PUBLIC/PRIVATE PROPERTY The Selected Proposer shall carry out the work with such care and methods as not to result in damage to public or private property adjacent to the work. Should any public or private property be damaged or destroyed, the Selected Page 34 of 54 Request for Proposals (RFP) 592382 Proposer, at his/her expense, shall repair or make restoration as is practical and acceptable to the City and/or owners of destroyed or damaged property promptly within a reasonable length of time (not to exceed one month from date damage was done). 2.19. SITE LEASES The City will negotiate all purchase or lease agreements deemed necessary for non -City owned property, such as radio sites. The Selected Proposer shall be responsible for any damages to existing tower(s), facility (ies) equipment, or other property occurring during implementation of the new system or facilities specified herein. 2.20. PREVAILING LAWS FOR PUBLIC WORKS Selected Proposer and Subcontractors employed upon the work of this program shall and will be required to conform to the Labor Laws of the State of Florida and the various acts amendatory and supplementary thereto; and to all other laws, ordinances and legal requirements applicable thereto, should it be determined that the project or any part thereof requires adherence to said laws. All applicable Federal laws pertaining to this contract are herewith made part of this specification. Applicable OSHA standards are to be followed. The responsibility for direction and control of the work and materials, as it relates to the aforementioned laws, belongs with the Selected Proposer. 2.21. WARRANTY, FITNESS FOR PURPOSE The Selected Proposer warrants the materials supplied and the work performed under this contract conform to warranty materials provided and work performed for one (1) year from date of completion. In addition to all other warranties that may be supplied by the Selected Proposer, the Selected Proposer shall warrant its products and/or service against faulty labor and/or defective material for a minimum period of one (1) year after the date of acceptance of the labor, materials and/or equipment by the City. This warranty requirement shall remain in force for the full one (1) year period; regardless of whether the Selected Proposer is under contract with the City at the time of any defect. Any payment by the City on behalf of the goods or services received from the Selected Proposer does not constitute a waiver of these warranty provisions. The Selected Proposer shall be responsible for promptly correcting any deficiency, at no cost to the City, within five (5) calendar days after the City notifies the Selected Proposer of such deficiency in writing. If the Selected Proposer fails to honor the warranty and/or fails to correct or replace the defective work or items within the period specified, the City may, at its discretion, notify the Selected Proposer, in writing, that the Selected Proposer may be debarred as a City proposer and/or subject to contractual default if the corrections or replacements are not completed to the satisfaction of the City within ten (10) calendar days of receipt of the notice. If the Selected Proposer fails to satisfy the warranty within the period specified in the notice, the City may (a) place the Selected Proposer in defaults of its contract, and/or (b) procure the products or services from another contractor and charge the Selected Proposer for any additional costs that are incurred by the City for this work or items; either through a credit memorandum or through invoicing. Page 35 of 54 Request for Proposals (RFP) 592382 2.22. COMPLETE PROJECT REQUIRED These specifications describe the various items or classes of work required, enumerating or defining the extent of same necessary, but failure to list any item or classes under scope of the several sections shall not relieve the Selected Proposer from furnishing, installing or performing such work where required by any part of these specifications, or necessary to the satisfactory completion of the project. 2.23. SPECIFICATION EXCEPTIONS Specifications are based on the most current literature available. Proposer shall notify the City of Miami Procurement Department, in writing, no less than ten (10) days prior to solicitation closing date of any change in the manufacturers' specifications which conflict with the specifications. Proposers must explain any deviation from the specifications in writing as a footnote on the applicable specification page and enclose a copy of the manufacturer's specifications data detailing the changed item(s) with his/her submission. Additionally, Proposers must indicate any options requiring the addition of other options, as well as those which are included as a part of another option. Failure of Proposers to comply with these provisions will result in Proposers being held responsible for all costs required to bring the item(s) in compliance with contract specifications. 2.24. PUBLIC CONVENIENCE AND SAFETY The Selected Proposer shall conduct his work so as to interfere as little as possible with private business or public travel. He shall, at his own expense, whenever necessary or required, maintain barricades, maintain lights, and take such other precautions as may be necessary to protect life and property, and he shall be liable for all damages • occasioned in any way by his actions or neglect or that of his agents or employees. The Selected Proposer shall meet the following noise abatement performance standards for all construction equipment: Between the hours of 7:00 A.M. and 6:00 P.M. noise levels shall not exceed 80 dBA at the nearest residential or commercial property line. Operation of equipment should be avoided between the hours of 6:00 P.M. and 7:00 A.M., but if required, the noise level shall not exceed 65 dBA. 2.25. SAFETY MEASURES Selected Proposer shall take all necessary precautions for the safety of employees, and shall erect and properly maintain at all times all necessary safeguards for the protection of the employees and the public, Danger signs warning against hazards created by his/her operation and work in progress must be posted. All employees of Selected Proposer shall be expected to wear safety glasses or goggles, appropriate clothing, and hearing protection when and wherever applicable. The Selected Proposer shall use only equipment that is fully operational and in safe operating order. Selected Proposer shall be especially careful when servicing property when pedestrians and/or vehicles are in close proximity - work shall cease until it is safe to proceed. 2.26. TERMINATION Page 36 of 54 Request for Proposals (RFP) 592382 A. FOR DEFAULT If Selected Proposer defaults in its performance under this Contract and does not cure the default within 30 days after written notice of default, the City Manager may terminate this Contract, in whole or in part, upon written notice without penalty to the City of Miami. In such event the selected Proposer shall be liable for damages including the excess cost of procuring similar supplies or services: provided that if, (1) it is determined for any reason that the selected Proposer was not in default or (2) the Selected Proposer's failure to perform is without his or his subcontractor's control, fault or negligence, the termination will be deemed to be a termination for the convenience of the City of Miami. B. FOR CONVENIENCE The City Manager may terminate this Contract, in whole or in part, upon 30 days prior written notice when it is in the best interest of the City of Miami. If this Contract is for supplies, products, equipment, or software, and so terminated for the convenience by the City of Miami the Selected Proposer will be compensated in accordance with an agreed upon adjustment of cost. To the extent that this Contract is for services and so terminated, the City of Miami shall be liable only for payment in accordance with the payment provisions of the Contract for those services rendered prior to termination. 2.27. ADDITIONAL TERNIS AND CONDITIONS No additional terms and conditions included as part of your solicitation response shall be evaluated or considered, and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this solicitation. If submitted either purposely, through intent or design, or inadvertently, appearing separately in transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed that the General Conditions and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the Proposer's authorized signature affixed to the Proposer's acknowledgment forn attests to this. If a Professional Services Agreement (PSA) or other Agreement is provided by the City and is expressly included as part of this solicitation. no additional terms or conditions which materially or substantially vary, modify or alter the terms or conditions of the PSA or Agreement, in the sole opinion and reasonable discretion of the City will be considered. Any and all such additional terms and conditions shall have no force or effect and are inapplicable to this PSA or Agreement. 2.28. COLLUSION Where two (2) or more related parties, as defined herein, each submit a proposal for any contract, such proposals shall be presumed to be collusive. The foregoing presumption may be rebutted by the presentation of evidence as to the extent of ownership, control and management of such related parties in preparation and submittal of such proposals. Related parties shall mean Proposer or the principals thereof which have a direct or indirect ownership interest in another Proposer for the same contract or in which a parent company or the principals thereof of one Proposer have a direct or indirect ownership interest in another Proposer for the same contract. Proposals found to be collusive shall be rejected. Proposers who have been found to have engaged in collusion may be considered non -responsible, and may be suspended or debarred, and any contract resulting from collusive bidding may be terminated for default. 2.29. PRIMARY CLIENT (FIRST PRIORITY) Page 37 of 54 Request for Proposals (RFP) 592382 The Selected Proposer(s) agree upon award of this contract that the City of Miami shall be its primary client and shall be serviced first during a schedule conflict arising between this contract and any other contract Selected Proposer(s) may have with any other cities and/or counties to perform similar services as a result of any catastrophic events such as tornadoes. hurricanes, severe storms or any other public emergency impacting various areas during or approximately the same time. 2.30. UNAUTHORIZED WORK The Selected Proposer(s) shall not begin work until a Purchase Order and a Notice to Proceed are received. 2.31. CHANGES/ALTERATIONS Proposer may change or withdraw a Proposal at any time prior to Proposal submission deadline; however. no oral modifications will be allowed. Written modifications shall not be allowed following the proposal deadline. 2.32. METHOD OF PAYMENT The City will not accept any terms that require payment in less than 30 calendar days following invoice or delivery, whichever occurs last. However, Proposers are encouraged to offer discounts for payment provided sooner than 30 calendar days after invoice or delivery. During contract negotiations, the Selected Proposer and the City shall work together to make reasonable adjustments to the Proposer's proposed pricing if the pricing is balanced and in compliance with industry norms. The Selected Proposer shall prepare a schedule of values and equipment list by phases of work to show a breakdown of the total cost corresponding to the payment request breakdown and progress schedule line item. The schedule of values must also show dollar value for each unit of work scheduled and each piece of equipment. The equipment list shall include if the specific equipment is to be included in system staging. Change Orders shall be added as separate line items. The schedule of values shall be submitted to the City for review and approval prior to commencing work. The City will make project milestone payments at the associated percentages identified in the Proposer's proposed payment schedule. No payment will be made until all submittals required to accomplish the milestone have been received and approved by the City. The following list offers suggested achievement levels; however, the City reserves the right to negotiate modifications, including terms governing payment for all aspects of any contract that may result from this RFP. 5% Mobilization due at contract execution. 10% Completion of Contract Design Review. 15% Substantial (60% to 75%) completion of site installation work (i.e. shelters, towers, generator, etc.), and Staging Acceptance Tests / Delivery, Receipt ,and Acceptance of Fixed Network Equipment. 15% Acceptance of 100% Fixed Network Equipment Installation. Page 38 of 54 Request for Proposals (RFP) 592382 10% Coverage Acceptance Test Plan (CATP) Completion (100%). 45% Final System Acceptance. Prior to Final System Acceptance, the City will allow a sixty (60) to ninety (90) day stabilization period. During this stabilization period, any issues/problems encountered with the system must be rernediated by the Successful Proposer. Upon successful remediation of the issues/problems by the Successful Proposer, the calendar for the Final System Acceptance will restart at day 1, and continue for the entire stabilization period, i.e. 60 to 90 days. The City will allow two (2) resets of a stabilization period (maximum 180 days). Should the City need to reset after the second stabilization period, the Successful Proposer shall pay a fine in an amount equal to $25,000 for each stabilization period, starting from the third stabilization period. All invoices shall be submitted to: City of Miami, General Services Administration Communications Division 1100 NW South River Drive Miami, FL 33136 Attention: Brian Lopez, Superintendent blopezrqmiamigov.com 2.33. FINANCING OPTIONS/INSTRUMENTS The Proposer can provide financing options and/or instruments that can serve as the sole funding source by the City for the costs related to the entire project. These costs should be all inclusive and cover items such as services, subscribers, hardware and infrastructure. The financing options provided should include details as follows: a) Total Loan Amount; b) Interest Rate; c) Payment Timing and Amount; d) Escrow Payments (if any); e) Payment Recipient; f) Maturity Date; and g) Pre -Payment Options and/or Penalties (if any). The City reserves the right to employ alternate methods of financing and/or payments for the services requested. The structure provided by the Proposer may to be considered as an additional consideration. 2.34. TAXES AND EXEMPTIONS A. Federal Excise and Transportation Taxes Page 39 of 54 Request for Proposals (RFP) 592382 The City is exempt from all Federal excise and transportation taxes. No exemption certificates are required for this procurement, and none will be issued. Nothing in this paragraph is meant to exempt a Proposer from the payment of sales tax or use tax required to be paid with respect to its purchase or use of tangible personal property used or transferred in connection with the performance of a construction Contract. B. Internal Revenue Service Form (W-9) The Proposer is required to complete an Internal Revenue Service Form (W-9), providing their taxpayer's identification number and, if applicable, certification regarding backup withholding and submit the completed (W-9) Form along with the executed Contract. C. Federal and State of Florida Proposer hereby accepts and assumes full and exclusive liability for and shall pay all applicable sales, use, excise or other taxes required by law (collectively. the "Taxes") on all materials, tools, apparatus, equipment, fixtures, services, incidentals or otherwise which may be purchased or used in connection with the work under the Contract or portions thereof, including. without limitation, all sales taxes, state and municipal taxes, business privilege taxes, use taxes and all contributions and payroll taxes under the provisions of federal law or the laws of the State of Florida. Proposals shall be made in accordance with such laws and shall include Taxes in the Proposal amount. Notwithstanding the foregoing, however, certain items acquired as part of the work may be exempt from the Taxes, and no charges shall be allowed for such exempt items. It shall be the Proposer's responsibility to determine those items for which an exemption will apply. and the Proposer shall obtain legal or other tax advice to determine how and to what extent an exemption from Taxes applies. In order to facilitate purchases free of sales and/or use tax in the State of Florida, and upon certification by Proposer that an item is, in fact, tax exempt, the City agrees to execute a tax exemption certificate prepared by Proposer or a subcontractor as may be required by the regulations of the Florida Department of Revenue. In the event that the Proposer pays Taxes not properly due, the City shall be entitled to any refund relating thereto and the Proposer agrees to assign any and all rights to said refund to the City. It is further agreed that the City shall have the right to deduct the amount of any and all such Taxes from the compensation owed to the Proposer under the terms of the Contract at any time, in the City's sole discretion, as the City deems advisable, it being agreed that the City shall have the right to deduct any and all such Taxes from the next payments due under the Contract and from the retained percentages. 235. COMPENSATION PROPOSAL Each Proposer shall detail any and all fees and costs to provide the required services as listed herein. Proposer shall additionally provide a detailed list of all costs to provide all services as detailed in Attachment A, Specifications/Scope of Work, as proposed. The City reserves the right to add or delete any service, at any time. Should the City determine to add an additional service for which pricing was not previously secured, the City shall request the Selected Proposer to provide reasonable cost(s) for same. Should the City determine the pricing unreasonable, the City reserves the right to negotiate cost(s) or seek another vendor for the provision of said service(s). Failure to submit compensation proposal as required shall disqualify Proposer from consideration, The Price Proposal shall contain itemized system and equipment pricing using the sheets and formats as contained in Appendix F. Failure to provide itemized price lists may be grounds for disqualification of a Proposal as determined by the City, in its sole discretion. The Proposal pricing shall be provided in a separate binder within the sealed package with the words "Sealed Price Page 40 of 54 Request for Proposals (RFP) 592382 Proposal — RFP 592382" clearly printed on the outside. The total Proposal price must match the total of the pricing sheets, and it shall also be written into the space provided on the Official Proposal Form in Appendix F. 3. No alternate options shall be included in the BASE Proposal price. Options shall be priced separately. a. Proposers shall provide an itemized list of equipment and installation cost, for all equipment proposed. This will be provided on a site -by -site basis, including all base stations and dispatch locations. Separate costs for mobile, portable, and RF control station equipment and installation will be detailed, including all options and accessories. b. Proposers failing to provide itemized price lists may be disqualified at the discretion of the City. c. Proposers agree that unit and itemized pricing shall represent the maximum price for future purchases of base and optional equipment and services. This pricing structure shall remain in effect for a period of not less than eighteen (18) months following final system acceptance. After the initial period, unit pricing shall escalate at no more than the annual Consumer Price Index (CPI). d. This section shall apply to not only purchases made by the City but shall also apply to other entities within the City including fire, law enforcement, ambulance services, public works, and other municipalities as authorized by the City. e. Discrepancies in the multiplication of units of work and unit prices will be resolved in the favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum will be resolved in favor of the correct sum. 4. The Proposer shall submit to the City with its Proposal, a schedule of values allocating the entire proposed contract price to the various portions of the Project and prepared in such form and supported by such data to substantiate its accuracy as required by the RFP. This schedule of values, unless objected to by the City, shall be used as a basis for reviewing the Proposer's submission for payment. 2.36. EVALUATION/SELECT1ON PROCESS AND CONTRACT AWARD The procedure for response evaluation, selection and award is as follows: (1) Solicitation issued; (2) Receipt of responses; (3) Opening and listing of all responses received; (4) Procurement staff will review each submission for compliance with the submission requirements of the solicitation, including verifying that each submission includes all documents required; (5) An Evaluation Committee ("Committee"), appointed by the City Manager, comprised of appropriate City Staff and members of the community, as deemed necessary, with the appropriate technical expertise and/or knowledge, shall meet to evaluate each response in accordance with the requirements of this solicitation and based upon the evaluation criteria as specified herein; (6) The Committee reserves the right, in its sole discretion, to request Proposers to make oral presentations before the Committee as part of the evaluation process. The presentation may be scheduled at the convenience of the Committee and shall be recorded; (7) The Committee reserves the right to rank the proposals and shall make its recommendation to the City Manager requesting the authorization to negotiate. No Proposer(s) shall have any rights against the City arising from such negotiations thereof; (8) The City Manager reserves the right to reject the Committee's recommendation to negotiate, and instruct the Committee to re-evaluate and make another recommendation, or reject all proposals. No Proposer(s) shall have any rights against the City arising from such termination thereof; Page 41 of 54 Request for Proposals (RFP) 592382 (9) If the City Manager accepts the Committee's recommendation to negotiate, Procurement will negotiate a final contract with the Successful Proposer, and submit a recommendation to award a contract (s) to the City Manager; (10) The City Manager shall then submit his or her award recommendation and negotiated contract (s) to the City Commission for approval. Written notice shall be provided to all proposers. (11) If the City Manager accepts the award recommendation, the City Manager's recommendation for award of contract will be posted on the City of Miami Procurement Department website, in the Supplier Corner, Current Solicitations and Notice of Recommendation of Award Section. The notice of the City Manager's recommendation can be found by selecting the details of the solicitation and is listed as Recommendation of Award Posting Date and Recommendation of "Award To" fields. If "various" is indicated in the Recommendation of "Award To" field, the Proposer must contact the Contracting Officer for that solicitation to obtain the suppliers names. (12) After reviewing the City Manager's recommendation, the City Commission may: 1. Approve the City Manager's award recommendation and negotiated contract(s); 2. Reject all proposals; 3. Reject all proposals and instruct the City Manager to reissue a solicitation; or 4. Reject all proposals and instruct the City Manager to enter into competitive negotiations with at least three individuals or films possessing the ability to perform such services and obtain information from said individuals or firms relating to experience, qualifications and the proposed cost or fee for said services, and make a recommendation to the City Commission. The decision of the City Commission shall be final. Written notice of the award shall be given to the Successful Proposer. 2.37. NEGOTIATIONS AND AWARD A. Negotiations After the City's completion of the evaluation process, including any oral presentations held with Proposers during the evaluation process, the City may elect to initiate contract negotiations with one or more of the selected Proposers. The option of whether or not to initiate contract negotiations rests solely with the City. The City may award a contract on the basis of initial Proposals received. Therefore, each initial Proposal should contain the Proposer's best terms from a monetary and technical standpoint. The Committee will evaluate, score and rank proposals, and submit the results of their evaluation to the City Manager with their recommendation. The City Manager will determine with which Proposer(s) the City shall negotiate. In any event, the City engages in negotiations with a single or multiple Proposers and/or requests best and final offers, the discussions may include price and conditions attendant to price.. Notwithstanding the foregoing, if a Proposer fails to provide the information required to begin negotiations in a timely manner; or fails to negotiate in good faith; or indicates they cannot perform the contract within the budgeted funds available for the project, the City may, at the City Manager's discretion, terminate negotiations with that particular Proposer and commence negotiations with next highest ranked Proposer(s). This process may continue until a contract acceptable to the City has been executed or all proposals are rejected. No Proposer shall have any rights against the City arising from such negotiations or termination thereof. Any Proposer recommended for negotiations may be required to provide to the City: Page 42 of 54 Request for Proposals (RFP) 592382 a) Its most recent certified business financial statements as of a date not earlier than the end of the Proposer's preceding official tax accounting period, together with a statement in writing, signed by a duly authorized representative, stating that the present financial condition is materially the same as that shown on the balance sheet and income statement submitted, or with an explanation for a material change in the financial condition. A copy of the most recent business income tax return will be accepted if certified financial statements are unavailable. b) Information concerning any prior or pending litigation, either civil or criminal, involving a governmental agency or which may affect the performance of the services to be rendered herein, in which the Proposer, any of its employees or subcontractors is or has been involved within the last three years. B. Contract Award Any contract, resulting from this Solicitation, will be submitted to the City Manager for approval. All Proposers will be notified in writing when the City Manager makes an award recommendation. The Contract award, if any, shall be made to the Proposer whose proposal shall be deemed by the City to be in the best interest of the City. Notwithstanding the rights of protest listed below, the City's decision of whether to make the award and to which Proposer shall be final. The City shall award a contract to the responsible and responsive Proposer(s) whose proposal is determined by the City, in its sole discretion, to provide the best overall value to the City in accordance with the criteria factors set forth in Section 5.1 - Evaluation Criteria and Process herein. In making its selection, the City is not required to accept the lowest price and may. in its sole discretion, reject any Proposals that are not responsive to the stated requirements or may elect to waive some or all irregularities in any Proposal. There will be no debriefings of the unsuccessful Proposers. In the event of a dispute between a Proposer and the City regarding the City's evaluation and selection of a Proposer for the Project, such contesting Proposer shall be responsible for any legal fees (e.g., fees of attorneys, paralegals and other legal professionals), professional fees, or other costs or expenses incurred by the City. The contesting Proposer shall pay such legal fees, professional fees, or other costs or expenses within seven (7) days of receipt of the City's invoice. Furthermore, under no circumstances shall the City be responsible for any legal fees, professional fees, or other costs or expenses incurred by the contesting Proposer if the City decides not to award the Contract to such Proposer. Refer to General Terms and Conditions, Section 1.73, Resolution of Protested Solicitation and Awards. 2.38. ADDITIONAL SERVICES Services not specifically identified in this request may be added to any resultant contract upon successful negotiation and mutual consent of the contracting parties. 2.39. RECORDS During the contract period, and for a least five (5) subsequent years thereafter, Selected Proposer shall provide City access to all files and records maintained on the City's behalf. 2.40. COMPLIANCE Page 43 of 54 Request for Proposals (RFP) 592382 Proposers shall explicitly state in the proposal that their offering is fully compliant with the requirements except as specifically and otherwise noted in the compliance response statements. The proposal document shall contain compliance statements on both a general and on a paragraph -by -paragraph basis. Proposers shall conform to the following Compliance response format and declare one of the three permissible answers for a response to each numbered paragraph or paragraph section of the RFP. a. COMPLY - shall be used if the proposal meets or exceeds all of the specified requirements. b. COMPLY WITH CLARIFICATION - shall be used if most, but not all of the specified requirements are met. The requirements not met must be explained in detail. Explanation must be made for each item for which CLARIFICATION is made, giving in detail the extent of the exception, and the reason for which it is made. If the deviation of the requirement is significant enough, it may be considered an EXCEPTION. c. Additional explanation, description, or clarification may be supplied to amplify the Compliance Matrix responses. However, the statement of COMPLY, COMPLY WITH CLARIFICATION, or EXCEPTION will control. 2.41. TRUTH IN NEGOTIATION CERTIFICATE Execution of the resulting agreement by the Selected Proposer shall act as the execution of truth -in -negotiation certificate stating that wage rates and other factual unit costs supporting the compensation of the resulting Agreement are accurate, complete, and current at the time of contracting. The original contract price and any additions thereto shall be adjusted to exclude any significant sums by which City determines the contract price was increased due to inaccurate. incomplete, or non -current wage rates and other factual unit costs. Al] such contract adjustments shall be made within one (1) year following the end of the Agreement. Page 44 of 54 Request for Proposals (RFP) 592382 3. Specifications 3.1. SPECIFICATIONS/SCOPE OF WORK Refer to Attachment No. A for Specifications/Scope of Work. The Sections of the Scope of Work are as follows: Section 1: Section 2: Section 3; Section 4: Section 5: Section 6: Section 7: Section 8: Section 9: Section 10: Section 11: Section 12: Section 13: Section 14: Instructions to Respondents Project Overview and General Requirements Trunked Radio Network Base Stations Radio Dispatch Console System Alarm and Control Digital Voice Logging Recorder Non -Fixed User Voice Radio Equipment Self Supporting Communications Towers Pre -Fabricated Radio Equipment Shelters Site Preparation Static Uninterruptible Power Supply Point -to Point Digital Microwave Radio Diesel Generator and Transfer Switch Appendices: A. Maps B. Critical Buildings C. Site List D. Radio Licenses El. Subscriber Equipment Counts (Option) E2. Subscriber Equipment Counts F. Detailed Price Submission Form G. Professional Services Agreement Page 45 of 54 Request for Proposals (RFP) 592382 4. Submission Requirements 4.I. SUBMISSION REQUIREMENTS Proposers shall carefully follow the format and instruction outlined below, observing forrnat requirements where indicated. Proposals should contain the information itemized below and in the order indicated. Failure to submit a proposal in accordance with this proscribed format shall constitute grounds for rejection. This information should be provided for the Proposer and any sub -consultants to be utilized for the work contemplated by this Solicitation. Proposals submitted which do not include the following items may be deemed non -responsive and may not be considered for contract award. ALL RESPONSES SHALL BE SUBNIITTED IN HARDCOPY FORMAT ONLY TO INCLUDE ONE ORIGINAL (CLEARLY MARKED), TEN (10) COPIES, AND ONE (1) ELECTRONIC COPY (CD OR FLASH -DRIVE). NO ON-LINE SUBMITTALS, EMAILS, OR FASCIMILE SUBMITTALS WILL BE ACCEPTED. The responses to this solicitation shall be presented in the following format. Failure to do so may deem your Proposal non -responsive. A. Inelude the signed RFP Certification Statement. B. Inelude in detail, evidence that clearly demonstrates Proposer meets the minimum qualification requirements, pursuant to Section 2.7. Proposer's Minimum Qualifications. Proposals shall be submitted in two SEPARATE Sealed Envelopes: 1) Technical Proposal and 2) Price Proposal. The Technical Proposal shall cover the technical aspects of the project, but shall not include any mention of fees or out-of-pocket expenses. The Price Proposal shall include all details as to the fees charged and out-of-pocket expenses to be billed. The Technical Proposal and the Price Proposal shall be submitted in separate sealed, opaque envelopes or containers with the words "Sealed Technical Proposal — RFP #" and "Sealed Price Proposal — RFP #"' clearly printed on the outside of each package. 4.2 FORMAT OF PROPOSALS SECTIQN 1: COVER PAGE The Cover Page should include the Proposer's name; Contact Person for the RFP; Firm's Liaison for the Contract; Primary Office Location; Local Business Address, if applicable; Business Phone and Fax Numbers, if applicable Email addresses; Title of RFP; RFP Number; Federal Employer Identification Number or Social Security Number. SECTION 2. TABLE OF CONTENTS The table of contents should outline, in sequential order, the major sections of the Proposal, including all other relevant documents requested for submission. All pages of the Proposal, including the enclosures, should be clearly and consecutively numbered and correspond to the table of contents. SECTION 3. COVER LETTER AND EXECUTIVE SUMMARY Page 46 of 54 Request for Proposals (RFP) 592382 The Technical Proposal document shall contain a cover letter providing an introduction to the attached proposal response and stating that the proposal meets the City's requirements. The Proposal Cover Letter must be signed by a person legally empowered to make the proposal on behalf of the proposing entity. Section 1 shall also contain an Executive Summary overview of the system, equipment, and services proposed, of not more than three (3) pages. SECTION 4. MANDATORY SUBMITTALS The proposal document shall contain executed forms of all mandatory submittals for bond or surety, insurance, affidavits, and other required certificates or statements. SECTION 5. PROPOSER INFORMATION The following Section of the proposal shall accurately represent the experience, qualifications and past performance of Proposer. The responses should include any and all information necessary for the City to evaluate the technical capabilities of the Proposer. A. MINIMUM QUALIFICATION REQUIREMENTS 1. Provide documentation that demonstrates Proposer's ability to satisfy all of the minimum qualification requirements. Proposers who do not meet the minimum qualification requirements or who fail to provide supporting documentation may be deemed non -responsive. The minimum qualification requirements for this Solicitation are: B. PROPOSER'S EXPERIENCE. OUALIFICATIONS. AND PAST PERFORMANCE The following Section of the proposal shall accurately represent the experience, qualifications, and past performance of the Proposer. This response shall include any and all information for the City to evaluate the technical capabilities of the Proposer. 2. Describe the Proposer's past performance and experience that qualifies Proposer to perform these services. Specifically, describe the Proposer's experience in providing the services listed in the Scope of Work. 3. State the number of years that the Proposer has been in existence, the current number of employees, and the primary markets served. 4. Provide a detailed description of comparable contracts (similar in scope of services and size equivalence, to those requested herein) which the Proposer has either ongoing or completed within the past five (5) years. The description should identify for each project: (i) client, (ii) description of work, (iii) total dollar value of the contract (these must be contracts awarded within the United States), (iv) dates covering the term of the contract, (v) client contact person and phone number, and (vi) statement of whether Proposer was the prime contractor or subcontractor. Where possible, list and describe those projects performed for government clients or similar size private entities (excluding any work performed for the City). Page 47 of 54 Request for Proposals (RFP) 592382 5. List and describe all work performed for the City and include for each project: (i) name of the City Department which administers or administered the contract, including the City contact person and phone number, (ii) description of work, total dollar value of the contract, and dates covering the term of the contract, and (iii) statement of whether Proposer was the prime contractor or subcontractor. 6. Provide a list of all equipment supplied by, and similar to the equipment offered by the Proposer, having similar application and scope, that have been installed and in continuous satisfactory operation in at least five (5) contracted projects of similar size and complexity. Include the name and location of the system, a contact person, and a telephone number. 7. Provide other supporting information that describe the Proposer's ability to fulfill performance requirements. 8. Describe any other experiences related to the work or services described in the Scope of Work and any other information which may be specific to the required services to be provided. 9. Provide information concerning any prior or pending litigation, either civil or criminal, involving a governmental agency or which may affect the performance of the services to be rendered herein, in which the Proposer, any of its employees, or subcontractors is or has been involved within the last five years. 10. Provide a conflict of interest statement indicating whether or not any principals in the Proposer's company, their spouse, or their child is employed in the City of Miami, and whether or not the company or any individuals that will be working on any contract as a result of this RFP, has a possible conflict of interest, and if so, the nature of that conflict. C. KEY PERSONNEL AND SUBCONTRACTORS PERFORI'IING SERVICES The following Section of the proposal shalt accurately represent the experience, qualifications and past performance of Proposer's key personnel, Proposer's subcontractor or subconsultant. Responses should include any and all information necessary for the City to evaluate the technical capabilities of the Proposer's key employees and Proposer's subcontractors and or sub consultants being proposed to provide the services herein. 11. Describe Proposer's ability to satisfy all of the personnel required to perform the work. Indicate the Proposer's key personnel available and if the Proposer cannot currently meet the requirements. Explain how Proposer will attain the required key personnel. Key personnel includes all partners, managers, seniors and other professional staff that will perform work and/or services in this project. 12. Provide an organization chart showing all key personnel, including their titles, to be assigned to this project. This chart must clearly identify the Proposer's employees and those of the subcontractors or subconsultants and shall include the functions to be performed by the key personnel. Page 48 of 54 Request for Proposals (RFP) 592382 13. Describe the experience, qualifications and other vital information, including relevant experience on previous similar projects, of the Proposed Project Manager(s)/Point of Contact, and all key personnel, including those of subcontractors, who will be assigned to this project. 14. List the names and addresses of all first tier subcontractors, and describe the extent of work to be performed by each first tier subcontractor. Identify Proposer's prior relationship with the subcontractors or subconsultants in achieving the desired assigned contracted jobs. Describe the experience, qualifications and other vital information, including relevant experience on previous similar projects, of the subcontractors who will be assigned to this project. Specifically, describe experience in the type of services requested herein. 15. Provide the names and titles for Proposer and subcontractor's and subconsultant's key personnel. Provide resumes, with current job descriptions, certifications, and licenses, and other detailed qualification information on all key personnel who will be assigned to this project. Note: Do not submit original copies of licenses, certificates etc. After proposal submission, but prior to the award of any contract issued as a result of this Solicitation, the Proposer has a continuing obligation to advise the City of any changes, intended or otherwise, to the key personnel identified in its proposal. D. PROPOSED APPROACH TO PROVIDING THE SERVICES The following Section of the proposal shall accurately represent the manufacturer of any equipment the Proposer is proposing. This response should include any and all information necessary for the City to evaluate any brochures or other materials or general descriptions provided by the manufacturer that adequately illustrates and describes the system being proposed. 16. Provide a detailed description of the proposed system to be provided. Include technical specifications, functionality, and features of the proposed system.. Block diagrams, equipment layouts, and equipment lists shall be included to provide a complete and comprehensive description. Include information describing additional functionality, competitive advantage4s, and/or life -cycle cost effectiveness of the system being proposed, whether or not explicitly required by this solicitation. 17. Provide a detailed description of the elements comprising the installed system, including cut sheets, specifications, manuals, diagrams, and other pertinent data. 18. Describe Proposer's ability and readiness to begin providing the services as requested herein, assuming an October 1, 2016 start date, including Proposer's planned training schedule, purchase of equipment, etc., to meet the start date. Proposer shall include a time -line to get this accomplished. 19. Include Proposer's assurance that the key personnel described in its proposal shall be available to perform the services, and that the Proposer has sufficient reserve personnel to adequately perform he services, in the event of illness, accident, or other unforeseeable events of a similar nature. Describe Proposer's approach to ensure the availability of personnel. Page 49 of 54 Request for Proposals (RFP) 592382 20. Describe Proposer's specific project plan, approach to project organization and management, identifying specific key tasks. and procedures to be used in providing the services in the Scope of Work. Provide information on project implementation, including the project management philosophy, the project team, a detailed description of work to be performed, a project schedule, project tasks and duration, and a list of project risks. 21. Respondents shall submit a project timetable including the delivery schedule and installation of all equipment from award of contract to Final System Acceptance. This project schedule must detail the installation at each location identified. 22. Identify if Proposer has taken any exception to the Solicitation. If so, indicate what alternative is being offered and the cost implications of the exception(s). Exceptions shall be used if the proposal does not substantially meet the specified requirements. Failure to indicate any exceptions shall be interpreted that the Proposer fully intends to comply with all RFP requirements as written. Explanation must be made for each item for which exception is taken, giving in detail the extent of the exception, and the reason for which it is taken. The City reserves the right to give consideration or waivers for these exceptions. No exceptions shall be taken where the RFP specifically states that exceptions shall not be taken, 23. Provide Proposer's Quality Assurance Plan. This plan should include Proposer's plan to remediate deficiencies, and performance of internal audits. Proposer shall provide a sample summary annual audit report from a project that has been completed within the past two (2) years. Proposer shall include a description of Proposer's process and role of Proposer's key staff in: a) Developing, implementing and maintaining the Proposer's Quality Assurance Plan. 24. Provide any additional information that the Proposer believes ‘t ill materially augment the proposal but does not fall into any of the above categories. E. Proposed System. Equipment and Software The following Section of the proposal shall accurately represent the manufacturer of any equipment the Proposer is proposing. The responses should include any and all information necessary for the City to evaluate any brochures, general descriptions, or other material provided by the manufacturer that adequately illustrates and describes the system being proposed. 25. Provide a detailed description of the proposed system and services to be provided. Include technical specifications, functionality and features of the proposed system. Block diagrams, equipment layouts, and equipment lists shall be included to provide a complete and comprehensive description. Include information describing additional functionality, competitive advantages, and/or life -cycle cost effectiveness of their system, whether or not explicitly required by this RFP. 26. Provide a detailed description of the elements comprising the installed system, including cut sheets, specifications, manuals, diagrams, and other pertinent data. 27. Provide brochures or other material provided by the manufacturer that adequately illustrates and describes the system being proposed, Page 50 of 54 Request for Proposals (RFP) 592382 F. Proposer's Installation and Maintenance PIants' 28. Provide a detailed installation and transition plan, schedule of implementation, testing plan, training, and plan for maintenance and support of the system, showing how Proposer plans to complete system installation and acceptance testing in time to meet the mandated changeover of (date and time to kg d tkrmined dependent on contract award date). Note: Upon contract award the selected Proposer must submit a revised detailed impiernentation plan that shall include a time table defining delivery dates and installation schedules relevant to the integrated project. 29. Provide warranty documentation for any ancillary equipment included with the shelters from the respective manufacturers. 30. Include manufacturer's In -Warranty, and Post Warranty Maintenance Schedules. Documentation shall address telephone support and on -site support. 31. Define the proposed method of changeover and migration procedures pertaining to the Proposer's portion of the entire network. assuring reliable operation throughout the transition. 32. Provide the names of the service shops or installers the Proposer intends to use, a summary of their experience. and a list of five (5) references for each proposed shop/installer. G. FINANCIAL CAPABILITY 33. Provide documentation proving Proposer's financial strength and ability to provide start-up operations and reasonable working capital to handle this project. Such documentation may include Proposer's most recent certified business financial statements as of a date not earlier than the end of the Proposer's preceding official tax accounting period, together with a statement in writing, signed by a duly authorized representative, stating that the present financial condition is materially the same as that shown on the balance sheet and income statement submitted, or with an explanation for a material change in the financial condition. If certified financial statements are not available provide latest available financial statements (balance sheet and income statement) and letters of credit availability from accredited financial institutions, or other relevant documentation. 34. Describe how the Proposer plans to use its financial resources to perfonn the services for the contract term. The description should include, but not be limited to, the Proposer's allotment for startup capital, payroll, and operations. Financial soundness and capacity can also be demonstrated by its bonding and insurance capacity. Provide supporting financial data and projections as to demonstrate capacity to implement and manage the resultant contract and to anticipate operations during the term of the contract with the City. 35) Describe how the Proposer can provide financing options and/or instruments that can serve as the sole funding source by the City for the costs related to the entire project. These costs should be all inclusive and cover items such as services, subscribers, hardware and infrastructure. The financing options provided should include details as follows: a) Total Loan Amount; b) Interest Rate; c) Payment Timing and Amount: d) Escrow Payments (if any); e) Payment Recipient; f) Maturity Date; and g) Pre -Payment Options and/or Penalties (if any). Page 51 of 54 Request for Proposals (RFP) 592382 Note: The County's evaluation of the Proposer's Financial Capability may include, but not limited to: a) Proposer's ability to access funding necessary to cover required start-up costs, and b) cash reserves to ensure ongoing operations and payroll costs for a period up to 60 days from the start of throughout the duration of the contract. Il. TRAINING 35. Provide detailed information on the current and proposed operational and maintenance training program implemented by the Proposer to train the City's personnel. Proposer shall provide a copy of the Proposer's current training manual describing Proposer's process for providing and conducting training on new and revised procedures, improved or enhanced technology, or changes in or new procedures as a result of this solicitation. 36. Develop and provide an operational training manual for the system and equipment. The Proposer shall be required to submit all training plans to the City 90 days in advance of scheduled training. 37 Provide a statement of assurance that all technicians and management staff will pass background checks. I. PROPOSER'S PROPOSED PRICK 38. Submit Price on Appendix F, System Price Sheet, in a separate sealed envelope. The total proposed price must match the total of the Pricing Sheets. 39. Submit a Schedule of Values allocating the entire proposal price tot he scope of work. Provide such data to substantiate its accuracy. Page 52 of 54 Request for Proposals (RFP) 592382 5. Evaluation Criteria 5.1. EVALUATION CRITERIA A. Review of Proposals for Responsiveness Within seven (7) business days after proposal deadline, each proposal will be reviewed to determine if the proposal is responsive to the submission requirements outlined in this Solicitation. A responsive proposal is one which follows the requirements of this Solicitation, includes all documentation, is submitted in the format outlined in this Solicitation, is of timely submission, and has the appropriate signatures as required on each document. Failure to comply with these requirements may result in the proposal being deemed non -responsive. B. Evaluation Criteria Proposals will be evaluated by an Evaluation/Selection Committee (Committee) which will evaluate and rank proposals on criteria listed below. The Committee will be comprised of appropriate City personnel and members of the community, as deemed necessary, with the appropriate experience and/or knowledge. The criteria are itemized with their respective weights fora maximum total of one thiusand five hundred (1500) points per Committee member. C. TechnicaI Criteria 1. Proposer's relevant experience, qualifications, and past performance providing similar services described in the solicitation. 300 POINTS 2. Relevant experience and qualifications of key personnel. including key personnel of subcontractors, that will be assigned to this project, and experience and qualifications of subcontractors. 100 POINTS 3. Proposer's approach to providing the services requested in this Solicitation. 150 POINTS 4. Proposed Equipment and Software. 200 POINTS 5. Proposer's Installation, Implementation,and Maintenance Plan. 100 POINTS 6. Proposer's Financial Capability. 200 POINTS 7. Training. 50 POINTS 8. Proposer's Proposed Price. 400 POINTS Page 53 of 54 Request for Proposals (RFP) 592382 Upon completion of the technical criteria evaluation indicated above. rating and ranking, the Committee may choose to conduct oral presentations with the Proposer(s) which the Committee deems to warrant further consideration based on. among other considerations, scores in clusters and/or maintaining competition, The purpose of these presentations and discussions will be to clarify and assure Proposer's full understanding of and responsiveness to, the solicitation requirements. The individual identified in the proposal as the Project Manager, must be in attendance at the oral presentation(s). Upon completion of the oral presentation(s), the Committee will re-evaluate, re -rate and re -rank the proposals remaining in consideration based upon the written documents combined with the oral presentation. Page 54 of 54 City of Miami, Florida Contract No. RFP592382 EXHIBIT B1 STATEMENT OF WORK / SCOPE OF SERVICES Provide Work pursuant to Attachments 1 through 11, Exhibits B2, and C1, including applicable Sections of the Scope of Services as responded to by Contractor. 44 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP 592382 Attachment 1 System Description Benefits to the City of Miami Harris (Contractor) is offering the City of Miami (City) a TIA Phase 2 Compliant P25 Trunked Radio Network. Migration to the new P25 Phase 2 System will provide the City of Miami's first responders with superior coverage and system performance built on Contractor's VIDA Technology. VIDA is an acronym that stands for Voice, Interoperability, Data, and Access, which integrates into a common network. The following sections highlight the benefits of the City's new P25 Phase 2 System, Enhanced System Coverage • Contractor is offering a coverage guarantee of 98% 12dB and 97% 24dB in -building coverage throughout the city which surpasses the RFP requirement of 95% coverage. Better coverage means more places where critical public safety operations can occur. ■ The digital voter selects the best inbound signal based on a BER measurement of each packet, not each transmission. This leads to overall better talk -in performance compared to the legacy system. • Figure 1 shows the guaranteed coverage for the City's requirement for 24 dB in - building coverage. Additional coverage maps are provided in Section 7. Attachment 1—Statement of Work System Description Page 1 City of Miami, Florida Contract No. RFP 592382 Figure 1, City of Miami 24dB In Building Coverage A-- % V r t Reduction of Radio System Congestion ■ The new P25 Phase 2 System will provide twice as many talkpaths as the existing system with the same number of radio channels, doubling the available traffic load. Refer to Traffic Loading subsection for a detailed traffic loading analysis. ■ The new P25 Phase 2 System supports transmission trunking operations, a more efficient use of the radio frequencies than experienced with the legacy system. This means that if the City chooses to operate in P25 Phase 1 mode only, there will still be a reduction in radio system congestion. ■ With Contractor's Enhanced Dynamic Dual mode, a standard feature of the P25 Phase 2 system, Phase 1 traffic over the City's ISSI will be transcoded into Phase 2 traffic on the simulcast system, thus maintaining the radio frequency efficiency, Attachment 1-Statement of Work System Description Page 2 City of Miami, Florida Contract No. RFP 592382 Interoperabihty for City of Miarni First Responders • A common P25 Phase 2 network allows the City of Miami's first responders to interoperate on a standards based common network, the highest level of interoperability. • A single citywide simulcast cell appears to the users as a single site, eliminating the need to assemble roaming plans within their own network, • The interoperability gateways allow conventional system traffic, such as mutual aid or marine VHF to be packetized and brought into the common P25 network. This traffic can be patched and simulselected along with the P25 traffic, allowing Miami first responders to communicate directly with conventional users. • The BeOn application allows first responders to communicate on system talkgroups through their smartphone from any location having commercial 3G or 4G service. The VIDA Telephone Interconnect allows telephone interoperability on the system. Calls may be placed and received between a landline phone system and the P25 system, • The Encompass gateway will support the transition from the legacy SmartZone system to the new P25 system. This gateway will enable traffic to pass between both networks and retain critical call information such as emergency, user IDs, and group IDs. Interoperability between the City and Adjacent Agencies The new P25 system will support expanded interoperability between the City of Miami and adjacent agencies. ▪ The new P25 system is provided with a P25 Inter -Subsystem Interface (ISSI) equipped with two connections offering 10 talkpaths each. The ISSI supports network level connectivity between P25 systems and allows users to operate on P25 systems outside of their home network. The following systems around the City of Miami currently have or in the near future will have P25 ISSIs. o Miami -Dade County Police, Fire, and Public Works ' The City of Coral Gables • SLERS (State of Florida Law Enforcement Radio System) • Collier County, FL • Broward County, FL The Encompass Gateway provisioned for 20 talkpaths can be used to provide enhanced interoperability between the City of Miami and Adjacent SmartZone Systems once the transition to the new P25 System is complete. The following systems around the City of Miami are operating on SmartZone. Attachment 1-Statement of Work System Description Page 3 City of Miami, Florida Contract No. RFP 592382 • City of Miami Beach • City of Hialeah • Broward County. FL • Interoperability Gateways at the Wells Fargo Building and Miami Police Department will be used to bring conventional and legacy system traffic into the City of Miami P25 network. The new system will be provisioned with 20 interoperability ports between the two locations. 800 MHz P25 Phase 2 Digital Trunked Simulcast Network System Configuration Contractor is pleased to offer the City of Miami a TIA P25 Phase 2 compliant trunked radio network configured around the Contractor's VIDA Core. The twenty channel system consists of five simulcast transmit/receive sites. The new P25 system consists of the following components: Figure 1. High Level Equipment List EIgh Level Equipment I! t Five simulcast sites with 20 channels each (2 DCP Sites) Two High Availability Geographically Separated Networ't Switching Centers iFS3 and Fire College) Two VIDA interoperability Gateways providing 20 Talk -paths (Wells Fargo and Miam PD) Ore Encemoass Gateway with 20 talk -paths (Miami PD) One PSAP Connect (Miami PD) 25 Symphony Consoles betwcon two Dispatch locations (Miami PD and Fire College, One (1) 10-Channel Site on Wheels Four VlP Consoles Four NTP Synchronized Wall Clocks (Miami PD and Fire College) One Logging Recorder (Miami PD) One System MPLS Loop Microwave Network Four Alarm. Management Workstations (Radio Shop, Fire College, Miami PD, and FS3) System Features Contractor has leveraged advances in standards -based information technology. This has resulted in the development of a unique IP-based network solution to meet the information challenges of many critical communications users. Flexible and scalable, it delivers access to current as well as future information needs. Attachment 1—Statement of Work System Description Page 4 City of Miami, Florida Contract No. RFP 592382 The VIDA P25" system delivers voice, interoperability, data, and access at an unprecedented level. Key system features are described as follows. Increased Voice Channel Capacity P25 Phase 2 effectively doubles the over -the -air voice channel capacity of the working channels, compared to P25 Phase 1 systems. P25 Phase 2 TDMA modulation uses the same 12.5 kHz RF channel but divides it into two timeslots, with each equivalent to 6.25 kHz spectrum efficiency. With P25 Phase 2, two users can each use one of the two timeslots within the same RF channel. Voice Quality As channel bandwidths narrow, the fidelity of analog voice signals decrease. This is not the case with digital modulation, especially so with noise suppression and encryption. The P25 Phase 1 selection of the Enhanced IMBE vocoder allows P25 Phase 1 systems to maintain voice quality and "range" equivalent to wideband analog, with the narrowbanding of channels from 25 kHz to 12.5 kHz, The selection of the P25 Half Rate AMBE+2 vocoder for P25 Phase 2 provides voice quality equivalent to the legacy full -rate vocoder used by Phase 1 while using only half the bits. Contractor P25 Phase 2 systems use half -rate vocoders based on the APCO V1.6 technology that meets the voice quality demands of the public safety and business/industrial LMR marketplaces by including noise suppression and the capability to carry tones within the audio band. Standards Based lnteroperability The City of Miami's P25 Phase 2 System supports interoperability at the system level and the radio level, resulting in improved communications with neighboring P25 agencies and increased radio subscriber choices among multiple vendors. In addition, some agencies may need a P25 system capable of supporting both Phase 1 and Phase 2 calls on the same system —either to enable a slow migration from Phase 1 to full Phase 2 operation or to communicate with P25 Phase 1 neighbors. When the P25 standards committees created the P25 Phase 2 standard, they recognized the need for compatibility with P25 Phase 1. They created compatibility by using the same (Phase 1) control channel for P25 Phase 2 operation. Therefore, Phase 1 only radios can log on to the control channel of a Phase 2 system before assignment to calls. The standards committees also created messages that would allow the Phase 2 system to recognize whether the requesting radio was capable of Phase 2 calls or only Phase 1 calls, allowing for least common denominator call processing. P25P VIDA Common Voice Features Figure 2identifies the common voice features that the Contractor P25" network provides to users (e.g., radio and console users). Attachment 1—Statement of Work System Description Page 5 City of Miarni, Florida Contract No. RFP 592382 Figure 2. P25'P VIDA Network Voice Features Feature Talkgroup Calls Ftadre D a ptiorr Allows radios to make one -to- many calls and to receive calls initiated by others. Contractor's beplernentition The P25' system allows ail users to initiate group calls, and to receive both selected and scanned group calls initiated by others. Multi -group Calls It is possible to include multiple talkgroups on a single calf. The P25;' system allows all users to participate in multi -group calls. Multi -group calls can be initiated using P25 "announcement groups' which are special groups that are collections of regular talkgroups Dispatchers can talk to an announcement group and all of the radios that have selected any of the associated talkgroups will receive the call. Cther ways to talk with multiple groups at once also exist Dispatchers can initiate multi -group calls via a patch or simulselect or through dynamic regrouping of users. Emergency Alarm/Call ` With the press of a button, a user can indicate an emergency to the dispatcher. The P25Er' system allows all users to initiate emergency calls. Users in the cailee`s talkgroup and the dispatchers can monitor emergency calls upon their initiation: Dispatchers and authorized users can cancel them. Private Calls Selected radios can make or 'eceive private calls. The P25 ~ system allows selected users to initiate calls to individual radios and to communicate privately regardless of the talkgroup that either unit has selected. Users can initiate private calls from a preprogrammed menu selection of users, or they can manually enter a user ID at the radio keypad. System -wide Calls (At Call) The system allows a system- wide broadcast call. The P25 ' system allows dispatchers and selected radio users to initiate Ail Calls throughout the system. Site Access Control This allows only authorized radio users and talkgroups access to the repeaters. Each radio has a unique ID that requires registraticn with the site to gain access to the radio infrastructure. If the ID is not valid in the P251F database. the radio is denied likewise. if a user attempts to access a site on a group prohibited from the site. the call wilt be denied Recent User Priority This permits more consecutive assignments of a talkgroup to the high priority queue for improved conversational continuity. The Contractor P25° system assigns a half-step higher priority to recently used talkgroups, This allows such talkgroups to maintain conversation flow when the system is heavily loaded. Callback Alert Signaling notifies a user to call - back the alerting party. The P25 r system alerts a radio to call back the alerting party. Attachment 1—Statement of Work System Description Page 6 City of Miami, Florida Contract No. RFP 592382 FOAM Multiple Priority Levels Rohn Desaipbiaa Contractors inrpMmentaton The P25 standard requires eight levels of priority (with only three bits used to identify priority). However. the Contractor P25P network allows 10 levels of priority. as well as additional priority levels to support preferred use by recent users. emergency calls, and All Calls, Allows setting of priority levels so taikgroups can manage site resources on a busy system. Busy Queuing and Callback When all channels are busy. the system places new call requests in a queue and automatically calls back the queued user when a channel becomes available The P25,' system provides a dynamic queuing feature. If a call request is received and all channels are busy, the caller is queued and called back when a channel becomes available_ tf more than one caller requests access to the same group. the second and sequential callers will c onvertto caltees (listeners) and join the call initiated by the first requester Cut -of -Range Indication tf the user is outside the coverage area, he or she can press the PTT (Push -to -Talk) and the radio will emit an out -of- range tone. If a user is outside the coverage area, the radio will display "CC SCAN,' which indicates the radio is searching tor a control channel. It is possible to program the Contractor radio to emit an out -of -range tone. Talk Prohibit Tone The radio emits a tone to indicate rejection of a call request. When the P25:' system receives an improper call request, it 'Mil issue a calt-denied message to the initiating radio, which will play a -denied' tone. Automatic Site Switching (Seamless Roaming) The system can proactively select the optimum RF site based on Receive Signal Strength Indication (RSSI) whale a radio user moves throughout the coverage area All radios can search for an appropriate RF sire once the current system falls below a preprogrammed threshold. The ProScan roaming algorithm identifies the quality and RSSI of each adjacent site, With this information, the radio can determine the optimum RF site on which to roam. Automatic Site Regismaadon When a user powers up cr roams to another site, t a radio automatically affiliates or registers to the site. The P25P system allows each radio to automatically send a registration message upon power -up. When the user registers with a new site. he or she automaticaify deregisters from all other sites. In addition., Contractor radios are configurable not to auto - register but rather to provide site registration during the first group PTT. Deregistration The radio automatically deregisters from a site when there is no activity after a pre- selected time period or when it roams to another site to increase efficiency. The P25' system automatically deregisters radios based on roaming and inactivity. The radios will also send a deregistration message to the system when users power them off. There is no required user intervention. Selective Radio Inhibit Supports temporary and permanent radio disabling. If a radio causes problems in the system, the dispatcher can inhibit it from transrnitting and later uninhibit it. These actions occur through the system. There is no requirement to take the radio to a maintenance shop to uninhibit it. • Attachment 1—Statement of Work System Description Page 7 City of Miami, Florida Contract No. RFP 592382 Feahns Feature Descriptbn Dynamic Regrouping The radio is placed into another talkgroup as needed to support emergencies or other special needs. Contractor's l nplereerutaon A control message is sent to the radio, which reassigns a knob position on the radio to a new group. This effectively moves involved users to the new group. *Emergency calls are given the highest call priority on the system, Emergency call functions on the radio can be programmed to home to a specific talkgroup during an emergency declaration so that a user operating in talk -around or fire -ground would be moved onto a pre- programmed system talkgroup on the P25 Phase 2 System if an emergency is declared and their radio is programmed with an Emergency Home talkgroup. P25'P Data All Contractor's P25 subscribers can support voice and data communications. Data for P25 is defined only in Phase 1. For a 12.5 kHz channel, the data rate of 9.6 kbps is supported. Data for P25 Phase 2 is currently undefined. A Serial Line IP (SLIP)/PPP interface supports communication via a Mobile Data Computer (MDC).This then supports any mobile application requiring communications among mobile, portable, or fixed radio clients. Contractor's P25'P backbone is built upon off -the -shelf IP routing equipment and utilizes the IP Mobility (RFC 3344) standard. The P25'P system allows host applications to communicate via IP open standards. Due to the limited data rate, P25 system data is ideal for applications that utilize short message bursts such as: Fleet management (over -the -air -programming) Status message 31 Short Message Service (SMS) GPS/Automatic Vehicle Location (AVL) Channels enabled for data use are configurable by the system administrator, This allows the system setup to use only a subset of the channels for data, ensuring there are channels dedicated for voice traffic only. Encryption The VIDA system fully supports encrypted voice calls between radios and between radios and dispatch consoles using P25 standard methods of encryption of digital calls. Unlike old analog "scrambling" methods, digital encryption does not decrease voice quality or reduce the range of the calls from radios to base stations. For the P25 radio system, these encrypted calls provide great voice security for sensitive communications by making unauthorized monitoring of the radio frequency channels nearly impossible. Encryption of a digital voice call precedes its transmission. Encryption requires a special electronic key (also referred to as a cryptographic key.) With use of encryption, this key must Attachment 1—Statement of Work System Description Page 8 City of Miami, Florida Contract No. RFP 592382 match at both the transmitting and receiving radios/consoles before communications are possible. The radio system's consoles and radios store this cryptographic key, and all encryption encoding and decoding occurs within each console or radio itself. The encryption algorithm takes the voice call already digitized in P25 format and then encrypts the bits using the encryption key. Only a radio or console that has the same encryption key can decrypt the bits and listen to the audio. The encryption and decryption algorithms are performed within the individual radio or the Symphony dispatch console. Therefore, the VIDA network provides true end -to -end encryption. Regardless of the location of the individual console on the radio system network, transmissions encrypted at the radio remain encrypted until delivered to the receiving radio or console operators at individual console positions. In the reverse direction, messages encrypted at remote console locations remain encrypted until received by the radios in the field. All radios provided to the City by Contractor include Single Key DES encryption. AES Encryption The City's P25 Phase 2 network supports encryption using the P25 standard version of AES (Advanced Encryption Service) encryption. AES is the gold standard for digital encryption of sensitive communications mandated by the U.S. and Canadian federal governments. The 256-bit encryption key used by AES ensures that it is nearly impossible to crack. AES (gold standard) — in encryption methods, the longer the key, the harder it is for unauthorized users to identify and decrypt the message. The256bit encryption keys used by AES are significantly more difficult to crack than the 64-bit keys used by the older DES algorithm or the 40-bit key used by weak proprietary algorithms such as Advanced Digital Privacy (ADP). Compliance Assessment Process (CAP) certified — The method of encrypting P25 calls with either AES or DES algorithms is part of the P25 standard. As such, AES is one of the items tested by the CAP in which devices claiming P25 compliance are tested and certified by registered test labs. Since CAP labs test the encryption methods used for Contractor P25 network, radios, and consoles, these devices can interoperate with other vendors' devices in encrypted calls. Contractor radios and consoles interoperate with other vendors' radios and consoles on encrypted calls. • FIPS 140-2 certified — Optionally, Contractor can ensure the security of AES encrypted calls by following U.S. government standards for protecting encryption (FIPS 140-2). This is a standard established for good practices in storing and using encryption methods. The National Institute for Standards and Technology (federal standards agency) certifies Contractor radios as FIPS 140-2 compliant. Not all devices claiming AES meet the FIPS 140-2 standard: they may have weaknesses exposing calls to compromise by unauthorized users. • Attachment 1—Statement of Work System Description Page 9 City of Miami, Florida Contract No. RFP 592382 Over -the -Air Rekeying (OTAR) Best practices for encryption use include periodic changing of encryption keys. As in the case of changing the password on a computer, periodic changing of encryption keys protects operations from a user accidentally revealing a key or prevents an unauthorized user from stealing it. Changing encryption keys manually can be difficult because each radio requires physical attachment to a device called a key loader, which inputs the new encryption keys into the radio's memory (or console's memory). The P25 standards process includes a method for delivering new encryption keys to radios over the radio channels. This process —called Over- the-Air-Rekeying (OTAR) of radios —accelerates key updating and is less labor intensive. The VIDA P25 network supports OTAR delivery of encryption keys to P25 radios and consoles, using P25 standard methods. The City's P25 Phase 2 System is configured and equipped with the necessary hardware to perform OTAR operations. The method of handling OTAR for encryption (of either AES or DES keys) is part of the P25 standard but not part of the CAP test standards. However, both Contractor and Motorola have provided unofficial testing of OTAR on other vendor's radios in their CAP labs. Our Contractor CAP laboratory has tested OTAR methods used by Contractor's P25 network with other vendor's radios. So we know that it is possible to update encryption keys using OTAR into other vendors' radios on Contractor networks. In reverse, Contractor radios can also operate on another vendor's networks and receive OTAR key updates. Over -the -Air -Programming (OTAP) Many fleet management activities are achievable through data messages over the P25 system, which prevents the high cost and lost productivity of bringing radios to the radio shop. Over -the -air programming is the ability to add new types of services to a subscriber unit by using the wireless network instead of requiring the customer to bring in the radio for reprogramming. Contractor's P25 Over -the -Air Programming (OTAP) solution allows users to broadcast a new radio personality over the air to a radio in the field. OTAP is a software solution for customers that have a large number of radios or radios that need personalities modified on a regular basis. The ProFile feature provides the capability to read and write P25'P radio personalities over the air. If a large number of radios require updating, it is possible to schedule these activities during off-peak hours to minimize the impact on system resource availability for high priority voice calls. OTAP is not defined in the P25 suite of standards, so is considered a vendor -proprietary feature. Frequency Plan The new P25 Phase 2 System will utilize the existing 800 MHz channels currently licensed by the City. Two 10-Channel combiners will be used for the transmit frequencies, thus lowering the overall tower loading after cutover and removal of the old system antennas. Figure 3 shows the combiner plan. Attachment 1—Statement of Work System Description Page 10 City of Miami. Florida Contract No. RFP 592382 Figure 3. City of Miami Combiner Plan Combiner 1 Combiner 2 Frequency Separation (Khz Frequency Separation Khz 554.w625 _ 855.2125 855.4625 50C . 855.7125 500 856.2125 750 856.4625 750 856.7125 50C 856.9625 500 857.4662E 752.. 857.7125 750 857.8625 4'0L 858.2125 500 858.7125 05" 858.9625 750. 859.2125 5i:: - 859.4625 50C 859 9625 e 860.2125 750 860.4625 50C1' 860.7125 500 System Reliability, Availability, and Backup Fault tolerance is one of the major design objectives of our P25 Phase 2 Network design. In critical situations, system reliability is of paramount importance. The Contractor P25 Phase 2 System uses distributed processing architecture to provide unsurpassed fault tolerance. This design philosophy concentrates on minimizing single failure points or common cause failures that will force the system to non-trunked operation. This P25 Network offers the City radio users the added security of continuous trunking. The system is designed to support a variety of user -configurable operational modes to provide a fault tolerant managed landing rather than an uncontrolled system wide crash, Figure 4. VIDA Offers High -Availability Redundancy Geo HA ConfigurationG� A Ass 5 ASA5512 �. _. D$20 NetApps ASA55-12 D620 NetApps Redundant Internet Firewall (IFW) Redundant Network Equipment (WAR/RAR) Optional — Redundant Information Assurance Redundant VIDA Server { VAS) Redundant Storage Area Network (SAN) Attachment 1—Statement of Work System Description Page 11 City of Miami, Florida Contract No. F?FP 592382 Distributed Processing Architecture The trunking control of a VIDA system is distributed across multiple system components and resides with each individual repeater station. At every site, all stations are interconnected to permit sharing of control information. In the event of a complete station failure, the distributed processing capabilities of the system will automatically take that station out of service and allows any other station to assume control. This aliows the remaining stations to continue trunking. Such reconfiguration is transparent to the end user. Unlike other systems that rely on a limited site controller, there is not a time where single or even multiple failures would cause the site to revert to conventional mode. Autonomous Layers The concept of autonomous layers is simply that each layer of the network is defined to have a stand-alone goal or purpose, independent of the layers above it. Sy designing systems under this concept, failures are confined to the effected equipment, and do not spread to other parts of the network. Integrated Voice and Data Channel Redundancy Another key feature of all VIDA system designs is that all channels are capable of supporting both voice and data communications. There is no need to dedicate some working channels to voice only calls and others to data only calls as in other systems. A truly integrated voice and data trunking system provides adaptive load balancing for voice and data traffic. Resources are assigned to voice and data calls as requests are received. Overall system reliability and fault tolerance operations are enhanced since the loss of a single base station has less devastating effect upon voice and data communications in an integrated trunking system than in dedicated voice and data systems. If a single base station is lost, the total capacity is reduced but the remaining channels can still support both voice and data. An integrated trunking system can intelligently. in a fault tolerant "graceful degradation" mode, respond to equipment failures and balance the voice and data load over the remaining base stations. Equipment Failure Modes High -Availability (HA) Configuration The NSC includes a Storage Array Network (SAN) of hard drives. When combined with the capabilities of the applications running on the VIDA Application Server (VAS), the SAN is in an HA location (redundant) configuration. Contractor offers three levels of redundancy for the NSC: Application (software only), Hardware (hardware and software), or Location (geographically split). Each level increases the robustness and survivability of the network core equipment. The City's system is configured with the highest levels of redundancy, Location HA, with NSC equipment located at Fire College and Fire Station 3. The location HA configuration prevents any single point of failure for VIDA call routing as well as management and administration functions. The secondary SAN stores a backup copy of the system's configuration settings and archived Activity Warehouse (AW) data. If the primary VAS fails or a general outage at the primary NSC location occurs, the secondary Attachment 1—Statement of Work System Description Page 12 City of f'uliami, Florida Contract No. RFP 592382 VAS automatically takes over network operations from the primary VAS. When equipped for Location HA, localized events such as facility power loss, flooding, or loss of backhaul is no longer devastating to the system. The Secondary VAS located in another unaffected facility automatically takes over network operations. High Availability Network Switching Center A High Availability NSC consists of a primary Network Switching Server (NSS), which performs the normal switching functions, and a backup NSS. As the primary NSS sets up and tears down calls, registers and deregisters radios, and monitors the movement of mobile and portable radios through the network, it is continually making changes to its database. These database changes replicate on the backup NSS. The primary NSS also exchanges 'heartbeat" messages with the backup unit, confirming that it is still active. In the event of a primary unit failure, loss of functionality is quickly identified by the backup NSS which then takes control. By assuming the IP address of the primary unit, the backup unit can begin processing call traffic with minimal service interruption. The transition between primary and secondary units is usually transparent to the majority of the mobiles and portables in the system. The primary and backup servers are geographically separated to provide another level of communication protection, The split location design ensures reliability should a disaster strike the primary location, as the secondary NSS will assume full control with virtually no down time of the radio network. Other solutions that depend on redundant co -located switches will suffer a failure of the radio system should a catastrophic disaster or even a simple backhaul failure strike that location. A key to the successful operation of any mission critical network lies in maintaining the highest levels of network availability. Contractor offers its VIDA solution in an array of redundant configurations to combat manmade and natural disasters. These high -availability options improve network redundancy and reliability across multiple local and geographically separated locations, and they are cost-effective solutions for networks of any size. Attachment 1-Statement of Work System Description Page 13 City of Miami, Florida Contract No. RFP 592382 Figure 5. VIDA Offers High -Availability Redundancy The VIDA solution provides full service high availability failover. Regardless of the services on the primary core, the secondary core takes over all services in failover. VIDA provides robust performance without compromise; failover does not mean failure. VIDA networks employ the means to meet mission critical reliability, availability, and maintainability requirements, utilizing centralized services that can include geographically split redundant servers as for the City of Miami. Redundant servers, operating at distinctly separate geographically and judiciously separated locations (yet fully network interconnected), will provide automatic failover capability for voice plus all applications in the network core. If a network switch becomes dysfunctional because a server, network, or physical location no longer functions. The High -Availability service on the VIDA core ensures expeditious failover of call routing, ensuring that communications continue with minimal impact to users. Additionally, every service including ISSI, KMF, and Active Directory, and all management and provisioning applications also failover to the secondary server to provide an extremely resilient, fully application redundant VIDA network services core. Redundant Network Switching Server Automatic Transfer If the Primary NSS, the WAN, or the microwave system link were to fail, the Secondary NSS immediately senses the loss of the Primary NSS and assumes full control of the network traffic. Connections of the sites to the secondary NSS is instantaneous and the time required for reconnection of dispatch consoles will vary in terms of seconds based on the size of the system. Manual transfer from the Primary NSS to the Secondary NSS can be performed by the System Administrator by going to the Primary NSS, logging onto the NSS and entering a command to Attachment 1—Statement of Work System Description Page 14 City of Miami, Florida Contract No. RFP 592382 shut down the Primary NSS. The Secondary NSS senses the loss of the primary and will immediately assume control of the network traffic. Simulcast Fault Tolerance A Simulcast System consists of a Simulcast Control Point (Prime Site) and remote Tx sites. each equipped with Remote Simulcast Control equipment. A simulcast system exhibits the same fault tolerance discussed previously. Additional levels of protection are built into the Simulcast Control Point and Remote Simulcast Control equipment, Base Station / Channel Failure In a simulcast system, each transmit site has the same number of base stations or channels. If a base station fails, the corresponding base station (same channel number and frequency assignment) is taken out of service at all other sites. The remaining channels still support all of the operations previously discussed. Overall reliability is thus enhanced since the loss of a channel will only reduce total capacity; it does not affect the systems functionality. Simulcast Redundancy The proposed simulcast system employs distributed processing as well as component and subsystem redundancy to provide fault tolerant 'graceful degradation". Single failures will not disable the simulcast system. • Enhanced Simulcast Bypass Feature —The Contractor MASTR V IP simulcast system offers another layer of redundancy by adding Enhanced Simulcast Bypass operation. This redundancy feature enables trunked wide area failsoft communications for any disconnected simulcast site to continue operations on the VIDA system as a multisite site. • Control point transition flexibility — DCP provides the ability for automatic and manual control point functionality transitions. • Remote configuration, setup and testing conducted via IP — System Administrators and technicians can configure, set-up, test, and troubleshoot from a central location, often alleviating the need for a trip to the site. • Power Supply Diversity — The Control Point and Remote Control equipment also use multiple power supplies. They provide protection from power surges, protection from short circuits, power output alarms, and load sharing. Enhanced Failsoft with Security Adding further redundancy to the simulcast system, Contractor adds enhanced security features to the industry standard failsoft operation. With the Contractor solution, all simulcast sites operate in trunking mode will maintain full user and talkgroup authentication regardless if it is attached to the simulcast cell or not. This ensures only authorized users and talkgroups operate on the VIDA system. Standalone Bypass Operation Attachment 1—Statement of Work System Description Page 15 City of Miami, Florida Contract No. RFP 592382 In case of significant component failures in the system, such as the failure of both control points, or complete microwave network failure, the IP Simulcast system allows transmit sites to continue to operate with reduced features or coverage. This mode of site operation is called Bypass. Bypass is a means of allowing simulcast sites to continue to transmit in a reduced capacity and to avoid transmit interference. Bypass provides an additional level of fault tolerance not offered by our competitors. At the transmit site, Traffic Controllers make the decision to assert Bypass. When a remote transmit site enters Bypass mode it is said to be "orphaned.' When orphaned there are two basic modes of operation possible for site: • "Go dark" - all the channels on the site going off the air • "Standalone" - selected channels stay operating in normal trunking mode as a standalone site while the Control Point removes the selected channels from the rest of the ongoing simulcast services The site remains in Bypass operation until the system determines the fault is clear. Upon clearing the fault, the orphaned site rejoins the system and operates in normal simulcast mode. The "Go Dark" mode of operation is the most common bypass mode. In this mode, the IP Control Point continues to use all channels while the site(s) reporting a fault simply goes off the air. Communications in this "dark" site's capture zone is dependent upon `fill in' coverage from adjacent simulcast sites, The benefit is that all channels and system features, including multisite and console calling, are available for users that can access the remaining sites. However, some areas may experience insufficient coverage or too much Time Delay Interference (TDI) in this failure mode of operation. The Standalone Bypass mode is designed to offer the best solution in geographically challenged territories. During Standalone Bypass mode, the system maintains simulcast services to the unaffected TX sites while attempting to maintain some trunked communication service level within the coverage area of the Bypassed site. The benefits of using the Standalone Bypass mode of operation include: • Full territorial coverage with a minimized impact to services • Reduced interference between the standalone site and the remaining simulcast system In "Standalone Bypass" mode, several major system changes occur in an attempt to minimize effects on the system's geographic coverage: ■ Operational sites continue to simulcast, but not on the RF channels assigned to the standalone site Attachment 1-Statement of Work System Description Page 16 City of Miami, Florida Contract No. RFP 592382 Faulty sites attempt operation in P25 Trunked mode (but not simulcasting) with a limited number of RF channels The sites in Bypass lose multisite operation and console (dispatcher) calls via the VIDA network unless they still have a backhaul connection to the NSC The system's RF channels divide into two or more sets of channel pools, one pool for the operational simulcast sites and the other pool(s) for the Bypassed sites. Good TX sites continue simulcasting, but only on the reassigned set of RF channels. Good TX sites also maintain the same P25 signal flow on the assigned RF channels just like a normally operating system. Bypass sites continue normal P25 Trunking operation (not simulcasting) on the remaining RF channels. Users who are out of range of the simulcast system but in range of the Bypass site will CC scan and log into the Standalone Bypass site. P25 signal flow will simply repeat locally. Communications with the rest of the simulcast system, other sites in Bypass, and dispatch consoles may not be possible from a Bypassed site. When a site is in Standalone Bypass mode, if there is a network path available from that site to the NSC, the site will act in a multisite configuration and will continue to have switching between consoles and other connected sites. As a backup, dispatch centers may include local desktop stations to maintain communications with sites operating in Standalone Bypass mode which completely lose their network connectivity. When a system is in Standalone Bypass mode, the display on Contractor terminals (mobiles and portables) will use indicator icons to alert a user that a limited mode of operation is use. In order for a site to fail to bypass operation, the site must experience: A complete link failure between the site and the simulcast control point Complete site reference failure on all site channels. The Contractor IP Simulcast system has two GPS reference receivers for each site location. Both GPS Receivers must fail in order for the site to enter bypass operation. A series of channel failures resulting in the failure to a single channel. A channel failure is defined as a failure in a logical channel's ability to transceive information to the end user A system administrator 'forced bypass" command sent to the site When configuring a Contractor IP Simulcast system for bypass operation, it is important to consider the following: The coverage ramifications with losing a site Attachment 1—Statement of Work System Description Page 17 City of Miami, Florida Contract No. RFP 592382 The call patterns, channel availability, and call block scenarios with a reduction of channels ■ The City's operational plans during disasters ■ How the system will behave when configured for "standalone" operation when in bypass Redundant Console Routers The Fire College and the Police Headquarters Dispatch Locations are configured with redundant console routers for the Symphony consoles. This precludes a single network failure from disabling console operations. Attachment 1—Statement of Work System Description Page 18 City of Miami, Florida Contract No. REP 592382 System Traffic Loading The P25 standards process established interoperability between Phase 1 and Phase 2 radios. How effectively the system supports this operation depends on how the vendor implements the tracking of users and the setup of calls. The Contractor P25 system is flexible and efficient when it supports users in both modes. Therefore, customers do not suffer reduced system capacity for the sake of interoperability. The following features are unique to the Contractor P25 Phase 2: Enhanced Dynamic Dual Mode (EDDM) Adaptive Site Resource Allocation Enhanced Dynamic Dual Mode (EDDM) EDDM technology provides efficient use of network and over -the -air resources by independently assigning the best site resource at each RF site participating in a call. In P25 Phase 1, each base station channel assigned to a voice call handles only one at any given time. In P25 Phase 2, each base station channel can handle two voice calls at the same time. Phase 2 technology effectively doubles the number of talk paths available for voice calls_ Therefore. keeping as many calls as possible operating in Phase 2 mode maximizes system capacity. If all radios preferring to transmit and receive a group call are capable of only P25 Phase 2 mode, then users send it to all participating sites capable of it. The call takes up the minimum system capacity. All P25 system vendors do this. Conversely, if all radios preferring to transmit and receive a group call are capable of only P25 Phase 1 mode, then users send it to all participating sites capable of it. Therefore, the legacy radios can operate on the system. All P25 system vendors can do this. The difference between vendor systems is evident with a request or group call monitored only by Phase 2 and Phase 1 radios. EDDM maximizes the system capacity by choosing the best mode at each site in the system. Since the City of Miami's P25 Phase 2 System is a citywide simulcast cell, EDDM provides benefit for mixed mode calls over the City's ISSI links and with mixed mode calls between the City's Site on Wheels and the simulcast network. Adaptive Site Resource Allocation In addition to allowing efficient handling of mixed mode calls with EDDM, the VIDA system allows administrators to control the amount of their system resources in mixed mode calls. The City of Miami P25 Phase 2 System running in mixed mode supports concurrent Phase 1 and Phase 2 operation. Adaptive Site Resource Allocation is a system -level feature that improves RF channel efficiency at a site or simulcast cell; it dynamically assigns RF channels in real time for Phase 1 or Phase 2 operation based on the current site -loading characteristics. Attachment 1-Statement of Work System Description Page 19 City of Miami. Florida Contract No. RFP 592382 This technique provides sophisticated management to interoperability between the two modes of voice traffic. Adaptive Site Resource Allocation is a percentage -based call management technology. As the percentage of Phase 2 calls increases, more RF channel resources are assignable to Phase 2; this adjustment can also occur when Phase 1 calls increase. It is possible to preset the maximum percentage of RF channel resources assignable to Phase 1 or Phase 2. Therefore, system administrators can shape their spectral and site efficiencies while protecting the site from overloading with calls from either P25 mode. Traffic Calculations Contractor has performed a traffic analysis for the City of Miami's P25 System in both Phase 1 and Phase 2 Modes. Input Parameters: • 20 Channel Simulcast System (19 Phase 1 or 38 Phase 2 talkpaths) • Public Safety User Profile • 6.5 Group Calls/Hour/User • 3.2 Seconds Average Call Duration 476 Mobiles and 2720 Portables with 30% (959) Active During the busy hour The Erlang C mode! adjusted for Contractor system call delay, transmission trunking, and network parameters yields the following results: • P25 Phase 1 GoS (Probability that a call will be queued) is 0.02% • P25 Phase 2 GoS is <0.01% I nteropera bility Interoperability, a core feature of the City of Miami P25 Phase 2 System, enables radio users to fulfill critical missions successfully. While Project 25 (P25) defines common means for interoperability between radios and systems, the Contractor VIDA architecture can incorporate additional solutions that address interoperability at network, system, and local levels. Figure 6Figure 6 shows all available interoperability solutions for a Contractor system. Attachment 1—Statement of Work System Description Page 20 City of Miami, Florida Contract No. RFP 592382 Figure 6. Multiple Levels of Interoperability Functionality Level Achieved By SAFECOM Level of Itteropera6itity+r — Advanced Transcoder Level 6 (Network) Transcoder enables network connectivity between radios transmitting different voice and encryption protocols (e.g., P25 Phase 1. P25 Phase 2), This allows them to communicate seamlessly with each other and the dispatchers without changing protocols while maintaining system efficiency. P25 Inter-RF Subsystem Interface (ISSI) Level 6 (Network) ISSI enables network connectivity between any Contractor network and other vendor P25 systems. This allows authorized radios to roam automatically across networks without user intervention while maintaining access to dispatchers and radios on their home system. P25 Console Subsystem Interface (CSSI) r Level 5 (System) CSS allows the integration of third -party P25 CSSI-compliant dispatch consoles in a P25 system. EDACS Migration Gateway Level 6 (Network) EDACS Migration Gateway enables connectivity between the Contractor VIDA system and a legacy EDACS system. This allows exchange of information such as unit ID, emergency declaration. patch, etc., between the two systems. Encompass Gateway Level 6 (Network) Encompass Gateway enables connectivity between the Contractor VIDA system and a legacy SmartNetT' system. This allows exchange of information such as unit ID; emergency declaration, patch. etc.. between the two systems. :eermec,ate P25 Subscribers Level 5 (System) P25-compliant radios allow users to talk both directly to one another and on one another's P25-compliant systems. with proper authorization VIDA Telephone Interconnect Level 5 (System) VIDA Telephone Interconnect allows radio users to communicate with landiine parties. wasic lnteroperability Gateway Level 4 (Local) The Interoperability Gateway enables connectivity to neighboring legacy systems. Audio can pass between the P25 system and legacy systems for use by dispatch consoles and radios. It typically connects conventional channels or trunked talkgroups of other systems to the customer's radio system. SAFECOM, managed by the U.S. Department of Homeland Security Office of Emergency Communications and Office for Interoperability and Compatibility. provides research. development. testing and evaluation. guidance. and assistance for local. tribal. state. and federal public safety agencies working to improve public safety response through more effective and efficient interoperable wireless communications. Attachment 1—Statement of Work System Description Page 21 City of Miami, Florida Contract No. RFP 592382 Funetknallty Achleved By SAFECOM Level Level of Intenverability' In addition. the Interoperability Gateway supports the fiADC-1200 signaling format for user ID and emergency functions. The follow. ingg elements are included with the City or Miami P25 Please 2 Svstem: • The transcader will provide talkpaths for interoperability between Phase 1 and Phase 2 radios. Two (2) P25 Inter-RF Subsystem Interface (ISSI) system connections with 10 simultaneous talkpaths each for communications with adjacent P25 Systems: An ISSI server at the Fire College provides this connection; a redundant ISSI server at the Fire Station 3 backs it up. Both ISSIs are part of the Network Switching Center (NSC) server. The Interoperability Partner is responsible for providing the ISSI interface on their P25 system. • One (1) Encompass Gateway with capacity far 20 simultaneous talkpaths that interfaces between the proposed system and the legacy SmartNetTM System. The Encompass Gateway will be used to facilitate cutover and may be used for SmartNetr"' interoperability following cutover. ■ All proposed P25 radios certified via the Compliance Assessment Program for compatibility with P25 certified systems. • Console Subsystem Interface (CSSI) capability, which is included in the ISSI, ■ One VIDA Telephone Interconnect to connect to the City's Public Switched Telephone Network (PSTN) with two telephone line connections. • Two (2) Interoperability Gateways with 20 talkpath licenses between them to support conventional channels. Please refer to the New Interoperability Bases subsection for additional detail on the new interoperability base stations. VIDA Telephone Interconnect The VIDA Telephone Interconnect (VTI) permits radio users to make and receive Public Switched Telephone Network (PSTN) calls. The VTI system can be optioned to support up to 30 concurrent telephone interconnect calls, depending on the type and quantity of the PSTN interface cards configured in the Call Manager Express (CME) router. Not only does VT1 support inbound and outbound calling for individual radios, it also permits a telephone - originated group call to connect the caller to many radio units simultaneously. VTI provides ringing tones, busy tones, and call progress prompts to make its use as familiar as a public telephone. Automatic line clearing provides faster call teardown to free valuable radio network resources. VTI also supports PSTN call privileges for inbound and outbound calls through configurations at the Unified Administration System (UAS) application. Attachment 1—Statement of Work System Description Page 22 City of Miami, Florida Contract No. RFP 592382 VTI requires a server and a Cisco router running Call Manager Express (CME) software. The server will be co -located with the VIDA NSC at Fire Station 3. VTI is essentially a Private Branch Exchange (PBX) in a PC and provides the following features: • Inbound and outbound calling between the telephone network and the radio system • Inbound group calls • Up to 30 simultaneous interconnect calls for El connections, 24 simultaneous calls for T1 connections, and eight calls for analog connections • Encrypted voice calls ■ International ring tones ■ Automatic line clearing • Call activity reports • Call progress prompts As shown in Figure 7, the VTI server communicates with the NSS application, which handles call setup and exchanges voice frames between the two devices. The VTI server also communicates with the Cisco router running the CME software through the Session initiation Protocol (SIP). That portion of the VTI server converts voice streams from the PSTN into the appropriate coding format for the radio network and vice versa. Figure 7. VIDA Telephone Interconnect Flow of Information Attachment 1—Statement of Work System Description Page 23 City of Miami, Florida Contract Na RFP 592382 NES VTI SERVER _ t! Sessten 4ntia4cr. iP C.2rszte ?mlocol sCria Radio Base Station Mobile:Portable Rados vraccJ (SW' Arising Phones DISCO GCE ROUTER Attachment 1—Statement of Work System Description Page 24 City of Miami, Florida Contract No. RFP 592382 BeOn BeOn, a push -to -talk solution built on the integrated VIDA Network platform, provides the City the ability to have managed group communications around the world using both 3G and 4G commercial, Wi-Fi or private cellular networks. BeOn users have the ability to communicate over a 3G/4G platform using smart phones, tablets or other rugged devices, utilizing the available coverage provided by domestic, international, and private networks. Contractor developed BeOn to fully integrate with Contractor VIDA based LMR networks, Contractor VIDA based LMR networks use an IP-packet switched architecture to provide an industry -leading LMR feature set over different narrowband air interfaces, including Project 25 (P25) trunked and conventional common air interface, OpenSky, EDACS and other systems. The BeOn solution extends these LMR features to cellular and broadband -based devices, and adds text, location and presence information and functionality. Since BeOn is designed to be an overlay for existing narrowband and broadband networks, the BeOn network leverages the capabilities of existing LMR, commercial cellular and private broadband networks, To provide the BeOn solution to the subscriber, BeOn integrates into these networks with minimal additional hardware requirements. Figure 8. BeOn Network Leveraging Existing Infrastructure with BeOn 4.7 jp. CerN euta Ceiirrrar Nee•.ver k yJl� Cellular Sense riper Pnvaro L I E and P25 Sites Private LTE Subscriber CAR Ka-; 3e0n Access Posnt Access Server [ erprise WAN Enterprise F irewalll DMZ i P251551 Iiii .... Oncer 41-0A,.(,lona"P4 Vendors' StNereh'N:nage^nnt Sere Gas P25 P25 Netwca .-o-]xhLet Adrul,M,den 3emces Su bseriber The City of Miami P25 Phase 2 System includes the BeOn Premier Service, which supports up to 500 BeOn licenses, and is initially provided with 50 BeOn User licenses. Attachment 1—Statement of Work System Description Page 25 City of Miami, Florida Contract No. RFP 592382 High Capacity Digital Microwave System The City of Miami's P25 Phase 2 System will utilize a new microwave loop network for backhaul transport. The microwave system uses the NEC iPASOLINK Radio in an all -indoor configuration. Some features included in the microwave network are: Standards based Ethernet & TDM Interfaces - No additional "boxes"' or conversions needed • Initial Quality, and Long Term Reliability of the highest order • Virtually zero out of box failures - speeding deployment • Virtually maintenance -free - providing true Long Term Value • State -of -the -Art product with a long production life ahead - no worries about product discontinuance • Manual & Automatic Transmitter Power Control with a dynamic range of 22dB to 30dB (depending on modulation rate selected) • High System Gain - High TX power and low thresholds yield higher path reliability • Advanced Layer 2 Switch w/ MPLS-TP Protocol embedded in radio -eliminates costly routers, training, annual support contracts and a single point of failure from every site. • Nodal - Up to 3 way protected, or 6 way non -protected in a single IDU - a cost and space saving feature when transmitting in multiple directions from one location Frequency Synthesized local oscillators - for ease of sparing • Native TDM -DS1 connector integrated into the primary control card • Native IP, with Full Packet Capabilities • FE/GbE • AMRJQoS • Ethernet Synchronization • Ethernet and TOM Independent Ring switching - Routerless, <50ms The network is configured with a mixture of 6GHz and 11 GHz links. All 6 GHz links have a predicted availability of 99.999%, or better. 11GHz links have a predicted availability of 99.9999%, or better. The link bandwidths are 169MBps and can be configured to auto -adjust to higher bandwidth during good path conditions. Attachment 1—Statement of Work System Description Page 26 City of Miami. Florida Contract Na. RFP 592382 Figure 9. Microwave Loop Topology FS11 a FrrCc1sge Legend: L6G: COWITY r F59 •sscx:reAPus P -* rJsca-cn Attachment 1-Statement of Work System Description Page 27 City of Miami, Florida Contract No. RFP 592382 Transition from Legacy Systems Contractor will leverage the Encompass Gateway to provide communications across the legacy system and the new P25 Phase 2 System. The Interop Gateway will be used to support conventional transition to the new system. New Interoperability Bases The following Interoperability Base configurations will be supplied to replace the existing stations. Five (5) 800MHz Analog Conventional MASTR III Repeaters and one (1) 800MHz P25 Conventional Repeater to support encrypted PD16 traffic. One (1) Six -Channel Combiner and Antenna System One Receive Antenna System One CS7000 VHF Control Station with Antenna System to Support Marine VHF Two VHF Analog MASTR III Base Stations with Antenna Systems to support VHF InterCity One UHF CS7000 Control Station with Yagi Antenna System to support UHF County Fire Five (5) CS7000 800MHz Control Stations with control station combiner, duplexer, and antenna system to support 800MHz NPSPAC Mutual Aid Interoperability Each of the new interoperability bases will be connected into the P25 Phase 2 System via an Interoperability Gateway. Attachment 1—Statement of Work System Description Page 28 City of Miami, Florida Contract No. RFP 592382 Radio Dispatch Console System Figure 10. Dispatch Console Equipment Fire College limpildt Equipment ▪ Mine (9) Symphony Consoles with: • Symphony Premiere Software Bundle • Remote Baton Software • AES and DES Encryption • Conventional Controls Paging Capability • Nano Speakers Gooseneck Microphone • 21.5' High Def Monitor • Keyboard • Mouse • Dual Footswitch • Dual 6 Wire Jackboxes • Headset (One per Symphony console) • Symphony to CAD API License Redundant Console Routers Two Synchronized Display Clocks Police Department • 16 Symphony Consoles (2 Supervisor, 14 Standard) with: • Symphony Premiere Software Bundle Remote Baton Software R AES and DES Encryption • Conventional Controls • Paging Capability Nano Speakers • Gooseneck Microphone • 21.5" High Def Monitor • Keyboard • Mouse Attachment 1—Statement of Work System Description Page 29 City of Miami, Florida Contract No. RFP 592382 (*aid Equip' molt • Dual Footswitch • Dual 6 Wire Jackboxes • Headset (One per Symphony console) • Symphony to CAD API License • Four VIP Consoles ■ Redundant Console Routers • Two Synchronized Display Clocks GSA Radio Support Room • VIP Console Software Application (Installed on Alarm Management PC) Figure 11. Symphony Dispatch Platform (SDP) Symphony Dispatch Platform The Symphony Dispatch Platform is highly configurable to match dispatcher needs. The Solid - State processor operates with the Windows operating system and is specially designed to accommodate the various interfaces used in today's dispatch operations. Standard PC accessories, such as keyboard, mouse and/or trackball, are used as part of the Symphony Attachment 1—Statement of Work System Description Page 30 City of Miami, Florida Contract No. RFP 592382 Dispatch Platform. In addition, the Symphony Dispatch Platform provides automatic gain control of various inputs and simplifies cabling between the Symphony and all possible peripheral options, including: • Speakers (114 - inch TRS jacks) for select and unselect audio • Microphones (gooseneck style provided) Headsets (6-wire jackbox, wireless, or USB) including over -the -head and earbud styles Foot switches Telephone interface via 4-wire audio and off -hook contact closure Call recorder (select, unselect, and telephone audio) External paging encoder Backup dispatch control station (6-wire jackbox/PTT via DB9 connector and single foot switch) 6 digital inputs 5 relay outputs Physical characteristics of the SDP include: • 19-inch rack, desktop, or under -desk mount options Channel cabling to provide strain relief for rear connectors • One rack unit (RU) size Audio isolation of 50 dB or greater between audio paths Other important features include: • Over -drive protection of all external analog inputs ▪ Buffering of external interface signal lines Opto-isolated I!O inputs Automatic gain control for mic/ ine inputs Microphone Microphone types that can be used with the console include a headset microphone, a desk microphone, and a boom or a gooseneck microphone. If several microphones are connected to the console (including a microphone within a connected headset), only one is open or active when a PTT action is performed at the console. The open microphone used during a console PTT is the connected microphone with the highest priority; all other connected microphones are muted. Attachment 1—Statement of Work System Description Page 31 City of Miami, Florida Contract No, RFP 592382 Foot Pedal A dual foot pedal is provided to allow hands -free transmit operation by pressing the foot pedal to initiate a PTT. A second pedal will be configured to disable CTCSS on conventional Headset Jack The headset jack accepts six -wire headsets for voice and PTT functionality. A second headset jack will be installed at each position to allow real-time monitoring by a trainer or supervisor. The same headset can be used to converse on the telephone via a Call Director interface. The headset can be connected through a hardwired connection or an encrypted cordless adapter; both have PTT capability. SelectfUnselect Speakers Two (2) high power speakers designed for voice are provided with the consoles, In a typical two -speaker configuration, one is designated the select speaker and the other unselect. The select speaker generates the audio from the selected communication module. The unselect speaker reproduces the sum of the audio from all the other modules. The console can accommodate up to eight speakers configured as a single select speaker and up to seven unselect speakers. These speakers have controls for volume, bass, and treble as well as an LED that informs the dispatcher when audio is present. This volume control supplements the volume control associated with individual communication modules. For unselected modules that share a common unselect speaker, changing the speaker's volume setting with the mechanical control changes the audio level of all the summed unselect audio. This is in contrast to module volume control where volume settings can be controlled on an individual module basis. The speaker LED is significant as it will alert the dispatcher when audio is present, even if the volume is low or in a high noise area. This also aids in identifying the active speaker in a multi -speaker configuration, Symphony CAD API Contractor provides the Symphony CAD API to support third -party Computer Aided Dispatch (CAD) application vendors integration of Contractor LMR network controls into the CAD user interface. The Symphony CAD API License includes a Software Development Kit (SDK), providing the CAD vendor the tools and methods to access and control information in the Contractor LMR system. The Symphony API is used by the CAD vendor to integrate control and status of the radio console into their CAD application, so that a single application (typically a single Graphical User interface, or GUI) is used for both CAD and radio functionality. Attachment 1—Statement of Work System Description Page 32 City of Miami, Florida Contract No. RFP 592382 Symphony Dispatch Console Flardvvare Specifications Specifiodon Dinciption General Operating Modes P25°P Trunking P25'P Digital Conventional OpenSky Conventional Analog EDACS'P Mixed operating modes supported Symphony Dispatch Platform Solid state hardware Customized for 2417 dispatch operation Microsoft Windows Based Dispatch Applications Supported C3 Maestro Dispatch Console Symphony Dispatch Console Display 21.5- Hat panel touchscreen provided Power Requirement SDP Power Consumption 85-264 VAC, 47-63 Hz 70W Physical Mounting Desktop, under desk, or rack mounted Typical Dimensions (HxWxD) in inches Symphony Dispatch Platform: 1 75 x 16.5 x 11.7 Keyboard: 2x20x9 Environmental Specifications Operating temperature: +32' F to +104' F Humidity up to 80% noncondensing RF Interference meets FCC Part 15 and EN55022 for Class A Equipment Electro-magnetic interference meets IEC 801 Parts 2, 3.4 for ESD, radiated RF immunity and powerline bursts External Interfaces Speakers 1 select and up to 7 unselect ( 1 select and 1 unselect provided ) Footswitch Up to two (one dual footswitch provided) Headset Up to two 6-wire jackbox (provided), or two USB connections (provided) Wired or wireless headsets supported (one wired headset provided with each Symphony console) Microphone Gooseneck microphone Displays Two Display Ports (up to four monitors, one provided) Network Two Gigabit Ethernet ports (provided) Attachment 1—Statement of Work System Description Page 33 City of Miami, Florida Contract No. RFP 592382 Logging Recorder Contractor will supply a new networked KOVANerint logging recorder. The new logging recorder system will record the radio traffic for the new P25 radio system and conventional channels with a furnished capacity of 38 IP talkpaths and 20 conventional channels. The City's existing KOVANerint logging recorder would continue to record 911 and administrative phone lines and individual console operator positions. Both the existing and the new KOVA/Verint recorders will operate under the existing KOVA/Verint management platform with user access via City furnished work stations. The new KOVANerint logging recorder system will be furnished as primary and redundant hybrid trunked/conventional radio recorders located at Miami Police Department. The system will include a Digital Power Monitor for visible and audible alarming, a Bravo 4051 Disc Publisher, TVSS Surge Protection for Telco Blocks, and a Spare Parts Kit. Figure 12. Logging Recorder Channels Trunked Talkpaths 38 IP Talkpaths Conventional Radio 20 Backup Power Systems Contractor will supply the following backup power systems to support the P25 Phase 2 System. Figure 13. Backup Power Systems Fire College 48V DC Power Plant with Rectifiers (1 Hour Run Time) inverter for VIDA Core Fire Station 9 48V DC Power Plant with Rectifiers (30 Minute Run Time Fire Station 11 48V DC Power Plant with Rectifiers (30 Minute Run Time County Admin Building 48V DC Power Plant with Rectifiers (30 Minute Run Time Fire Station 3 48V DC Power Plant with Rectifiers (30 Minute Run Time) Inverter for VIDA Core Webs Fargo . ■ • 48V DC Power Plant with Rectifiers (30 Minute Run Time) DC -DC Converters AC inverter Site on Wheels a 4 10KVA UPS (30 Min Run Time) Bypass Switch Fire College Dispatch 3i(VA UPS (30 Min Run Time) Attachment 1—Statement of Work System Description Page 34 City of Miami, Florida Contract No. RFP 592332 J • Bypass Switch Network Alarm and Control System Users need to view and monitor their radio network in real time, They also need to perform administrative tasks. Region network management and administrative applications and devices enable users to do their job. The following sections discuss the applications and devices that comprise network management and administration within the City of Miami's P25 Phase 2 System. Unified Administration System (UAS) The UAS is the centralized access point from which the network is administered. The UAS is a database that contains all system, agency, and user configuration information. A single administrative user or organization can oversee all network administration, or agencies or groups can be partitioned so they can manage (add/delete/modify) their own agency or groups within the UAS. From the UAS, an administrative user can create and allocate all of the resources and privileges that agencies will need to define their organizational talkgroup structure, configure user radios, and assign their privileges and capabilities. Also commonly known as fleet mapping, these functions refer to the process used by the radio system administrator to define regions, agencies, and talkgroups. The UAS (Figure 14) provides administrative access to the system in the form of one of the following: • Radio System Administration — security management, such as managing administration user accounts, establishing agencies within the system, and configuring voice group access for the system. Resource Pooling — establishing public and private domains of resources within the system, • Resource Allocation — assigning ranges, or subdomains, of resources from the established pools to a lower -level administrator. • Resource Provisioning — dynamically provisioning, within an administrator's domain, elements (e.g., radios, consoles) with attributes from the ranges of available previously allocated resources (e.g., changing the priority of a talkgroup and then provisioning it to each site). Administrator Access Each UAS user account is assigned a user name and password and then assigned to an administration class. The administration class is a table that defines the various privileges granted to a group or class of users. Attachment 1—Statement of Work System Description Page 35 City of Miami, Florida Contract No. RFP 592382 The UAS may be accessed from locations where the UAS server resides, or it may be accessed remotely via a PC client that resides anywhere on the radio network, such as a dispatch center. Network access requires an operating system log -in on a work station authorized to access the network. The radio network can be configured to allow only designated terminals access to NMS server -based data. Access to the UAS requires a secure web browser. Attachment 1—Statement of Work System Description Page 36 City of Miami, Florida Contract No. RFP 592382 Figure 14. UAS Log -in and Main Menu Screen The C-Vim:lions as the administration point within the ratho net i ork. It is accessible from any point within the radio .st stem 's IP network. r • Pr, :,:ode,xr. - Iq - 'L+o. - Nam So Unified Administration System • I•.r w,or Now..,., d'w Unified Administration System VelAMI-ttt54I 1 the UAS provides system administrators with a tool that has intuitive interfaces and integrity checking ability. Incorporating integrity checking across a large system with the use of intuitive interfaces is an important factor in reducing complex snapping tasks. Attachment 1—Statement of Work System Description Page 37 City of Miami, Florida Contract No. RFP 592382 System Administration The UAS has three levels of access —system, regional, and agency —which are known as administration classes. Assigning each administrative user to a class determines the administrator's access and capabilities, or privileges, within the UAS system. This process ensures that when users log into the UAS, they can perform only their authorized tasks and can modify only assets belonging to theft particular agency. This role -based security is very important in a multi -agency radio network so that each agency can operate autonomously with security, An explanation of this designed hierarchy follows. Figure 15. Administrative Levels Flexible' hie'rarclty permits agencies or indie•idnal jurisdictions (e.g.. multi -region stil'slc_nIs) to manage thcir01177 resources. 5,ste;n objects system Administrator Level • .Y:rorJon tih:nt; • it:' . ".� privileges • 'eale regions and gl s • charactenstici • .3,1ti woo and km--, Region Administrator Levet Agency Administrator Level • 4`- ;, ,: ri ::ref. u:Ff: ;MiI"r. 7.1T sll4^ ate t s ist:,y • :;.11- and prr The UAS supports a hierarchy of three administrative levels, each with its own set of privileges (Figure 15). These user privileges ensure that only users with the correct levels of authorization can access or modify the secure information in the system. The administrative levels follow: System Administrator Level — This is the highest level of privilege available, Administrative users can configure system parameters, such as the System IP, Wide Area Communication Network (WACN), and RF sites. This enables the proper distribution of user database information, the establishment of system priority levels and privileges, and the monitoring of database distribution status. The creation and definition of other administrator accounts and lower level privileges can take place. Also, this level provides a user with the ability to perform the following functions: Attachment 1—Statement of Work System Description Page 38 City of Miami, Florida Contract No. RFP 592382 • Create administration classes for UAS administrators • Create UAS administrator user accounts • Create regions and sites Create resource pools, including property, priority, and coverage classes • Regional Administrator Level -- This allows the user to create agencies and assign resource pools for agency administration. At the regional level, resources such as talkgroup IDs, user IDs, dispatch console IDs, and user privileges are created and allocated for use by specific agencies. ■ Agency Administrator Level — At this level, individual agency administrative users can use the allocated resources to provision agency talkgroups, user radios, and dispatch consoles for operation on the radio network. The users also can perform the following operations: • Create and manage talkgroups • Create and manage radio users • Configure Public Safety Answering Point (PSAP) interfaces for dispatch consoles, logging recorders, or CAD equipment • Create and manage subscriber (radio) units A fourth level can be created specifically for the purpose of dynamically regrouping talkgroups if required by operational practices. Dynamic regrouping allows the authorized UAS administrators to reassign radio users in various talkgroups to a predefined talkgroup, enabling them to communicate with an ad hoc collection of other users. The UAS provides administrative users with a tool that has intuitive interfaces and integrity checking ability, Duplicate or invalid entries are not allowed, and error messages provide administrative alerts. Administrative users can assign other administrators Read/Write (RAN) or Read -Only (R/0) access. Administrators with RM/ access can download changes to the network based on their privileges, Administrators with R/O access can view configuration data, but they do not have permission to add, modify, or download data entries. Resource Pooling The UAS allows for the management of resource pool data to be split among agencies. The system administrator creates and defines pools of resources. (These pools are authorized subsets of agency numbers, talkgroups, talkgroup property classes, talkgroup priority classes, coverage classes, user IDs, and IP addresses made available to agency administrators.) From the pools, the regional administrators distribute resources among the agencies. They allocate Attachment 1—Statement of Work System Description Page 39 City of Miami, Florida Contract No. RFP 592382 groups or ranges of each resource to each agency. The agency administrators can then define how equipment within their areas of responsibility will be provisioned. In effect, resource pools can be thought of as a domain of information from which agency administrators draw to define profiles and personalities, and to assign user radios, interoperability gateways, and consoles. Attachment 1—Statement of Work System Description Page 40 City of Miami, Florida Contract No. RFP 592382 Resource Allocation Resource allocation refers to the task of assigning ranges, or subdomains, of resources from the established pools to a lower -level administrator. An example is allocating a range or ranges of IP addresses to a lower -level administrator who can then assign the addresses to network elements within their localized domain. Resource Provisioning Resource provisioning refers to the task of dynamically provisioning, within an agency administrator's domain, elements with attributes from the ranges of available previously allocated resources. An example is changing the priority of a talkgroup and then provisioning it to each site. Configuration The UAS is the master database for the configuration of users, their privileges, their organization, their security, and their capabilities. A primary function of the UAS is to provide a single tool for fleet mapping, the process used by administrators to define radio network regions, agencies, and talkgroups. Within the UAS, the system administrative user creates an agency, assigns one or more administrators to it, and defines its pools of resources. The agency administrative users then organize and configure their users, user radios, and consoles (Figure 16). Figure 16. Administrator User Privileges Screen Administrators set user privileges. security, and user capabilities within the Lr S. Syshrm Unified Administration System errimms A rides - thrgroup AiirrInl St011pn P' ti$5Wf C!.C51£ n.[r,tm Cb:3 RSA 'SSAr RSA: RSA4 - Nres? itC A_ mn User Syat l E'ropern?5 to.,e.aties ,Tara (.:average Reperts utlivis �:it.hLdl.Ly Ad nlnistr:stiot ? Adn'.In .!ass > RSA jt (< < 1 I > }? N Page t of 2 i7vtirn;:lsns Grp. .... 5.st!n 5,(stem R� 44J2:Regtcn2d R3 0003_Regi2n3 R5 00)5:3515 Rb 411,35::S515 g0q1:Re0gele-4001:ageecy1 RV: R5a5 00W;55-14-0005:15`:LA3enrs2 RS! Version 1)Heig 1'Amour •v; tr- , liken! The UAS consists of a database accessed via a secure, standard web browser log -in. Changes to the UAS database are pushed throughout the network to individual components, Attachment 1—Statement of Work System Description Page 41 City of Miami, Florida Contract No. RFP 592382 such as sites, consoles, and interoperability gateways. Changes are only necessary once they are in the UAS database and immediately distributed network -wide without additional user intervention. For example, a new talkgroup added by an agency administrator to the UAS is pushed throughout the network so that the talkgroup can be accessed on authorized sites, consoles, trunked logging recorders, or other elements of the network. Encryption Support The UAS also performs an important function for binding encryption keys to encrypted talkgroups. It allows special users, designated as crypto officers, to construct crypto-nets (collections of users that use a common encryption key). They then bind P25 Over -the -Air Rekeying (OTAR) encryption keys to the crypto-nets. The UAS provides the graphical user interface for the P25 Key Management Facility (KMF), which generates encrypted key sets and distributes them to every user (e.g., radio, console, logging recorder) in the crypto-nets. This key distribution is done securely via P25-standards-based OTAR messaging. Redundant UAS The UAS is configured as redundant on separate servers in the system to provide an additional layer of system security. While failure of the UAS does not affect system call processing, administrative changes cannot be made until restoration of the UAS. Therefore, a redundant configuration provides additional system reliability to the network. Regional Network Manager (RNM) The RNM provides users with powerful tools that facilitate effective network management in a graphical and visual format. It provides performance, event and fault monitoring, and reporting for the radio network through a collection of applications and administrative programs. The radio system manager can monitor the overall health of the Network Switching Server (NSS), view real-time diagnostics, monitor call activity, set system/network configuration parameters, and generate reports. Managed network objects continuously monitor their performance grade of service. Through active polling of the objects and receipt of autonomous trap information, the RNM keeps the network operators up to date with the latest status of the network. Aided with tools such as the Network Viewer, Object List, Fault Browser, Notification Manager, History Browser, and Real -Time Viewer, an RNM user can carry out the task of network management much more efficiently. Network Viewer The RNM provides Network and Real -Time Viewers to monitor utilization, performance, status, health, and fault -alarm information of all system components including, but not limited to, network servers, networking devices, base stations, and other system infrastructure. RNM Network Viewers (Figure 17) provide status information for the top level of the network objects in the Hierarchical View panel. The Hierarchical View provides information about lower Attachment 1-Statement of Work System Description Page 42 City of Miami, Florida Contract No. RFP 592382 level objects by clicking the object of interest. The view presents a network topology map with fault status for each object within the Children View. Network Viewers provide information about changes in fault status in the Fault Panel. Figure 17. Network Viewer The Network Viewer provides' real-time srutUs, health, and,fault alarm infiir•rnution,for the T 7DA n e h t'ork. Rioro .l Network N.,,. �.. -' — r Network Viewer ` • Menu Toolbar • Toots Toolbar • c A Hierarchy Tree FauI!3 Panel s. Substate Mask Bar Children View Area The RNM topology map shows the managed objects registered on the radio network (e.g., base stations, routers). A graphical hierarchy displays the relationship between objects. Color coding shows the current status of each object. The color changes when the state of the object changes. Different display modes enable the operator to visually scan the list of managed objects. The user can quickly determine which objects have problems and then identify the types of problems being experienced. The Network Viewer visually and audibly alerts the operator of performance degradation, traffic congestion, or bottlenecks in the system. This allows the operator to proactively react to degradation trends by initiating corrective actions. Visual and Audible Notification The RNM uses both status palling and Simple Network Management Protocol (SNMP) trap monitoring to determine the state of network objects. Whenever a state change occurs, it is promptly reported on the Network Viewer display. The Network Viewer provides visual and audible notification mechanisms that alert administrators whenever the status of an object is no longer normal. This action enables the user to quickly locate that object on the display. It will also identify the fault condition. Attachment i—Statement of Work System Description Page 43 City of Miami, Florida Contract No, RFP 592382 Visual notification is accomplished by changing the appearance of object icons: audible notification is accomplished by playing a sound. The system also supports certain types of alert e-mails, text messages, and paging capability. Multi -Region Systems with a CNM The CNM is a single viewing point for the status and performance of devices in the network. It collects network wide information from the individual RNMs into one consolidated view. The CNM is only required in systems with multiple regions, each with an RNM. The Network Viewer can provide alerts, visually and audibly, whenever receiving a new event from a map object. For a CNM, a new event can only mean a state change. User Settings The Network Viewer automatically saves current settings when the application window is closed. It restores them the next time the application window is opened. These settings include: • Visual and audible notification modes ( enabled or disabled), notification sound (computer bell or sound file name), and interval ■ Notification settings ▪ Substate mask Current display mode, as well as sorting order of objects in list and detail display modes • Position and dimensions of the Network Viewer window and the dimensions of the Hierarchical and Children Views In the RNM, the settings include: w Faults display mode (enabled or disabled) ■ Sorting order of the fault list • Size of the Fault Panel Object List The Object List provides a scrollable list of ail managed objects in the currently active map. (Objects are any piece of equipment managed by the RNM; they may be Contractor -supplied or other equipment.) This list presents each object's relevant status and Substate information, Administrators can easily review the list since a colored icon immediately identifies each object's current state and whether it requires attention. A set of Object List utilities controls and accesses the objects in the map. A powerful feature is the ability to apply many different types of filters and masks to objects in the map (Figure 18). Administrators can then quickly focus attention on select objects of interest. Attachment 1—Statement of Work System Description Page 44 City of Miami, Florida Contract No. RFP 592382 Figure 18. Object List Screen This scrolled* list of objects uses colored icons that allow arlruuristr cttors to'bens on ibose elements requiring attention. S { ,e—:eclat f f .......E Maim a a..r Regional Network Manager •fib y* 111C,4=.444. iasa. '44.445 45Cm.3'. Aire W.a.:7 1y! ,4.1. ,7, x4Rainq w 101.14 , . T I Gwamit I } 1,v - R....L. %lxv. , LW. Fitt. .14. 1.44 `iN! Wn. roue' OW J., . L. M:re 113,11 .441 .m. ,r Mers.a. .Y ri 4e44,.. a Wet. A 1... Neal Or KM ,e,,,tlC3-,'tf3 .ate Mq.0.Y u.. Omina fti41,5e11 L.. vn « VW MI 'K.av .rr 4x.- Jr -Ow ` , vr. ...s tir.v ..Y 0—, •,t 3Y iLE .t .. tic.: rorc Object List filtering (Figure 19) and masking can be used in a map to: • Find objects in standby mode • Find base stations that are reachable but have a major fault Find unreachable base stations Find sites that are experiencing busy call traffic Attachment 1—Statement of Work System Description Page 45 City of Miami: Florida Contract No. RFP 592382 Figure 19. Set Filters Window The Set Filters Window enables administrator., to.focus on objects of interest. • atfl Yu! ,ul F+at.lase z<a s.1�aw, +es Tab• Lt .14.1 Seed, vioo-sLt. 14,E Jnd.e o.: nwla.`i.Ot* C..Kai tzyawl Fault Browser The Fault Browser (Figure 20) displays fault and status information sent by the managed objects in time -sorted format. Applying filters based on object class, object name, arrival time, or substate seventy adjusts the number of displayed faults. The Fault Browser also provides recommendations for service restoration and fault recovery to assist the operator in handling the incoming alarms. Attachment 1—Statement of Work System Description Page 46 City of Miami, Florida Contract No. RFP 592382 Figure 20. Fault Browser Screen 17,is .screen reports faults in scrollable. time -sorted order. IfIC41?1715 y.)1 a M is .0 xe ! Sou ]12012 14 23 t2. 0r: ITT <! xtr� y, • ieG 7U Zy12, 51"5912 Vt. -6,1116 w.o. J Regional Network Manager � . ! .,. t_. Nrre t,.11.--aa !RX1181.'.cat a1 erx-n ary ,7¢11Y,Y,14bv Cmacae aCT rT(,t6t2LCUt p �.y1.tt+. 401 Ypl litWOC`ut.t, 1:44 ek ,704,6,4rmts NtwetSe tr7 ?CM r7EYa:9khthp Constte 2001 r7f£42M141.10 ..»s.ip a 4'131£0v.4 t+rteal++�Nr P,pma :Z..4.t..r, : ix.t Way J : aa' 1 �+eiera d 4 x-4er ............... 10, 144a 5�•Y' r 2.s TNra.¢ .w,?S.WP `..ut`Av.x, aye XtaR ccrfte:c n 6p9 .t t. . RC, norms web 254�'01 teyerdS Sue.-7gam. ndP are.* sxf rastn.17 001 ge:,: . !f 1,4 7 2.7 wo*.n1 &at P54P +92!;w;-uvts °..WS•Trp1Yr 04AP 1n4 serRgxma<;0 Or4 '.L`, *vs 1,1 ' 1 1 9 a.vfloJ .r1+P`S.P SO, Iwic !ft9 <tiR'�f4•CY 5':'1P p0!C CAr'4�r2Y:R I? iK! ittt;-rer 10 ! B 1, 1 axrrrg + PUP 43!»rimers 3 WP cadgra.Weas CS M, 16':: 1.1.1-wnv'9 .ri PUP `.016eJcr aS4t-• gerx..'S+P icrw ;f:l, r'0 =.1.1 12 t -w^wJ nkh PS..0 k' 9eF -Y 'Nit+:s. ,SAP pm; itoriv.eatem Al Each Fault Browser alarm message includes the fault's severity, the notification date and time, the object name (source), and the fault's textual description (message). The highlighted colors (Figure 21) allow for easy recognition of the fault's system impact and severity. Figure 21. Fault Browser Severities .-f COl(rrt_t'(lscheme allows administrators to easily see and respond accordingly. to .system faults. Informational Object operation is unaffected (for notification purposes only). Minor Object operation is slightly impacted by minor fault. Object operation is substantially impacted by major fault. C,n C?i Object operation is severely impacted by critical fault (needs immediate attention). Other Fault Browser features include: ■ Alarm Notification — sets audible notification when a new alarm occurs • Alarm Filtering — sets filters to limit the alarms that appear in the Fault Browser window Attachment 1—Statement of Work System Description Page 47 City of Miami, Florida Contract No. RFP 592382 • Help on Fault Browser Alarms — provides recommendations for service restoration and fault recovery Notification Manager Using the Notification Manager, the RNM enables the following: a A text message to be sent to individual e-mail accounts or alpha -numeric pagers • A numeric message to be sent to a numeric pager The text message includes specific fault information and the location of the affected equipment. Configuration of the alerting capability is done through the Notification Manager. Users may allow or restrict notifications based on criteria that they select. Based on permissions, access can also be restricted as to which faults are sent to certain users. Figure 22 shows a list of all configured notification entries. The Notification Manager permits adding of multiple notification entries. This allows routing of different fault conditions to different alerting mechanisms and/or sending of multiple alerts for the same fault conditions. Figure 22. Example of Notification Entry for the RNM +L1 = :-C_,,11 f195 not a1,C.,:.:*2 7."+.Q J, Y:': 17 0'17 I_7c.: P.a9er 30E-11.7,0 y,h:. ..,ns mot R17..-2 SOP 1.7,6 :.': 1617 L'..1 ErnsR History Browser The History Browser provides a historic view of a managed object's operating status in hourly, daily, or weekly formats. It allows the user to: • Identify system bottlenecks and hidden defects • Derive trend analysis information on specific operating characteristics Cross -compare objects to study network load distribution • Determine an object's mean time between failures Using the History Browser There are three types of history available — state, fault and performance. State and fault histories are available for all objects. Performance histories are only available for objects that log performance attributes such as base stations. Attachment 1—Statement of Work System Description Page 48 City of MiamiFlorida Contract No. RFP 592382 Overall state levels in the State history Window (Figure 23) are indicated by the "worst color' occurring during the time period selected. Figure 23. Typical State History Window /�1ltR/S Regional Network Manager ,060 1 +...:01 ,ti. -a... hod riaze a11►'. 'bW`y�: .... •rLve.+ave :F O3O2. f1,-.4109 Asr 14 .912 .9.'Su3.tW9Qfair ari Substates vs Time 00.46 (� as+ac :/ram .tc. ac r�:+aa :. .-: ss�c 51+X (4 ,..r Haw fJ 2,0I7. 09: 51: 00 FaAb.- 13 J0 09-54 00 owrow The Fault History (Figure 24) window displays any faults that occurred during the selected period. If no faults have occurred, the window will be empty. The Fault History window shows the severity (using a color bar), the time and date, and the error message associated with each fault that occurred for the object during the selected period. Attachment 1—Statement of Work System Description Page 49 • B lit' • 34144.114 ,41L*214. er. City of Miami, Florida Contract No. RFP 592382 Figure 24. Example of a Fault History Window Regional Network Manager :41*-1-12,1•444t,i5f Arm. 4.14.4.4 44***** 4 :1 Tnaftmen* 12 XV- le )4 sfirp, iisiory List ply laStal 1,4*,, 1444 11 -M12. 10r:4.M "es 144; 14 201:. 10:54::4 • rfo **** 194 11 13317 .31.3• 13.1114, 43* 1'32 ALlipa 444,444 31.31, 111•13. 103* 1413,e4 40 01,444.1 4*, I i*V41 • ,*4.4 434 4S.A, Mee :0,2 11 54-!4441 • • SO Attachment 1-Statement of Work System Description Page 50 City of Miami, Flandda Contract No. RFP 592382 Performance History (Figure 25) is further subdivided into three categories: Performance Summary, Comparison, and Attributes. The Performance Summary shows the units associated with each attribute, and corresponding average, standard deviation, and the minimum and maximum values for the period selected on the History Browser window. The Performance Comparison window lists the units associated with the selected attribute and their average, standard deviation, and minimum and maximum values during the period selected on the History Browser window. To display a comparison of other performance attributes for the selected object and its associated objects, you can access them from the Attributes drop -down menu without having to go back to the History Browser. Figure 25. Performance History Window Available from the RNM Regional Network Manager _lig.. 40.us .. ,�.�� 3sm.%. -Manua �a+a 11+.I 9 11111 4.311169, Si .111.1 u.0 "a FY. 3l i_ 11. A. `. N.."., Aryl ' . _[ 1 .w.v2p e.sa-,=ay_n ga..a3 , C, 1151 _tr3sM_2SNLwN .flMl 1 1 3 5 m .q, ./.I.4 W*Q11l4Y 1.4-5,41wx.'a,.W12110fE '0.a.i.2Tl}''+.1le.Yl6 i.Mtil.+ai,iANa Attachment 1—Statement of Work System description Page 51 City of Miami, Florida Contract No. RFP 592382 Figure 26. Set Filters t: ers sc'rtt'lltvs to focus on specific object classes and state levels of irr(L rr'st. Sell Fier s<,s_t.t.2ek1 nets c^nq` nn:t S1l1_ 14 f"?'.1F1i_ AMP( Real -Time Viewer The Real -Time Viewer (Figure 27) is a powerful tool that provides a live view of voice and data system operation. Detailed performance measurements and the operational status of those managed objects are accessible in real time. The RNM provides real-time call information in a number of formats. An example (Figure 27) is the real-time RNM viewer, depicting current call activity. Attachment 1—Statement of Work System Description Page 52 City of Ittliarni, Florida Contract No. RFP 592382 Figure 27. Example of Real -Time Viewer This enables monitoring rlf current call activity in real time. VdIC Group Call Detail 3 Rnal-1 rste P!avtatk " ille • Latest update: Son 20 011 'E E5 ES. €JTC.T TaMyrwrp: 1.M2 Vel_1 Q12 Type.: Groin +ang Tarmac -Wing: Net ati+next Viceoder: AMEE24C0 Stale T.ycer swot,- PtIyyaTral Emergerte r ® ID: ClalDuration: 0 0i 47 Sires: 7.4 i 41 Stets: 2N;arg Type: Sew Dienllen: 0 CD 00 PS.SPe: i<i 71 History: I I #f L i l r i I I LLD Spurts: =i3 Regions::; t r T1 Packets: ?9930 AOC*: l212) Ste State • tiSsse •:yen Craaa_ri : sem Owe) KEE-Cseeire.. P2E_4 C No "twee'. iE3 e • Caw, Fys,' snag., r7CeT;dusr6 rung r7gFssx7C7ut oa 2 14a" 3 :,700.4 2C:u2',ro 2Har r,t4. sgyw ! State ViNIGP RrSt7Lt _ • Cane .111.11I I11ll1111 [BS Name T:Nennel+ "T'1 TDawcet ?term C.. wi r7Csfltj11i ' 7CCa2C@1112. o RNM Reports The RNM supports the creation of query -based reports and system reports, including: • Utilization of each NSS and radio site in the system • Call blocking and queue size at each radio site in the system • Downtime by location for the entire system, subsystem, and each managed object in the system • Downtime by specific equipment item for the entire system, subsystem, and each managed object in the system ▪ Detailed listings of all initiated alarms or object status changes • Alarm resolution details (via the Fault Browser program) Attachment 1—Statement of Work System Description Page 53 City of Miami, Florida Contract No. RFP 592382 Redundant RNM The RNM is configured as redundant in the system to provide an additional layer of system security. While failure of the RNM does not affect system operation, a redundant RNM ensures that network management functionality continues. A redundant configuration provides additional system reliability to the network, Network Sentry The Network Sentry allows users to create a flexible work environment tailored to help improve efficiency and productivity. The Network Sentry remote alarm and control unit fault -monitoring services take input from site -alarm sensors, RF power sensors, digital input/output (I/O), and channel test services. The Network Sentry presents alarms to the RNM or other external management systems via SNMP. It identifies in detail the location, severity, and status of faults, alarms, and component failures, The Network Sentry has an array of digital 10s. These can be configured to indicate faults in devices, such as tower beacons, doors, temperature alarms, etc., that require remote controlling and monitoring. Sent through the network to the RNM, this information allows users to make quick, informed decisions to meet their needs and to adapt as those needs change. Regional Site Manager (RSM) The RSM is a suite of applications which run on the VIDA Application Server for VIDA Premier Systems. These applications include the Site Management Services (SMS), Device Manager and Activity Warehouse. The SMS provides an interface for the P25 system between the UAS and the Site Management Interface software, which resides on the Network Sentry at the RF sites. The SMS is responsible for distributing the large database of talkgroups and individual user information from the UAS to the RF sites. It consolidates site alarms and call activity to report site faults and alarms to the RNM. The RSM also includes two system management applications, the Activity Warehouse and the Device Manager. The RSM applications make use of a Storage Array Network (SAN) to store and protect all configuration and activity data. Attachment 1—Statement of Work System Description Page 54 City of Miami, Florida Contract No. RFP 592382 Regional Site Manager Professional (RSMPro) The RSMPro is a suite of applications which run on the Regional Management Server for VIDA Enterprise systems and on the VIDA Application Server for VIDA Premier Systems. These applications include the Site Management Services (SMS), Device Manager and Activity Warehouse. The SMS provides an interface for the P25 system between the UAS and the Site Management Interface software, which resides on the Network Sentry at the RF sites, The SMS is responsible for distributing the large database of talkgroups and individual user information from the UAS to the RF sites. It consolidates site alarms and call activity to report site faults and alarms to the RNM. The RSMPro also includes two system management applications, the Activity Warehouse and the Device Manager. The RSMPro applications make use of a Storage Array Network (SAN) to store and protect all configuration and activity data. The RSMPro supports an encrypted database for all the data stored on the SAN. Additionally, the RSMPro applications support redundancy configurations, whether collocated or geographically separated. Activity Warehouse The Activity Warehouse is a report -generating program used to monitor various aspects of a radio network that comes standard with the RSM Pro. It uses network -accessible web pages for initiating and delivering reports. These reports are based on IP call activity related to RF sites, consoles, gateways, and other devices on the radio network. The Activity Warehouse performs data searches on call -logging data created and stored by network components. It can search the parameters stored within this data and report them in textual, table, and graphical formats. This program automatically stores call detail history. Administrators can create user accounts that allow users to generate reports from the data. The call information data facilitate creation of several system reports, including: • Number of inbound and outbound calls (Call Activity Report) • Percentage of uptime (System Channel Uptime Report) • Message traffic by agency (User Agency Report) • Message traffic by transaction type (Call Activity with Events Report) ■ Network bandwidth utilization (RNM Network Utilization Report) The Activity Warehouse allows system administrators to track system usage by device and by user. It also tracks the number of talkgroup calls and the number of transmitted messages. Attachment 1—Statement of Work System Description Page 55 City of Miami, Florida Contract No. RFP 592382 The database logs radio user transactions (e.g., communications) and all supplemental information or unit status changes. Authorized users can remotely generate reports and charts for call activity and related events. This remote access is allowed only through a password -protected log -in to a secure web browser. Users may access the Activity Warehouse from any PC connected to the radio network via Internet Explorer, Call Transaction Logging Parameters The Activity Warehouse records all call information with date and time stamps, source and destination unit/userltalkgroup IDs, and transaction type (i.e., group call, individual call, emergency call, data call). Unique unit IDs identify all network devices, including consoles and interoperability gateways. The Activity Warehouse call information provides a number of system -use management statistics, including: i Number of inbound and outbound calls (Call Activity Report) • Percentage of uptime (System Channel Uptime Report) Message traffic by agency (User Agency Report) ■ Message traffic by transaction type (Call Activity with Events Report) Network bandwidth utilization (RNM Network Utilization Report) Device Manager One of the major challenges faced by users tasked with maintaining a radio system is the wide variety of device interfaces and behaviors they must address an a daily basis. The Device Manager addresses this challenge through tool unification and the promotion of consistent application behaviors across devices. The Device Manager is a Windows -based application that facilitates the loading of code updates and personalities to many infrastructure devices throughout the network. it simplifies configuration management in the system. The application also provides consistency by using Windows menus and controls for all devices. The Device Manager provides centralized management and control for configuration management activities, such as updating device software and configurations across the network. Operational Features The Device Manager provides an easy -to -use, common method of programming disparate device types. These key features include: 10 Easy -to -learn device actions that allow users to quickly become accustomed to a wide variety of devices Attachment 1—Statement of Work System Description Page 56 City of Miami, Florida Contract No. RFP 592382 ■ Graphical user interfaces that include an integrated, context -sensitive help system with coverage of general and device -specific topics • Device personality and connection management ■ Multiple concurrent device programming ■ Ability to plan, build, schedule, execute, and monitor batch -style job packages to simplify programming tasks Network or Local Modes The Device Manager is typically a central configuration management tool but can be operated in either a network mode or a local mode. In network mode, the software resides on the RSMJRSM Pro or CSM. Software and personalities can be managed over the network to remote devices. In local mode, the software is loaded onto a laptop and can be used to interface directly to a device through Ethernet or serial interfaces. Intuitive and Easy -to -Learn Device Actions Interface Users need to understand only five fundamental device actions —Load Code, Read Personality, Read Version, Reset, and Write Personality —before using the Device Manager to perform a range of valuable configuration management activities on many different devices. The Device Manager provides support for additional devices. Users can easily draw upon their past experiences with previous devices, reducing the amount of time required to become proficient with new ones. Graphical User Interfaces The Device Manager's primary user interface is the Device Management Console (DIVIC) (Figure 28), A secondary interface of the Device Manager is the Task Manager application. Together the two applications provide access to a wide array of features and functions that facilitate configuration management activities, Attachment 1—Statement of Work System Description Page 57 City of Miami, Florida Contract No. RFP 592382 Figure 28. Device Management Console This is wi L tSV-In-USi' interface. 41 pedal Monagessent Console 9, tet ACIXes Toot Virdiro Mdo y.L- - - `ems B.iE39 = s i nh.r.. .rn- .,n, rz'r.,. 8eadrar -.P :dr7t2e 10. I23.3 i.253 .vn :Loge 9,12141COM P ,tows 10 i 2a_ 31.253 4Trees rate _ ` C:vrrN me n-� i•r'rn G425 ',Er..., -nn 6425 uvvy Seeing [COW Sn1111V. A!C.a��.allerect,o Ptarn EP 'uamss 10, 129.283wy Palo 8 µet;s PaIP .�lasss. 10. 1211.28 40 Fegi'- srE arr;,s !A rP :ae 10_ 128 0.10 Peen Steers velic A -.v&ets 10.129 0 10 Te-m-. Stnt' /!,,_Pcr. 11808 Teenr v 51 r]s 'r'IK Fen 11808 Tone � = 3er: Ct. P . `rass 199 31.106,100 Terse ' Serxe ;P ?onneee 199.81. 108.100 ags .Par Ma ' User Date 'A:1,e ;!tonne NICC44 Sethr-s 112,14dcest 7F +rrs-cs '.t3+as :i -ct ra •TrYri�f ieta 10 rRIDY 0ntodceme tP Address a x EIdFnest.,4-ma V.E 'nU11441 The DMC provides a single interface to configure and manage the devices that exist in the radio system. The DMC features include: Repository — This serves as a data store. It contains device knowledge, such as the supported device types, as well as the personalities, connections, and actions supported by each device type. The DMC uses the Repository to automate the saving of personalities and device connection information. The user retains the option of opening and saving personalities by using the file system. • Device Personality Management — With the DMC, the user can create, edit, view, and print multiple personalities at a time. The user can save the personalities in the Repository by using the DMC or save them to the file system. By providing a list of known code versions per device personality category, the DMC greatly facilitates the creation of personalities for specific versions of device code. It also supports upgrading device personalities from one version to a newer version. Device Connection Management — The user may create, edit, and delete connections to help maintain a list of frequently accessed devices. The DMC supports RS-232, RS- 485, and IPv4 network connections. The DMC stores these connections in the Repository. Attachment 1—Statement of Work System Description Page 58 City of Miami, Florida Contract No. RFP 592382 ■ Device Actions - The user may perform an action on one device by specifying a connection and any additional information required to initiate the action. The DMC- supported actions are automatically limited by the type of connection made to a device and are easy for users to learn and master: Load Code, Read Personality, Read Version, Reset, and Write Personality. • Context -Sensitive Help System with Device -Specific Coverage - The DMC provides an integrated, context -sensitive help system to assist the user with the application when necessary. The user can browse both general DMC help topics, as well as per - device -type topics. These topics provide device -focused caveat information and can be consulted for device -specific explanations of personality parameters and their intended usage. Figure 29. Task Manager User Interface This inter.Jiret' allows device actions to be ptaybri?tc'd simultaneously on rntrUura ous items. C-eric risen BSaveJoh - Peckages %emitted Jae ?se4age A, Ora -Kee down Into sub•tsa41 per devlcs4 Lopping We rat loon caii eared as "rase trt view rn,ns ar'd Jab Pl:auex a.n rtre atad 5 Morris Task Manager Fie E. :one¢ yew Jag'st Cymru Map 1 • a a 10 X :eut c: .tea Iv W-sew .TTye •-! -,. hC hriArtks. a.V. rrlrc• • ♦ .atoms • w • hest a s. ithou Pend 'films', :"ri} at AN4'. • - (CF=J . . _and^ -!ad eye d Sun x•aR'� [erxro• Mau a j-JrSNr : Cores ee • wetei+raesn.3av Etirt,nl Jets '.' i"wrapblrl r r' - 'k�>.'s t rar*ztared a« xhsal0)ohSs} Neer real -tint pro Jrugi _. nidiati�re a9 a7a rv0 eeteet i wRs? ?aekaiJ^s steetite C�nl t.-scilu nei nu prey dee duicli Jeb_04 nog a-.aq Derr'_>� fete:Tme icbriar* 7sekTlarra Her llf :Olo tt-aaT1el; 4y1ob*Nte SW 1 e±47, s r. :SS . j 1*14x_r• AL.t... 1 - Stews bar provides basic feet:aide The Task Manager (Figure 29) is a user interface that complements the functionality present in the DMC. The Task Manager's main purpose is to extend functionality by allowing device actions to be performed simultaneously on multiple devices. It provides a single user interface specifically tailored to create and perform batch -style configuration activities. 1 The features included in the Task Manager include: • Ability to leverage Repository information from the DMC - Device types, personalities, and device connections already defined by the DMC are readily available for reuse in Attachment 1-Statement of Work System Description Page 59 City of Miami, Florida Contract No. RFP 592382 the Task Manager. The ability to reuse such information facilitates the definition of batch -style configuration activities (known as job packages) in the Task Manager. Job Package Management — The user may create and edit job packages. They contain all the necessary information to perform a certain device action against a group of devices of the same type. Users can plan and predefine job packages in advance, and then share the job packages with other users as needed. Job packages are saved to the file system. Job Package Scheduling, Execution, and Monitoring — After creating and editing job packages, users can submit them for execution in a controlled manner, with the option to either manually start jobs or to post-date jobs for automatic future execution. As a job package runs, users can observe the progress of configuration activities in near real-time as the packages are executed on a group of devices. Log information normally collected by the DMC for single devices is available via the Task Manager for the entire job and for each device within the job. Device Actions on Multiple Devices — The user may perform a single action on one or more devices of the same type by specifying connections and any additional information required for initiating the action. The actions supported by the Task Manager are automatically limited by the types of connections made to a group of devices. They are the same easy -to -learn actions found in the DMC: Load Code, Read Personality, Read Version, Reset, and Write Personality. ■ Context -Sensitive Help — The Task Manager provides an integrated, context -sensitive help system to assist the user with the application when necessary. Security via Licensing Both the DMC and the Task Manager require users to have an appropriate license to communicate with devices. Without a license, they may create, edit, and view personalities in the DMC, and create, edit, and submit job packages in the Task Manager. However, users may not perform a device action (e.g., Read Version, Load Code) using either the DMC or the Task Manager (by starting a job), unless they have a license for the target device. Licensing for both the DMC and the Task Manager applications are activated via a menu in the DMC. Operating Requirements The Device Manager is built on a client -server architecture using open industry standard software products, practices, and protocols. It runs on Windows XP, Windows Vista, Windows Server 2008, and Windows 7. Management Server Specifications The management server supports regional management applications including the UAS, RNM, RSM, AW, and Device Manager. Management of System Privileges Department/Organizational System Partitioning Attachment 1-Statement of Work System Description Page 60 City of Miami, Florida Contract No, RFP 592382 The NMS can be partitioned into departmental or organizational function subnetworks. The system administrator specifically allocates certain features to certain users. Within the RNM, administrators can create user accounts that have various levels of privileges, including the ability to manage network objects or the ability to access network maps (Le., network hierarchy), real-time viewers, or configuration data. The RSMPro/Activity Warehouse administrators can create user accounts that allow users to generate reports from the data. With both the UAS and the Device Manager, these administrators can create user accounts to enable specific client programming and verification of device configuration. With partitioned access, agency administrators can be authorized to monitor or change only those devices (e,g., agency consoles) that belong to their agency. Client Access The NMS provides remote access capabilities and requires a secure log -in, User accounts can be assigned multiple levels of hierarchies so that agency or regional administrators are only allowed to modify equipment appropriate for their agency. The NMS supports full functional access for IP-based network terminals. A secure web browser connection utilizing password -protected accounts provides access to the UAS and Activity Warehouse. Contractor -supplied client software that runs on an industry -standard Windows PC provides access to the Device Manager and the RNM. Any of the NMS applications can be accessed over encrypted connections, such as a Virtual Private Network (VPN) from remote networks, Authorized individuals can generate reports remotely. This capability incorporates secure firewails to enable access to the radio network from outside. Generating remote reports does not put original data at risk or reveal data to which the authorized individual has no rights. Assigning/Restricting Access The system administrator can create restricted -access RNM and UAS accounts to allow maintenance personnel to verify configuration and status. In the RNM, the security manager provides choices for restricted access to system maps, viewers, and reporting functionality. With this restricted access, administrative personnel can see the real-time viewers and generate reports but will not be able to make configuration changes to the system maps or other NMS data. In the UAS, R/O access can be provided to selected users/administrators. Database Storage and Backup Database Storage In most cases, systems can store as much as ten or more years of activity data. The amount of storage capability is a function of server capacity, database size, and radio system activity. In the event the server approaches disc capacity, hard drives can simply be pulled out and new ones installed. Attachment 1—Statement of Work System Description Page 61 City of Miami. Florida Contract No. RFP 592382 Database Backup The backup of the database for any servers on the radio network (including UAS, RNM, and RSM) may be done manually or through an automatic backup/recovery appliance. Automatic Backup/Recovery with Unitrends Backup of database information may be performed through the use of a Unitrends Recovery Data Protection Appliance. This appliance is supplied with an integrated data protection software suite. It consists of the Rapid Recovery Console with Bare Metal, file, exchange, and data protection capabilities, as well as advanced compression and AES 256-bit encryption. The frequency with which automatic backups are performed is configurable. The application may be installed in a customer -designated location if located on the radio systems IP network. Network Management System (NMS) Functioning as a Manager of Managers (MoM) The NMS provides complete monitoring and control capabilities for the equipment supplied by Contractor. This integrated management system provides a single monitoring point for the NMS and other systems. The NMS and associated management terminals contain all the necessary hardware and software required to provide real-time system monitoring of the VI DA network; to report system diagnostics; to permit system control; to enable system logging; and to generate analytical reports. The proposed NMS will use SNMP to manage the alerts/status from these subsystems. Component systems report their status via SNMP to the NMS, which in turn alerts system managers to fault conditions. Using NMS graphical capabilities to "drill down" will launch the native NMS viewer far additional information and administrative functions. Subscriber Management Applications Radio Personality Manager (RPM) The RPM allows users to program radios for use on P25 Trunked, P25 conventional, EDACS, and analog conventional systems. The Windows -based application allows users to manage a fleet of radios easily and effectively, This application resides on a standard Windows -based PC and generates the personalities and profiles. It allows RPM users to create, read, modify, and write personalities to user radios. The RPM provides increased flexibility and fills growing requirements for radio fleet management and system security. Figure 30 shows the RPM System Setup Menu. It provides one common interface for Contractor radios for consistency of appearance in operation, The application creates a familiar work environment that saves training time. The RPM provides administrators with the ability to customize the radios to suit the operational structure for users and agencies. Agencies or departments within the agencies typically share the same configuration for all users, keeping the number of separate RPM files manageable. A custom RPM file is created for each unique configuration of user equipment and can be shared. Attachment 1—Statement of Work System Description Page 62 City of Miami, Florida Contract No. RFP 592382 Figure 30. RPM System Setup Menu Thv RPII creates and sends user equipment personalities to the proposed user equipment in the network. System Sate sexes F7mee s iy 25. ri P_K eaitee . 3et Scope ,rumserl _et i z.! :Lxsl Grate Sa TRAi:INiNG ILc3F CAL Pharr. Cal Set I J I-- Irs'„ '-sl set ' F2E1 ALL t* ;),ar'CEN 3.el 'P.HGIC EN ltiX L Car, Enmity System Pmale err. Twat j.�E3 Sys _rs See 7(5 — lad Fey Ian I` _al',ey Nan it, J:.e+ +e. !Aar • em ice,, P•rtySOens WAHetwierms ,L'- .cP i'nrked Sets taus* St4a IDEri Lr*. Lage r Ete 1 Men PPumeg Freed Pre SSW Cyreerst PmSal Ertwe.ed eeeni =ks't Cate FnAesseel Ifs i• iyven L C U RF33pD Sae seeutt Xot E Nene PMMi Law �! F?:EUC i'F,7772t2 :{¢to Pegs9r#ian _. J'Y ;.tm). ire r4vea r aysesr 2.t m�r� rimer �... Nome 0 W3 Neiwsk 'JFP OrdJE i11j�'�s ReP4 l.Yl°.:c3i Mee Cetms aem Cue r ems, =,um _'r+s ;r r :C 'x r VD).7 C .mtr r TiaEtA Cas .e- — FMer .ss, . g Semi Titt .darts r u.eer• X:s.F;eR iJ krceG F.i.,0 r r Kisibildt Cn .k r. rr TX r r c,c i _e1 -- I The RPM provides the following benefits: • Ease of Use — The Windows graphical user interface with menus, toolbars, icons, and accelerator keys accomplishes this. • Flexibility — Personalities are created across all radio modes of operation, including analog conventional, P25 trunked, P25 conventional, and EDACS systems. • Accessibility — Configuration of user frequency sets, group sets, and call sets allows for easy access from different systems. • Power — This is used for OTAP functionality. • Customization — The options menu allows customization of soft/hard keys, emergency functionalities, display, lighting, sounds, etc. Figure 31 is an example of how a radio keypad can be customized with a specific function. • Security — Activation is required for security purposes. The RPM can only be activated by receiving a license key/message from Contractor software services. This licensing feature helps protect radio systems from the programming of unauthorized radios, Attachment 1--Statement of Work System Description Page 63 City of Miami, Florida Contract No, RFP 592382 Each copy of the RPM is tied to a specific PC/device. Stolen or bootleg copies of the RPM will not run. Figure 31. RPM Keypad Configuration The RPM allows each lie'v on the user equipment trr he customized with a spectfie %tlllc tlutl. Leahcta•w VTO;rave at.v.44,014 ;' Mr '-11 ' cefICfciii ..K. V..fi....V`,p'rre;:aY,, lrC.'Yts41Se -1 Pot table Red* KtTpotft r r. �rto'kV KqR ?woe* Rata%So caws R-weft 4ado 4rr+r+tera t. Camel ! Over -the -Air -Programming (OTAP) and ProFile Manager The logistics of locating and reprogramming radios can be very time consuming and labor intensive. Each change requires radio retrieval and physical connection to the radio for programming. In operating and maintaining a trunking system, the system administrator periodically must change the personality of field radios, Most changes are to group structure, special call lists, radio operating parameters, and changes/additions to the trunked system. As a Windows - based application for wireless OTAP of trunked radios, the ProFile Manager offers tremendous improvement in efficiency and flexibility by providing the capability to read and write P25°r radio personalities over the air. Overview Attachment 1—Statement of Work System Description Page 64 City of Miami, Florida Contract No. RFP 592382 The RPM creates, modifies, and stores radio personalities. The ProFile Manager operates as a data application on the P25p trunked system to deliver these personalities over the air to the target radios. The ProFile Manager is loaded on a PC and can be connected anywhere on the radio network. Its basic tasks are to: Access personality files and reduce them to packet -size blocks Place a sequence of data calls to send the entire personality file to the target radio Keep track of the sequencing and the resending of blocks after failed attempts • Display a status to the operator during and upon completion of the sending process Reprogramming Radios with OTAP To reprogram a radio(s), the system administrator selects a file created by the RPM and then selects its unit ID. ProFile then retrieves the desired personality file. It places a series of individual data calls and uses standard IP protocols to deliver the radio personalities to the assigned radios. The data packets are routed over the network to the appropriate P25 repeater site (where the target radio is registered) and then sent over the air to the radio as standard P25 data packets. The header of the first data call in the ProFile sequence notifies the radio that a ProFile session is starting. This special header prevents the radio from transferring the data to an attached data device. While the radio receives ProFile data packets, it is unavailable for incoming voice traffic and displays a unique status indicator to make radio users aware of the process. If radio users need to talk during this process, they can interrupt the programming simply by depressing the Push -to -Talk (PTT) button or declaring an emergency. In addition, a status indication showing the level of completion for the target radio is provided to the system administrator. The radio operator has the capability to refuse reprogramming. ProFile may also be disabled via the radio menu. If programming is refused, this information is communicated to the system administrator. With the completion of each data call, the radio checks for errors. If it finds no errors, the radio writes the data to its personality memory. Once a radio personality update successfully completes, the radio automatically resets itself, switches to the new personality, and returns to normal operation. At this time, the old personality is marked invalid and thus no longer usable by the radio. This action prevents the radio from returning to the old personality. If the personality transfer is interrupted or if reprogramming is unsuccessful, the ProFile Manager will abort the process and indicate to the system administrator that the Attachment 1—Statement of Work System Description Page 65 City of Miami, Florida Contract No. RFP 592382 reprogramming did not succeed. The radio continues to operate, using the existing programming settings. The ProFile Manager informs the programming operator of the status of each attempt to program radios. ProFile can set up the programming of radios one at a time, or the user can create batch files to program multiple radios. The ProFile Manager can be set to automatically retry programming if a radio is initially available (turned off or out of coverage). ProFile will collect for the operator statistics of successfully programmed radios as well as those which were not completed. Fire Station Control and Alerting Stations Contractor has included CS7000 radios for each of the Fire Stations that will replace the existing SmartNetTM Consolette Radios. These radios will connect to the existing WestNet First -In FSA equipment at the fire houses. The WestNet head end equipment located at Police Headquarters and Fire College must be configured/reprogrammed by the City to operate with DTMF tones over the P25 Phase 2 System. End User Field Equiprnent The following equipment models will be provided with the City of Miami's P25 Phase 2 System. Exact equipment model configurations are provided in the accompanying Equipment List. Specific accessories are priced as requested in the pricing pages. XL-200P The new XL-200P 800 MHz portable radio is the result of one of the most intense interview and research processes ever conducted with personnel whose lives daily rely upon critical communications. The result is the most advanced, easiest to use radio ever built, and the smallest LTE-capable radio on the market. Attachment 1—Statement of Work System Description Page 66 City of Miami, Florida Contract No. RFP 592382 Figure 32. XL-200P Attachment 1—Statement of Work System Description Page 67 City of Miami, Florida Contract No. RFP 592382 Figure 33. Contoured for Easy Handling Figure 34. Modern Display and Simplified Menus -1 _t = 12:30 #= . FIBE STATION 1 COOK_COUNTY ACTION iMwnua�� 01 SCAN UST MOM Cf CUSTOM SCAN A SITE ROAMING EXIT Attachment 1—Statement of Work System Description Page 68 City of Miami, Florida Contract No. RFP 592382 Figure 35. XL-200P Differentiators Faarre Designed From the Ground Up To Converge Voice and Data _ :. Deacripdorr Designed with input from mission -critical users: the XL-200P is an entirely new radio - , processor, memory. and software - that merges high speed data. LTE, and Wi-Fi with robust LMR voice to provide leading -edge connectivity. Audio Excellence The new design pairs a high-powered audio amplifier with woofer and tweeter speakers (with resonant cavities and tuned ports) to conquer noise and deliver industry -leading clear and intelligible audio with a powerful 1.5 watts audio amplifier Compact Radio The XL-200P includes embedded GPS, Bluetooth, Wi-Fi. two speakers, three microphones, and an optional LTE board, all in a case that is slightly taller but skinnier than the P530. Great Ergonomics The shape of the XL-200P was based on extensive human factors research to create a radio that nestles naturally in users' hands Controls are shaped and arranged for ease of use and optimum performance es shown in Figure 42. Tough Mechanical Package With a rugged cast metal I-beam frame and tough seals. the XL-200P is constructed to operate in severe environments. This radio meets MIL-STD-810G for durability. including Method 511.5 for explosive atmospheres and Method 504.1 for contamination by fluids, so the radio can be scrubbed with cleansers and biological sanitizers. Modern Front Display The front display uses big. bold text and status indications to reduce icon dependence. The simplified menus are only one keypress away and never more than two deep. with an instant return to home as shown in Figure 44 Unique Top Display Innovative features such as Visual Zone identification (color coding of taikgroups) makes radio operation simple and intuitive. , chi Instant Recall of Received Audio Replays the last transmission received to avoid repetiticn with a simple push of a button. Extended Battery Life Li -Poly technology means the standard battery can last a 10-hour shift or purchase the extra high capacity for 16 hours. W-Fi® Connectivity Permits simple and easy remote radio software updates. When coupled with the BeOn application, the radio can transmit voice over WI-Fi. Built-in GPS Report user location and coordinate rapid responses to emergencies. Integrated Bluetooth® Wireless interface to selected accessories. Active Noise Cancellation - Three internal microphones and sophisticated software allows the radio to reduce background noise and transmit intelligible audio. Attachment 1-Statement of Work System Description Page 69 City of Miami, Florida Contract tVo, RFP 592382 Programmable 4-Position ABCD 5witch Description In combination wit a 16-position rotary switch. the ABCD switch allows access to 64 talkgmupschanneis directly from the top of the radio. Alternatively. the ABCD switch can be programmed to access different systems (OpenSky or conventional mode). Optional IP68 certification for immersion 2 meters for 4 hours achieved after drop tests Optional FIPS certification For enhanced security of encrypted communications Optional LTE broadband Upgrade for faster performance and improved data reliability on the nationwide LTE network, permitting increased productivity. XG-25P The XG-25P is the economical solution for those who seek out the best in radio value. Integrating impressive performance with durable construction, the XG-25P supports a wide range of applications and user requirements. Ergonomic controls, an enhanced clarity LCD, software -based design, Bluetooth capability for accessory support, and a full complement of audio accessories make it an excellent solution for critical communications users. The XG-25P is available with menu buttons or full keypad. Improved Audio Experience The XG-25P delivers exceptional audio. The enlarged speaker chamber provides extremely powerful audio, delivering up to 3 watts. The AMBE+2 vocoder optimizes the quality of communications and controls distortion that may occur from shouting into the microphone. In addition, the high -quality vocoder allows the radio to send and receive Dual -Tone Multi - Frequency (DTMF) tones over digital P25 networks. Ergonomic Design From the keypad buttons to the battery, each feature of the XG-25P radio provides a better user experience. Raised bumps on the push -to -talk PTT button allow the user to easily find and depress it. The PTT button has improved sensitivity, no longer requiring the user to press in the middle for operation. ■ The channel selector knob is larger and taller than the volume knob, allowing the user to quickly identify and operate the proper knob by touch, avoiding the need to visually check. Attachment 1—Statement of Work System Description Page 70 City of Miami, Florida Contract No. RFP 592382 The central location of the recessed emergency button maintains accessibility in case of emergency while preventing accidental activation. The large four -line alphanumeric LCD displays system and group information, status icons, and menu operation. A backlight illuminates the display and the keypad for low -light environments. In addition, a cover minimizes the risk of damage to the LCD and increases its clarity. The large font improves readability. Lines 1 and 2 indicate the name of the currently selected radio system and group/channel. Line 3 is an icon display showing status such as battery level. Line 4 displays when the radio is in menu mode. XG-25P Display Light and Compact The XG-25P is one of the lightest radios available, weighing 15 ounces with the lithium ion battery. In addition, the body of the radio is 5.89 inches tall and 2.44 inches wide, making it one of the more comfortable radios to carry in the market. Rugged The XG-25P meets MIL-STD-810G specifications for durability in extreme conditions including pressure, temperature, shock, radiation, rain, humidity, dust, sand. and vibration. In addition, it is optionally configurable as intrinsically safe and certified by Factory Mutual (FM) or Underwriters Laboratories (UL) for use under hazardous conditions. Bluetooth Ready The XG-25P delivers Bluetooth functionality for a wireless interface to selected accessories. Bluetooth provides freedom of movement with no protruding parts or cumbersome wires or cables. In addition, the radio can interface to a Bluetooth-equipped computer, allowing radio programming and configuration without cables. Advanced Security We utilize only standards -based (nonproprietary) encryption algorithms to provide security against scanners while maintaining interoperable communications with other authorized parties. The XG-25P can configure to support the following standards -based encryption schemes: ■ AES ■ Data Encryption Standard Output -Feedback (DES-OFB) FIPS-140-2 and FIPS-197 for AES Multi -mode Operation As a multi -mode radio, the XG-25P can support a variety of protocols: Attachment 1-Statement of Work System Description Page 71 City of I�eliami, Florida Contract No. RFP 592382 • FM analog conventional P25 Conventional CAI EDACS/ProVoice • OpenSky/OpenSky2 • P25 Trunking, Phase 1 • P25 Trunking, Phase 2 Future Ready The XG-25P is an economical investment that agencies can rely on as transitions occur to P25 technology. It supports P25 conventional and trunked operation, and its software -defined architecture allows field upgrading to future operating modes such as P25 Phase 2. Full Line of Accessories The XG-25P is available with a wide range of accessories, including a vehicular charger, headsets, and extra high -capacity batteries. XG-75M The XG-75M mobile is a single -band radio available in the VHF, UHF, or 700/800 MHz frequency bands. The mobile provides secure interoperations for first responders who need to utilize various operating modes in the public safety environment, enabling seamless communications for multiple communications protocols. Equipped with the CH-721 control head, these units are available with an external speaker in either front (dash) or rear (trunk) mount configurations. The CH-721 control head is available with menu buttons or full keypad. Figure 36. XG-75M Front Mount with Menu Buttons (left), Rear Mount with Full Keypad (center), and Handheld Controller (right) Control Head Flexibility The size and shape of the CH-721 control head package allows mounting in standard existing mobile radio cavities. Multiple configurations are available for the XG-75M: • Front or rear mount Motorcycle mount Attachment 1—Statement of Work System Description Page 72 City of Miami, Florida Contract No. RFP 592382 • Dual control units, as is common for fire and EMS agencies • Handheld controller, as is commonly used on marine vehicles or for covert operations Improved Audio The XG-75M series includes the TIA-approved, P25 dual -rate vocoder. The improved dual - rate vocoder software enhances the quality and clarity of vocal communication for public safety radio users in high -noise environments. It effectively differentiates between speech and background noise. Easy -to -Read Display The large graphical display maximizes readability, with its controls designed for ease of use. The photo sensor sets the display to accommodate ambient lighting. In addition, the vacuum fluorescent display improves visibility and readability in all lighting conditions compared to those of other technologies. Combined with the display, the radio's large buttons, volume knob, and channel knob provide an overall user-friendly interface. Advanced Security We utilize only standards -based (nonproprietary) encryption algorithms to provide security against scanners while maintaining interoperable communications with other authorized parties. The XG-75M can configure to support the following standards -based encryption schemes: • AES ▪ Data Encryption Standard Output -Feedback (DES-OFB) • FIPS-140-2 and FIPS-197 for AES GPS Option The XG-75M is configurable with an optional GPS receiver. This enables secure sending of the user position over the air for position tracking and rapid response for emergencies. MIL -STD Rugged Optimized for use in critical communications environments, the XG-75M mobile radio meets MIL-STD-810 specifications to withstand wind -driven rain, temperature extremes, exposure to salt fog, blowing dust, humidity, and other environmental extremes. In addition, the radio meets U.S. Forest Service vibration requirements and TIAIEIA-603 vibration and shock stability requirements. Backward Compatible and Future Ready As a multi -mode radio, the XG-75M can support a variety of protocols: • FM analog conventional Attachment 1—Statement of Work System Description Page 73 City of Miami, Florida Contract No. RFP 592382 • P25 Conventional CAI • EDACSfProVoice • OpenSkylOpenSky2 • P25 Trunking, Phase 1 • P25 Trunking, Phase 2 The XG-75M can operate in multiple modes. Therefore, it is a solid, reliable investment as transitions occur (e.g., migration from analog conventional operation to P25 Trunking Phase 2 operation without radio replacement). XG-25M The XG-25M is a compact, economical mobile offering a larger control unit with an easy -to -read display and large buttons for easy operation. The XG-25M integrates impressive performance with durable construction to support a wide range of applications and user requirements. Ergonomic controls, an enhanced clarity LCD, software -based design, and Bluetooth capability for accessory support make the KG-25M an excellent solution for critical communications users. The compact XG- 25M is available in either front mount or rear mount configuration with a high-performance internal speaker. The sturdy, compact mechanical package provides high performance and reliable service. Superior Audio Experience The XG-25M has exceptional audio capacity. The large 3-watt internal speaker delivers extremely powerful audio and the AMBE+2 vocoder optimizes the quality of communications. In high -noise emergency conditions, the mobile delivers loud, clear audio, even with sirens blaring and fire engines running. Easy User Interface From the oversized display to the large easy -to -read buttons, each feature of the radio provides a better user experience. Simple controls allow users to communicate seamlessly and effectively in a range of surroundings. Since the XG-25M is easy to operate, users can focus attention on the task rather than on radio operation. ■ The physical separation between the channel selector and volume knobs makes it easy for the user to quickly identify and operate the proper knob by touch without looking at the radio. Attachment 1—Statement of Work System Description Page 74 City of Miami, Florida Contract No. RFP 592382 • The radio's display and buttons are backlit to simplify operation in the dark or dimly lit conditions. • The recessed emergency button maintains accessibility in case of emergency while preventing accidental activation. The XG-25M radio has a tough high -contrast alphanumeric LCD. The large four -line alphanumeric display supports system and group information, status icons, and menu operation, The large font improves readability. Lines 1 and 2 indicate the name of the currently selected radio system and group/channel. Line 3 is an icon display showing status such as battery level. Line 4 displays when the radio is in menu mode. Biuetooth Ready The XG-25M delivers Bluetooth functionality for a wireless interface to selected accessories. Bluetooth provides users the flexibility to operate without the use of corded microphones or programming cables if desired, Rugged Design The XG-25M is a member of the family of field -proven, reliable, and rugged mobiles in our portfolio. Durable construction enables the XG-25M to operate in demanding environments. The mobile meets MIL-STD-810G standards for hazardous conditions, such as shock, vibration, dust, salt fog, humidity, rain, solar radiation, low pressure, and temperature extremes. In addition, it has an Ingress Protection rating of IP54 for dust intrusion and splashing water. Multi -mode Operation As a multi -mode radio, the XG-25M can support a variety of protocols: FM analog conventional P25 Conventional CAI EDACSIProVoice • OpenSky/OpenSky2 • P25 Trunking, Phase 1 • P25 Trunking, Phase 2 Future Ready The XG-25M is an economical investment that agencies can rely on as transitions occur to P25 technology. Attachment 1—Statement of Work System Description Page 75 City of Miami, Florida Contract No. RFP 592382 CS7000 Desktop Station The CS7000 desktop control station is supplied to the City with a XG-75M, mobile radio It provides a convenient method to equip offices, radio shops, and other remote locations with radio communications. The mobile for the CS7000 provides a fixed audio level to the remote interface unaffected by the front volume control. Either a standard mobile microphone or a desktop microphone attaches to the front panel. A USB port and RS-232 serial connectors on the back panel allow external connections (e.g., auxiliary audio inputs, external PTT, etc.) to the desktop station. Both local control only and local/remote control configurations are available for every mobile radio model. Figure 37. Desktop Control Station with Local Control and Menu Buttons Figure 38. Desktop Control Station with Local or Remote Control and Full Keypad Attachment 1-Statement of Work System Description Page 76 City of Miami, Florida Contract No. RFP 592382 Improved Audio The CS7000 desktop control station includes the TIA-approved P25 dual -rate vocoder. The improved dual -rate vocoder software enhances the quality and clarity of vocal communication for public safety radio users in high -noise environments. It effectively differentiates between speech and background noise. Remote Control Flexibility A local/remote control CS7000 control station includes an industry standard RJ-11 LINE input connector, standard CAN interface, and RJ-45 Ethernet Local Area Network (LAN) jacks to support multiple connectivity options, including: Tone Control — The CS7000 is configurable to support tone (two -wire or four -wire line) remote equipment connected via the remote interface module. • Controller Area Network (CAN) — The CS7000 CAN interface supports up to five devices, allowing any combination of remote control heads or SP721 Desktop Controllers. This allows multiple users to communicate with the same dispatch group on a first -come, first -served basis. • Voice over Internet Protocol (VoFP) connection — Utilizing an existing Wide Area Network (WAN) or LAN, an IP remote controller can interface to the CS7000. Easy -to -Read Display The large graphical display maximizes readability, with its controls designed for ease of use. The photo sensor sets the display to accommodate ambient lighting. Backlighting helps maintain visibility in low -light environments. Combined with the display, the radio's large buttons, volume knob, and channel knob provide an overall user-friendly interface. Advanced Security We utilize only standards -based (nonproprietary) encryption algorithms to provide security against scanners while maintaining interoperable communications with other authorized parties. The CS7000 can configure to support the following standards -based encryption schemes: • AES ■ Data Encryption Standard Output -Feedback (DES-OFB) FIPS-140-2 and FIPS-197 for AES Multi -mode Operation As a multi -mode radio, the CS7000 can support a variety of protocols: ■ FM analog conventional Attachment 1—Statement of Work System Description Page 77 City of Miami, Florida Contract No. RFP 592382 • P25 Conventional CAI • EDACS/ProVoice ©penSky/OpenSky2 • P25 Trunking, Phase 1 P25 Trunking, Phase 2 Backward Compatible and Future Ready Because the CS7000 can operate in multiple modes, it is a solid investment that agencies can rely on as transitions occur. It supports analog conventional or EDACS/ProVoice operation, allowing a smooth migration to P25 Conventional, P25 Trunking Phase 1, or P25 Trunking Phase 2 operation without radio replacement. Site on Wheels (SoW) Contractor will replace the site equipment in the Site on Wheels with a 10-Channel P25 Phase 2 Site. Contractor will provide site equipment that consists of the following: ▪ (10) 800MHz MASTR V Base Station Repeaters with 10MHz reference oscillator • Network Sentry • Site Router Site Network Switches • 800MHz Transmit Filter • Power Monitor • 10KVA UPS Contractor will reuse the following existing Site on Wheels equipment: • Tx Combiners - two 5 Channel combiners • Tx Multicouper • Microwave equipment • LMR and Microwave antenna systems The Site router will be configured so that when the Site on Wheels is parked at Fire Station 3, a network connection may be made into the P25 network allowing the configurations on the SoW to be kept current. Attachment 1-Statement of Work System Description Page 78 Contract No. RFP592382 City of Miami, Florida • 4 i,99192.19 9u.12.9-e 2.1.9r, v.. •.,-14 :d P14,1,11amt VIP SSA Sall* Support Room 92.1. BPD .Tfled,v $its 0 it Wheals P21 elatuloesiTidai .E4t9 Vimaar Si. /24: 2.99i.91v..r.ov...• . 29122.9.91. 1111.1V 299,91 P&P RAI trio Fire (natant it Netarost Switching Cantor. Tx1Ro. and Cilapolott Sea • . +}.,c,1` , ••• • ld'• . L14:27:36 sl IMPLS 9.999 Pootall Plc9191 /795 PNI Firs Callao LOOP MPLS M/orDwave Network Attachment 2 System Drawings PIS Shin0100011Pillitit 599 MPLP HMO P23 IPA LI9v. • •• ,ddiddr PRI 4,1r. 99P AY., Flys elation 0 OtOSSAptilHI YON ens With QCP F.19LP 4.9.1t9e L T925 SOO PI ir 1,994.9 • .92 . County Administration B uilding PIS ilimuloaat Tonna Iles With OCP *mini ro9. 1.7..idddo 1919, 1,...199•1 1999.ormi Pet.v. 149.9.ri natio ...2.1.0.1.91.9.9mi Cog 9.9 2210 i 21.99.9. haft!, liS.Sj ASA56191 WWI( Pogo, 991.1493 ,99,...o.r .;PPRO Q4L221.9,) ,,P2 19.999.9.9. 2 9.999, ,991,1 11.111111==t1101101."' . Attachment 2 - Statement of Work System Drawings Page 1 City of Miami, Fondal Contract No. RFP 592382 Attachment 3 Responsibilities Matrix 1. General Requirements Responsibility Matrix Figure 1. General Requirements Responsibility Matrix Tasks Designate a Contractor project manager Contrac x City of Miami Designate a City of Miami project manager x Manage the Contractor Team Establish project communicatons protocol and maintain communications log as required Conduct internal weekly project review mee'ings and submit weekly reports x Conduct weekly project update calls X Participate in weekly project update calls X Conduct monthly project reviews X Participate in monthly project reviews r X Report project progress as compared to project schedule X Update project schedule biweekly X Manage and control the Flow cf products and equipment from the factory to meet the project schedule Review change orders with Contractor project manager and provide X Monitor and manage risks using the Contactor Risk Management 09nn Review and approve submitted design documents within 15 business days or respond with revisions X Provide written approval for major milestones such as DDR, staging, ATP, and final acceptance Provide timely responses to issues and questions X Coordinate with federal, state. and local government agenciesas required x Designate system administrators X Provide access to all buildings and sites, including temporary ID badges for Contactor project team { Provide parking permits for Contractor project team for any restricted parking areas X Provide adequate road access for delivery vehicles X — Attachment 3-Statement of Work Responsibilities Matrix Page 1 City of Miami, Florida Contract No. RFP 592382 Tasks Arrange for temporary parking to off-load equipment at all buildings and sites Contrac City of Miami x Clean up sites to include removing trash on a daily basis, remove all installation debris on a weekly basis and upon completion of all installation activities leave site in a final inspection ready condition Remove any hazardous material found on site x Site Acquisition and zoning X Develop sites and install materials in accordance with industry standards X 2. Design Reviews Responsibility Matrix The Responsibility Matrix for Design Reviews is depicted in Figure 2. Figure 2. Design Reviews Responsibility Matrix Assemble project team and travel to the City of Miami's location X Present preliminary information on sites and design ^ X Provide a team and propose a schedule for site surveys X Arrange access to sites and confirm site surrey schedule X Assemble customer team for Kick -Off Meeting X Provide location in appropriate conference room or training facility X Provide information and status on sites, frequencies, leases. etc. X Provide site -knowledgeable person to accompany the project ream on site surieyys X Conduct detailed site surveys x" Provide site plans and applicable electrical and layout plans Provide up-to-date tower and foundation drawings along with a current mapping of installed antennas and cabling x Perform grounding analyses X Perform structural analyses X Develop required drawings X Develop network plans and IP backhaul requirements X :Develop tower antenna placement plans X Develop frequency plans X Attachment 3-Statement of Work Responsibilities Matrix Page 2 City of Miami, Florida Contract No. RFP 592382 Develop coverage maps x Develop site electrical Toads X Develop preliminary cutover plan X Develop formal project schedule X Prepare Acceptance Test Procedure (ATP) documents X Prepare and submit one set of FCC license applications, and pay associated fees on a one-time basis only License applications will be prepared for frequencies that are licensable, meet contour limits, and fulfills the frequency plan Note: Any subsequent design changes initiated by the City of Miami that require a reiteration of these tasks, will be the responsibility of the City of Miami X Provide answers to Contractor requests fcr information X Arrange for site lease for any noncustomer-owned sites X System block diagrams X List of deliverable equipment for each site X Network connection plan and backhaul requirements X Tower antenna placement drawings X Antenna systern drawings X Coverage prediction maps X Frequency plans X Combiner plans Site plot drawings X Shelter floor plan drawings X Rack elevation drawings X AC Dower and BTU requirements X Review preliminary cutover plan X PepewATP X Project schedule X Provide FCC licensed frequencies that meet contour limits and fulfill the frequency plan, in accordance with the Project Schedule Provide appropriate personnel to review documents X Provide location for DDR meeting Approve the design following DDR meeting within 15 days X Attachment 3-Statement of Work Responsibilities Matrix Page 3 City of Miami, Florida Contract No. RFP 592382 3. System Integration and Test - Staging Responsibility Matrix The Responsibility Matrix for System Integration and Test - Staging is depicted in Figure 3. Figure 3. System integration and Test - Staging Responsibility Matrix ,, ti insert equipment delivery dates into the material planning system cc actcw X My of Miami Place orders with the factory X Place orders with key suppliers X Place orders for supplier items Manufacture all infrastructure equipment x Assemble equipment in staging area on a per site basis Provide detailed Staging Acceptance Test Plan (SATP) Submitted no later than 90 days before testing starts X Approve SATP no later than 30 days before testing starts Provide appropriate personnel to participate in/witness the Staging Acceptance Test X Run Staging Acceptance Test X Provide approval for the test and authorize the system to be shipped within 5 days X 4. Shipping and Inventory Responsibility Matrix The Responsibility Matrix for Shipping and inventory is depicted in Figure 4. Figure 4. Shipping and Inventory Responsibility Matrix T Break down equipment and ship to storage area acr X Provide temporary storage near City of Miami's location X Inventory equipment Validate Contractor equipment inventory ;K Sort egupment in preparation for site delivery and installation Attachment 3-Statement of Work Responsibilities Matrix Page 4 City of Miami, Florida Contract No. RFP 592382 5. Site Development Responsibility Matrix The Responsibility Matrix for Site Development is depicted in Figure 5. Figure 5. Site Development Responsibility Matrix :i Y s Perform physical path surveys for each microwave path Contactor X city of Miami Provide City of Miami site survey results report and recommendations X Provide existing site plans X Perform grounding analysis X EXISTING TOWER Provide up-to-date tower and foundation drawings along with a current mapping of installed antennas and cabling X Identify specific tower attachment points to mount new antennas per the system design X Confirm availability of tower attachment points for Contractor antennas X Perform tower structural analysis on existing toweriantenna mounting structure and provide results at CDR Note. If tower or antenna mounting structure fails load analysis, Contractor can provide quotes to strengthen (if possible), replace the tower, or provide site acquisition services. X Strengthen existing Fire Station 11 tower: Contractor will enhance tower structure at FS-11 as required. Provide site survey and grounding results report and recommendations ,< Provide space on existing tower to mount new system antennas at Contractor specified locations Provide adequate space on cable ice bridge and tower cable ladders to support new cable runs EXISTING SHELTER/EQUIPMENT ROOM Provide floor space in existing RF shelter/equipment room used in the new design X Provide adequate shelter/equipment room utility AC electrical power, single -point ground system, HVAC, and backup generator power. Note: Contractor will upgrade HVAC at Fire College equipment room (if required) and provide backup generator at Fire Station — 9 Provide new cable entry port Upgrade existing interior ground system Provide additional cable ladder for new equipment row y Prepare and submit electrical permits X Attachment 3-Statement of Work Responsibilities Matrix Page 5 City of Miami, Florida Contract No. RFP 592382 Tasks Install new antenna(s) using appropriate side arms and mounting hardware Contractor X City of Miami Install antenna coax, connectors and jumpers, using cable clamps to properly secure cable to tower, and add grounding kits at the top bottom, and on ice bridge X Install new tower top amplifier X Install antenna lightning protection devices on each LMR run after it enters shelter via cable entry port; ground device to main ground bus bar X Install new microwave dish(es) on pipe mounts with anti -sway kits X Install new microwave waveguide or coaxial feed lines, secure to cable ladder(s), and add grounding kits at the top. bottom, and on ice bridge Tag and identify each new antenna line ,. Sweep test each new antenna line and maintain copies in site logbook. In accordance with Contractor' "Transmission Line Analysis" (Antenna Sweep) Procedure Install new UPS for Site On Wheels (SOW) Install new UPS at Fire College Backup Dispatch x Install new DC power plant and wire to racks Provide floor space at the dispatch center and network center for new system equipment x Provide demarcation blocks for connection to existing legacy radios to be used in interoperability system X NEW SHELTER • Fre Stations 9 & 11 Stake out the desired location for new shelter X Have an architectural firm develop site compound plot drawings of compound showing tower, new shelter. generator, and fuel tank locations Obtain all required zoning permits and approvals X Prepare and submit construction permits for new shelter X Arrange for and pay for electric poweriservice at each site getting a new shelter or improved electrical service Terminate AC power within 50 ft. of new shelter Provide utility transformers if necessary to provide the required AC power, Note: 7' Prepare and submit electrical permits X Level land, construct silt fences, and remove weeds and brush X Construct full -slab shelter foundation X Transport, off-load, and set new 12 ft. X 15 ft. shelter Fire Stations 9 & 11 X Attachment 3-Statement of Work Responsibilities Matrix Page 6 City of Miami, Florida Contract No. RFP 592382 Tasks Trench in 200A single phase 240V AC electrical service to new shelter Contractor X Citty of Miami Construct exterior ground system for new shelter and tie into existing tower, generator, fuel tank, and fence corner posts ground X ^NEW TOWER Prepare FAA/FCC applications for new tower X Submit FAA/FCC forms for new tower X Prepare new tower NEPAISHPO environmental studies X °repare and submit construction permits for new tower or sheite! X Prepare and submitelectrical permits X Schedule soil boring test for tower leg foundations and review results with City of Miami at DDR X Level land, construct silt fences. and remove weeds and brush X Construct tower foundation X Erect new Monopole Towers at Fire College and Fire Station — 9 X COLLOCATED SITE TASKS Arrange for access to third party collocated site X Negotiate and obtain lease (or modify existing lease) for third party co -location site. ensuring the site lease includes required space on the tower, cable ice bridge, and tower cable ladders to support new cable runs, space -in compound for new shelter, generator, and fuel tank X Ensure co-Iccation agreements address site compound space requirements to include confirmation that no subsurface obstructions preclude running conduits for power or leased circuits, as well as running lines between City of Miami's shelters, generators, and fuel tanks Arrange with third party site owner to allow Contractor to conduct tower structural analysis Perform tower structural analysis X Perform physical path surveys far each microwave path X Provide existing site plans X Perform grounding analysis X Attachment 3-Statement of Work Responsibilities Matrix Page 7 City of Miami, Florida Contract No. RFP 592382 6. System Installation Responsibility Matrix The Responsibility Matrix for System Installation is depicted in Figure 6. Figure 6. System Installation Responsibility Matrix Tasks Deliver equipment to each site Contractor X Cfty of Miami Install equipment, connect to ground system and apply cower X Connect all RF cables X Interface to network, verify network connectivity X Set all P25 800 MHz system levels & parameters X Connect all P25 800 MHz system alarrns X 7. System Optimization Responsibility Matrix The Responsibility Matrix for System Optimization is depicted in Figure 7. Figure 7. System Optimization Responsibility Matrix Contractor City of Miami Prepare all installed sites for site inspections X Verify rnicrowavefbackhauf system is functional and meets reliability, specifications X Provide frequencies to use for optimization and testing. Note: City of Miami will make available sufficient frequencies from the exist ng system to permit optimization and testing of new system: X Verify P25 800 MHz system levels and parameters are set X Verify P25 800 MHz system alarm and system monitoring system are operational X Verify system database is instated and operating correctly X Verify proper dispatch operation X Verify proper P25 800 MHz system functional operation X Verify proper network switching operation X Verify proper mutual aid operation X Verify proper paging system operation X Coordinate testing of the desired interoperability channels X Verify proper interoperability from gateways X Attachment 3-Statement of Work Responsibilities Matrix Page 8 City of Miami, Florida Contract No. RFP 592382 8. Acceptance Testing Responsibility Matrix The Responsibility Matrix for Acceptance Testing is depicted in Figure 8. Figure 8. Acceptance Testing Responsibility Matrix Tasks Submit detailed Final System Acceptance Test Plan (FATP) Contactor X CitY Mimi Comments Na later than 90 days before the testing begins Approve FATP X No later than 30 days before testing begins Provide appropriate team members to participate in acceptance tests X Inspect each RF site noting discrepancies on the punch list X City of Miami to witness Inspect each dispatch center, noting discrepancies on the punch list X Cityof tviiami to witness inspect each network center, noting discrepancies on the punch. list x City of Miami tc witness Submit site inspection results X Approve site inspector results X Within 5 business days Perform functional ATP on radio system, dispatch consoles, network monitoring, and user radios X City of Mani to witness Perform functional ATP on paging system according to system contract X City of Miami to witness Perform functional ATP on mutual aid system according to system contract X City of Miami to witness Perform functional ATP on mobile data system according to system contract X City of Miami to witness Submit functional ATP results X Approve functional ATP results X. Witnin 5 business days Provide team members to participate in coverage tests X -rovide test vehicles and drivers tor acceptance testing Provide test radios for automatic coverage tests X Perform autcmated coverage test of P25 800 MHz system according to system contract X ty of Miami to witness Provide test radios for voice quality test X Perform voice quality test of P25 800 MHz system according to X City of Miami to witness Attachment 3-Statement of Work Responsibilities Matrix Page 9 City of Miami, Florida Contract No. RFP 592382 Tasks system contract Contractoraty of Comments Provide test radios for building coverage test X Perform building coverage test of P25 800 MHz system according to system contract City of Miami to witness Perform mutual aid coverage test according to system contract X City of Miami to witness Suit coverage ATP results X Approve coverage ATP results X Within 5 business days 9. User Equipment Responsibility Matrix The Responsibility Matrix for User Equipment is depicted in Figure 10. Figure 9, User Equipment Responsibility Matrix Tasks Program and distribute Contractor portable radios with accessories Ca�s6actur X C y of Mimi Provide a central facility for mobile radio vehicle installation that has a minimum of k garage bays for mobile installations. workbench space for portable radio programming. and storage for radios. X Provide vehicles to meet the project schedule timeline X Program and instal Contractor mobile radios Provide pre and post installation vehicle assessments, presenting nstal[ation documentation for customer acceptance for each vehicle X Provide a representative to review installation documentation and provide acceptance for each vehicle X 10. Cutover Responsibility Matrix The Responsibility Matrix for Cutover is depicted in Figure 10. Figure 10. Cutover Responsibility Matrix Tasks Identify system administrators Provide administrator training Attend system administrator training Provide workshops for takgrcup planning Contractor 11111. C+h Nang X Attachment 3-Statement of Work Responsibilities Matrix Page 10 City of Miami, Florida Contract No. RFP 592382 Tasks Attend workshop for talkgroup planning Conbactor City of Masi 1 X Provide training on system database creation Develop user training plan and schedule with Contractor X X. Develop dispatcher training plan and schedule with Contractor X X Develop user programming profiles X Develop console programming profiles X Develop and enter system database X Define which interoperability channels are desired during cutover X Provide radio user training X Attend radio user training Provide dispatcher training X Attend dispatcher training , Create interoperability for cutover, using proposed gateways X 11. Final Acceptance Responsibility Matrix The Responsibility Matrix for Final Acceptance is depicted in Figure 11. Figure 11. Final Acceptance Responsibility Matrix Tasks Removal of decommissioned legacy network, console, or site infrastructure equipment X Submit final drawing package X Submit fetter of final system acceptance X Provide warranty and contact information X Meet with Contractor to review warranty contact procedures X Meet with Contractor to outline system support and services requirements X Accept final drawing package within 5 business days X Sign fetter of final system acceptance within 5 business days X Attachment 3-Statement of Work Responsibilities Matrix Page 11 City of Miami, Florida Contract No. RFP592382 Attachment 4 Equipment List Section 4A: Infrastructure Equipment List 1. Fire Station 3 Network Switching Center and TX/RX Site • One (1) Primary Geo-HA Premier VIDA Core Rack including: • One (1) VIDA Application Server (VAS1) with the following applications: Network Switching Server (NSS1) Regional Network Manager (RNM1) Regional Site Manager Pro (RSMPro1) Active Directory Service (AD1) BeOn Premier Service (BeOn1) ISSI Gateway Service (ISSI1) Key Manager Facility (KMF1) • One (1) Storage Array Network (SAN) • One (1) Spectracom Master Netclock • One (1) IFW 5505 Firewall • One (1) Cisco 2921 WAR/RAR Router • One(1) Cisco 2911 SAR Router • One (1) Alarm Management Work Station (Quorum PC) w! 21.5" Flat Panel Monitor • One (1) VIDA Telephone Interconnect • One (1) Cisco CME Router • One(1) Nokia 7705 MPLS Router • One (1) 800 MHz, P25 Phase 2, Primary DCP Simulcast Site including: Twenty (20) MASTRV Stations each with Power Amp and Power Supply One (1) Network Sentry with Power Supply One (1) Primary Distributed Control Point MME Two (2) GPS Receivers One (1) Cisco 2921 Site Access Router (SAR) • One (1) 800 MHz Antenna System including: Two (2) Transmit Antennas Two (2) 10 channel TX combiners One (1) Receive Antenna One (1) Multicoupler with TTA Coax, Cables, and Connectors Attachment 4-Statement of Work Equipment List Page 1 City of Miami, Florida Contract No. RFP592382 • One (1) DC Plant, 48V, 3KVA Inverter, 30 minute runtime • MPLS Microwave links to Fire Station 11 and Police Department, including: NEC iPASOLINK 650 Indoor Unit, Control Cards, Modems (2xGBE + 2x16DS1) Four (4) SFP Module for GBE Port Tributary Module, 63xDS1 Interface Two (2) 6GHz Microwave Radios Two (2) 6 foot, 6 GHz Microwave Antennas, Waveguide, Connectors, Hardware One (1) Low Pressure Dehydrator One (1) NetGuardian Alarm RTU with VoIP Orderwire One (1) -48VDC DC Plant, 8-hour runtime 2. Fire College Network Switching Center and TX/RX Site • One (1) Secondary Geo-HA Premier VIDA Core Rack including: • One (1) VIDA Application Server (VAS2) with the following applications: Network Switching Server (NSS2) Regional Network Manager (RNM2) Regional Site Manager Pro (RSMPro2) Active Directory Service (AD2) BeOn Premier Service (BeOn2) ISSI Gateway Service (ISS12) Key Manager Facility (KMF2) One (1) Storage Array Network (SAN) One (1) Spectracom Master Netclock One (1) IFW 5505 Firewall • One (1) Cisco 2921 WAR/RAR Router • One(1) Cisco 1921 SAR Router • One (1) Alarm Management Work Station (Quorum PC) w/ 21.5" Flat Panel Monitor • One(1) Nokia 7705 MPLS Router • One (1) 800 MHz, P25 Phase 2, Simulcast Site including: Twenty (20) MASTRV Stations each with Power Amp and Power Supply One (1) Network Sentry with Power Supply Two (2) GPS Receivers One (1) Cisco 2921 Site Access Router (SAR) • One (1) 800 MHz Antenna System including: Two (2) Transmit Antennas Attachment 4-Statement of Work Equipment List Page 2 City of Miami, Florida Contract No, RFP592382 Two (2) 10 channel TX combiners One (1) Receive Antenna One (1) Multicoupter with TTA Coax, Cables, and Connectors • One (1) DC Plant, 48V, 3 KVA UPS, 30 minute runtime • MPLS Microwave links to Fire Station 11 and Wells Fargo, including: NEC iPASOLINK 650 Indoor Unit, Control Cards, Modems (2xGBE + 2x16DS1) Four (4) SFP Module for GBE Port Two (2) 6GHz Microwave Radios Two (2) 6 foot, 6 GHz Microwave Antennas, Waveguide, Connectors, Hardware One (1) Low Pressure Dehydrator One (1) NetGuardian Alarm RTU with VoIP Orderwire One (1) -48VDC DC Plant, 8-hour runtime 3. Fire College Dispatch Center • Nine (9) Symphony IP Consoles, each console including: Two (2) Speakers One (1) 21.5" Touchscreen HD Monitor One (1) USB Keyboard One (1) USB Mouse One (1) USB Dual Footswitch One (1) Gooseneck Mic One (1) Over -the -Head Headsets with Boom Mic Two (2) 6-Wire Jack Boxes with Headset Adapters One (1) CAD API • Two (2) Cisco 1921 Routers • Two (2) Cisco 2960 Switches • Nine (9) CS7000 Control Stations with XG75M Radio including: Nine (9) VolP Remote Control Unit Nine (9) 6-Wire Jack Boxes with Headset Adapters Nine (9) Single Foot Switches • One (1) Combined Control Station Antenna System • One (1) 3kva UPS, 30 minute runtime • Two (2) NetClock GPS Clock Display Attachment 4-Statement of Work Equipment List Page 3 City of Miami, F€orida Contract No. RFP592382 4. Police Department Dispatch and Interop Site • VIDA PSAP Connect, including: Redundant VIDA Connect Servers Two (2) Cisco 2921 Routers Two (2) Cisco 24 port Switch • One (1) Nokia 7705 MPLS Router • MPLS Microwave links to Fire Station 3 and CAB, including: NEC iPASOLINK 650 Indoor Unit, Control Cards, Modems (2xGBE + 2x16DS1) Four (4) SFP Module for GBE Port One (1) 6GHz Microwave Radio One (1) 11GHz Microwave Radio One (1) 6 foot, 6 GHz Microwave Antenna, Waveguide, Connectors, Hardware One (1) 3 foot, 11 GHz Microwave Antenna, Waveguide, Connectors, Hardware One (1) Low Pressure Dehydrator One (1) NetGuardian Alarm RTU with VoIP Orderwire One (1) -48VDC DC Plant, 8-hour runtime • Four (4) VIP Console Application Software • Sixteen (16) Symphony IP Consoles (14 Dispatch and 2 Supervisors), each console including: Two (2) Speakers One (1) 21,5" Touchscreen HD Monitor One (1) USB Keyboard One (1) USB Mouse One (1) USB Dual Footswitch One (1) Gooseneck Mic One (1) Over -the -Head Headsets with Boom Mic Two (2) 6-Wire Jack Boxes with Headset Adapters One (1) CAD API • Two (2) Cisco 1921 Routers Two (2) Cisco 2960 Switches • Sixteen (16) CS7000 Control Stations with XG75M Radio, including: Sixteen (16) VoIP Remote Control Unit Sixteen (16) 6-Wire Jack Boxes with Headset Adapters Sixteen (16) Single Foot Switches • One (1) Combined Control Station Antenna System • One (1) Interoperabiiity Gateway Attachment 4-Statement of Work Equipment List Page 4 City of Miami, Florida Contract No. RFP592382 • One (1) UHF CS7000 Multichannel Control Station with XG75M Radio (County Fire) • One (1) UHF Control Station Antenna System • Two (2) NetClock GPS Clock Display • One (1) Encompass Gateway (20 talkpaths) • One (1) Kova/Verint Redundant Logging Recorder System 5. County Administration Building (CAB) TXIRX Site • One (1) 800 MHz, P25 Phase 2, Secondary DCP Simulcast Site including: Twenty (20) MASTRV Stations each with Power Amp and Power Supply One (1) Network Sentry with Power Supply One (1) Secondary Distributed Control Point MME Two (2) GPS Receivers One (1) Cisco 2921 Site Access Router (SAR) • One (1) 800 MHz Antenna System including: Two (2) Transmit Antennas Two (2) Transmit Filters Two (2) 10 channel TX combiners One (1) Receive Antenna One (1) Multicouplerwith TTA Coax, Cables, and Connectors • One (1) DC Plant, 48V, 30 minute runtime • One(1) Nokia 7705 MPLS Router • MPLS Microwave links to Park Place and Police Department, including: NEC iPASOLINK 650 Indoor Unit, Control Cards, Modems (2xGBE + 2x16DS1) Four (4) SFP Module for GBE Port One (1) 6GHz Microwave Radio One (1) 11GHz Microwave Radio One (1) 6 foot, 6 GHz Microwave Antenna, Waveguide, Connectors, Hardware One (1) 3 foot, 11 GHz Microwave Antenna, Waveguide, Connectors, Hardware One (1) Low Pressure Dehydrator One (1) NetGuardian Alarm RTU with VoIP Orderwire One (1) -48VDC DC Plant, 8-hour runtime 6. Fire Station 9 TX/RX Site • One (1) 800 MHz, P25 Phase 2, Simulcast Site including: Twenty (20) MASTRV Stations each with Power Amp and Power Supply One (1) Network Sentry with Power Supply Attachment 4-Statement of Work Equipment List Page 5 City of Miami, Florida Contract No. RFP592382 Two (2) GPS Receivers One (1) Cisco 2921 Site Access Router (SAR) • One (1) 800 MHz Antenna System including: Two (2) Transmit Antennas Two (2) 10 channel TX combiners One (1) Receive Antenna One (1) Multicoupler with TTA Coax, Cables, and Connectors • One (1) DC Plant, 48V, 30 minute runtime One(1) Nokia 7705 MPLS Router • MPLS Microwave links to Park Place and Wells Fargo, including: NEC IPASOLINK 650 Indoor Unit, Control Cards, Modems (2xGBE + 2x16DS1) Four (4) SFP Module for GBE Port Two (2) 6GHz Microwave Radios Two (2) 6 foot, 6 GHz Microwave Antennas, Waveguide, Connectors, Hardware One (1) Low Pressure Dehydrator One (1) NetGuardian Alarm RTU with VoIP Orderwire One (1) -48VDC DC Plant, 8-hour runtime 7. Fire Station 11 TXIRX Site • One (1) 800 MHz, P25 Phase 2, Simulcast Site including: Twenty (20) MASTRV Stations each with Power Amp and Power Supply One (1) Network Sentry with Power Supply Two (2) GPS Receivers One (1) Cisco 2921 Site Access Router (SAR) One (1) 800 MHz Antenna System including: Two (2) Transmit Antennas Two (2) 10 channel TX combiners One (1) Receive Antenna One (1) Multicoupler with TTA Coax, Cables, and Connectors • One (1) DC Plant, 48V, 30 minute runtime • One(1) Nokia 7705 MPLS Router • MPLS Microwave links to Fire Station 3 and Fire College, including: NEC iPASOLINK 650 Indoor Unit, Control Cards, Modems (2xGBE + 2x16DS1) Attachment 4-Statement of Work Equipment List Page 6 City of Miami, Florida Contract No. RFP592382 Four (4) SFP Module for GBE Port Two (2) 6GHz Microwave Radios Two (2) 6 foot, 6 GHz Microwave Antennas, Waveguide, Connectors, Hardware One (1) Low Pressure Dehydrator One (1) NetGuardian Alarm RTU with Vo1P Orderwire One (1) -48VDC DC Plant, 8-hour runtime 8. Wells Fargo Interop Site • One (1) Interoperability Gateway • One (1) Cisco 2911 Router • One (1) Nokia 7705 MPLS Router • MPLS Microwave links to Fire College and Fire Station 9, including: NEC iPASOLINK 650 Indoor Unit, Control Cards, Modems (2xGBE + 2x16DS1) Four (4) SFP Module for GBE Port Two (2) 6GHz Microwave Radios Two (2) 6 foot, 6 GHz Microwave Antennas, Waveguide, Connectors, Hardware One (1) Low Pressure Dehydrator One (1) NetGuardian Alarm RTU with VoIP Orderwire One (1) -48VDC DC Plant, 8-hour runtime • One (1) 800 MHz, MASTR III Repeater Station, P25 Phase I, AES Encryption, (PD16) • One (1) 800 MHz, MASTR III, Repeater Station, Analog, (PD) • One (1) 800 MHz, MASTR III, Repeater Station, Analog, (MA-FLA) One (1) 800 MHz, MASTR III, Repeater Station, Analog, (Local Government) • One (1) 800 MHz, MASTR 111, Repeater Station, Analog, (Fire Repeater 1) • One (1) 800 MHz, MASTR Ili, Repeater Station, Analog, (Fire Repeater 2) • One (1) 800 MHz Antenna System including: One (1) Transmit Antenna One (1) Transmit Filter One (1) 6 channel TX combiner One (1) Receive Antenna One (1) Multicoupler with TTA Coax, Cables, and Connectors • Two (2) VHF MASTR III Base Stations, Analog, (Intercity Main/Backup) • Two (2) VHF intercity Antenna Systems including: One (1) TX/RX Antenna Attachment 4-Statement of Work Equipment List Page 7 City of Miami. Florida Contract No. RFP592382 Coax, Cables, and Connectors • One (1) VHF CS7000 Multichannel Base Station with XG75M Radio (VHF Marine) • One (1) VHF Marine Antenna System including: One (1) TXIRX Antenna Coax, Cables, and Connectors • Five (5) 800 MHz CS7000 Control Station with XG75M Radio (BCALL, BTAC) • One (1) 800 MHz (8CALL, BTAC) Control Station Antenna System • One (1) DC Plant, 48V, 12/24V DC/DC Converters, AC inverter, 30 minute runtime 9. Site ©n Wheels (SOW) • NEW - One (1) 800 MHz, P25 Phase 2, Multisite including: Ten (10) MASTRV Stations each with Power Amp and Power Supply One (1) Network Sentry with Power Supply One (1) Hi Stability Reference Oscillator One (1) Cisco 1921 Site Access Router (SAR) One (1) Cisco 2960 Switch One (1) 10kva UPS Two (2) Transmit Filters • REUSE EXISTING COMPONENTS: Two (2) 800 MHz Transmit Antennas Two (2) 5 channel TX combiners One (1) Receive Antenna One (1) Multicoupler One (1) Microwave Link Radio One (1) Microwave Link Antenna Coax, Cables, and Connectors 10. Park Place Microwave Relay Site MPLS Microwave links to Fire Station 9 and CAB including: NEC iPASOLINK 650 Indoor Unit, Control Cards, Modems (2xGBE + 2x16DS1) Four (4) SFP Module for GBE Port Two (2) 6GHz Microwave Radios Two (2) 6 foot, 6 GHz Microwave Antennas, Waveguide, Connectors, Hardware One (1) Low Pressure Dehydrator One (1) NetGuardian Alarm RTU with VoIP Orderwire Attachment 4-Statement of Work Equipment List Page 8 City of Miami Florida Contract No. RFP592382 One (1) -48VDC DC Plant, 8-hour runtime 11. GSA Radio Support Room • One (1) Alarm Management Work Station (Quorum PC) wt 21.5" Flat Panel Monitor • One (1) VIP Console Application Software • NEC iPASONET Network Management Server Attachment 4-Statement of Work Equipment List Page g City of Nliaim, FlorcLt Contract No. RFP592382 Section 4B — Subscriber Equipment List User Description Quantity Fire/Rescue Mobile, XG-75M, Trunk Mount MOBILE, XG-75M/M7300, 764-870 MHZ, Half Dplx 15 Feature, Max(1024+) System/Groups Feature, Profile Over -The -Air -Programming 15 15 Feature, P25 Phase 2, TDMA 15 Feature, Single -Key DES Encryption 15 Feature Package, P25 Trunking 15 Control Unit, CH721,Scan, Remote Mount 15 Accessories, XG-75M/M7300 Remote Mount 15 Microphone, Std,Straight Connector 15 Antenna, Element, 700/800 '/ wave 15 Antenna, Base, Standard Roof Mnt Low Loss 15 Fire/Rescue Mobile XG-75M, Dash Mount MOBILE, XG-75M/M7300, 764-870 MHZ, Half Dplx 66 Feature, Max(1024+) System/Groups 66 Feature, Profile Over -The -Air -Programming 66 Feature, P25 Phase 2, TDMA 66 Feature, Single -Key DES Encryption 66 Feature Package, P25 Trunking 66 Control Unit, CH721, Scan, Front Mount 66 Accessories, XG-75M/M7300 Front Mount 66 Microphone, Std,Straight Connector 66 Antenna, Element, 700/800'! wave 66 Antenna, Base, Standard Roof Mnt Low Loss 66 Fire/Rescue Mobile. XG-75M MOBILE, XG-75M1M7300, 764-870 MHZ, Half Dash Mount, Dual Head Dplx Feature, Max(1024+) System/Groups Feature, Profile Over -The -Air -Programming Feature, P25 Phase 2, TDMA 34 34 34 34 Feature, Single -Key DES Encryption Feature Package, P25 Trunking Control Unit, CH721, Scan, Front Mount 34 34 34 Accessories, XG-75M/M7300 Front Mount Attachment 4-Statement of Work Equipment List Page 10 34 City of Miami, Florida Contract No. RFP592382 Microphone, Noise Canceling, CH-721 CU 34 Control Unit, 2-6, CH-721 Scn w/lnstl Hdwr _ _ 34 Microphone, Noise Canceling, CH-721 CU 34 Antenna, Element, 700/800 1/ wave 34 Antenna, Base, Standard Roof Mnt Low Loss 34 Fire/Rescue Mobile, XG-25M, MOBILE, XG-25M,700/800 MHZ, 35W Dash Mount Feature, Federal/International Standard Feature, Profile OTAP 16 16 16 Feature, 512 Systems/Groups 16 Feature, P25 Phase 2, TDMA 16 Feature, Single -Key DES Encryption 16 Feature Package, P25 Trunking 16 Kit,Accessories, XG-25M 16 Microphone, Standard, XG-25M 16 Antenna, Element, 700/800 Y wave 16 Antenna, Base, Standard Roof Mnt Low Loss 16 Fire/Rescue Desktop Radio MOBILE, XG-75M/M7300, 764-870 MHZ, Half Dpix 20 Feature, Max(1024+) System/Groups Feature, Profile Over -The -Air -Programming Feature, P25 Phase 2, TDMA 20 20 20 Feature, Single -Key DES Encryption 20 Feature Package, P25 Trunking 20 Desktop Station, CS-7000, Local/Remote 20 Control Unit, CH721, Scan, Front Mount 20 Microphone, Desktop 20 Fire/Rescue Portable, X 200P PORTABLE, XL-200P, FULL, BLK-YEL, US 363 Feature, Feature, Profile OTAP Over -The -Air Prgm 363 Feature, P25 Phase 2 TDMA 363 Feature, Single -Key DES Encryption 363 Feature Package, P25 Trunking 363 Feature Package, Dual Band UHF+7/800 363 Battery, LION, 3100, HAZLOC RADIO C1D2, UL 363 Antenna, Flex, Helical, 136-870 MHZ 363 Attachment 4-Statement of Work Equipment List Page 11 City of Miami, Florida Contract No. RFP592382 Spkr Mic, Prem, FIRE, NC, HI-VIS-YELLOW 363 Case, Leather, Premium, Shoulder Strap 363 Battery, LI-ION, 3100 MAH, UL 363 Charger, 1-BAY 100 Charger, 6-BAY 25 Charger, VC4000 120 Police Mobile, XG-75M, Trunk Police Desktop Radio MOBILE, XG-75M/M7300, 764-870 MHZ, Half Dplx 220 Feature, Max(1024+) System/Groups 220 Feature, Profile Over -The -Air -Programming 220 Feature, P25 Phase 2, TDMA 220 Feature, Single -Key DES Encryption 220 Feature Package, P25 Trunking 220 Control Unit, CH721,Scan, Remote Mount 220 Accessories, XG-75M/M7300 Remote Mount 220 Microphone, Std,Straight Connector 220 Antenna, Element, 700/800 '/4 wave 220 Antenna, Base, Standard Roof Mnt Low Loss 220 MOBILE, XG-75M/M7300, 764-870 MHZ, Half Dpix 20 Feature, Max(1024+) System/Groups 20 Feature, Profile Over -The -Air -Programming 20 Feature, P25 Phase 2, TDMA 20 Feature, Single -Key DES Encryption 20 Feature Package, P25 Trunking 20 Desktop Station, CS-7000, Local/Remote 20 Control Unit, CH721, Scan, Front Mount Microphone, Desktop 20 20 Police Portable, XL-200P, Single Band, DES PORTABLE, XL-200P, FULL, MIDNT BLK, US 1490 Feature, Profile OTAP Over -The -Air Prgm 1490 Feature, P25 Phase 2 TDMA 1490 Feature, Single -Key DES Encryption 1490 Feature Package, P25 Trunking 1490 Feature, Single Band 7/800 1490 Attachment 4-Statement of Work Equipment List Page 12 City of Miami, Florida Contract No, RFP592382 Police Portable, XL-200P, Single Band, AES Battery, LI-ION, 3100 MAH 1490 Antenna, Whip, 112 Wave 762-870 MHZ 1490 Microphone, Antenna Speaker, EMRG, 25.6 in 1490 Case, Leather, Premium, Belt Loop, D-Swivel 1490 Belt Clip, Metal 1490 Battery, LI-ION, 3100 MAH Charger, 1-BAY 1490 1490 Charger, 6-BAY 14 Charger, VC4000 1490 Power Adapter Kit, VC4000 Charger 1490 PORTABLE, XL-200P, FULL, MIDNT BLK, US 150 Feature, Profile OTAP Over -The -Air Prgm 150 Feature, P25 OTAR (Over-The-Air-Rekeying) 150 Feature, P25 Phase 2 TDMA 150 Feature, 256-AES, 64-DES Encryption 150 Feature Package, P25 Trunking 150 Feature, Single Band 7/800 150 Battery, LI-ION, 3100 MAN Antenna, Whip, 112 Wave 762-870 MHZ 150 150 Microphone, Antenna Speaker, EMRG, 25.6 in 150 Case, Leather, Premium, Belt Loop, D-Swivel 150 Belt Clip, Metal Battery, LI-ION, 3100 MAR 150 Charger, 1-BAY 150 Charger, VC4000 150 Power Adapter Kit, VC4000 Charger 150 Police Portable, XL-200P, Dual Band, DES PORTABLE, XL-200P, FULL, MIDNT BLK, US 10 Feature, Profile OTAP Over -The -Air Prgm 10 Feature, P25 OTAR (Over-The-Air-Rekeying) 10 Feature, P25 Phase 2 TDMA 10 Feature, 256-AES, 64-DES Encryption 10 Feature Package, P25 Trunking 10 Feature Package, Dual Band VHF+7/800 10 Battery, LI-ION, 3100 MAH 10 Attachment 4-Statement of Work Equipment List Page 13 City cf Miami. Florida Contract No. RFP592382 Antenna, Flex, Helical, 136-870 MHZ 10 Microphone, Antenna Speaker, EMRG, 25.6 in 10 Case, Leather, Premium, Belt Loop, D-Swivel 10 Belt Clip, Metal 10 Battery, LI-ION, 3100 MAH 10 Charger, 1-BAY 10 Charger, VC4000 10 Power Adapter Kit, VC4000 Charger 10 Local Govt Mobile, XG-25M, Dash Mount MOBILE,XG-25M,700/800 MHZ,35W 125 Feature, Federal/International Standard 125 Feature, Profile OTAP 125 Feature,512 Systems/Groups 125 Feature, P25 Phase 2, TDMA 125 Feature, Single -Key DES Encryption 125 Feature Package,P25 Trunking 125 Kit,Accessories,XG-25M 125 Microphone,Standard,XG-25M 125 Antenna,Element, '/< wave 125 Antenna,Base,Standard Roof Mnt Low Loss 125 Local Govt Desktop Radio MOBILE, XG-75M/M7300, 764-870 MHZ, Half Dplx 2 Feature, Max(1024+) System/Groups 2 Feature, Profile Over -The -Air -Programming 2 Feature, P25 Phase 2, TDMA 2 Feature, Single -Key DES Encryption 2 Feature Package, P25 Trunking 2 Desktop Station, CS-7000, Local/Remote 2 Control Unit, CH721, Scan, Front Mount 2 Microphone, Desktop 2 Local Govt Portable, XG-15P PORTABLE PKG, XG-15P, 768-861 MHZ, P25T, TDMA 625 Feature, Profile Otap Over -The -Air Prgm 625 BELT CLIP, METAL 625 Antenna, 764-870 MHZ, 1/2 Wave End -Fed 625 Attachment 4-Statement of Work Equipment List Page 14 City of Miami, Florida Contract No. RFP592382 Charger, Single, Tri-Chemistry 625 CHARGER, 6-BAY, TRI-CHEMISTRY 15 Desktop Radio Ant Systems Connector, N Female, For 1/2in Coax 42 Connector, N Male, 1/2in Coax, Rapid Fit 42 Kit, Feedthru Boot, 1/2 in 42 Cable, Coaxial, 1/2in, Low Loss Foam 4200 Kit, Grounding For 1/2in Coaxial 42 Kit, Hoisting Grip, 1/2 in Cable 42 Kit, Nylon Cable Tie, Qty 50 42 Connector, N(M) For 1/4in Coax 82 Cable, Coaxial, 1/4in Cell#lex 40 Antenna, Element, 700/800 3dB 42 Surge Protector, Coaxial 42 Attachment 4-Statement or Work Equipment List Page 15 City of Miami, Florida Contract No. RFP592382 Section 4C — Test Equipment List It is recommended that all Test Equipment be stored and maintained at the GSA Radio Support Shop and deployed as needed to sites. Recommended Test Equipment Manufacturer/Description Model /SKU/ Part# Qty Aeroflex IFR Communications Service Monitor Digital Radio Test Set 1MHz - 1GHz with Standard Analog Duplex Operation 3920E 1 Tracking Generator 390XOPT061 1 P25 Conventional Operation (with DES OFB Type III) 390XOPT200 1 P25 Trunking Operation VHF/UHF/700/800MHz (Requires 390XOPT200) 390XOPT201 1 P25 Control Channel Logger Option (Requires 390XOPT200) 390XOPT206 1 Explicit Mode Trunking (Requires 390XOPT200 and 390XOPT201) 390XOPT212 1 P25 AES Encryption 390XOPT240 1 3920 Accessories Case, Soft Padded Carrying AC25012 1 Kit, 10/20 dB Pads, TNC AC25013 1 Accessory Pouch AC25029 1 Antenna (BNC) (50 MHz) AC25042 1 6 dB / 150 Watt 1.5 GHz Attenuator AC25059 1 10 dB / 150 Watt 1.5 GHz Attenuator AC25060 1 50 ohm 250 Watt 5 GHz Termination AC25061 1 Return Loss Bridge (5MHz - 2.0GHz) AC4105 1 Calibration Certificate CALFB392X 1 Manual, OP, CD, 3900 6047 1 MNL, Getting Started 3900 SER 6050 1 KIT, STD, Cord/Accessory 63938 1 TX/RX (Bird) Wattmeter - Peak Power Reading 30734 / 43P 1 Select Elements from below list for power and frequency bands desired. Carry Case for Meter, Load, Elements and Connectors 16796 / 4300- 061 1 Attachment 4-Statement of Work Equipment List Page 16 City of Miami, Florida Contract No. RFP592382 Recommended Test Equipment Manufacturer/ Description Model / SKU / Part # Qty Wattmeter Element - 400-1000Mhz - 5W 66104 / 5E 1 Wattmeter Element - 400-1000Mhz - 100W 53741 II 100E 1 Wattmeter Element - 800-1000Mhz - 2.5W 38047 / 801-2 1 Wattmeter Connector - TNC - Female (Qty 2 Required) 99827 / 4240- 156 2 Wattmeter Connector - Mini UHF - Female (Qty 2 Required) 98578 14240- 346 2 Load Resistor,100W,2.4GHz 34979 / 100-T- MN 1 Anritsu Site Master LMR Master, 500 kHz to 1600 MHz Land Mobile Radio Modulation Analyzer and Signal Generator, Vector Network Analyzer, Spectrum Analyzer S412E 1 Option 10 - High Voltage Variable Bias Tee S412-0010 1 Option 19 - High Accuracy Power Meter (Requires USB Power Sensor, sold separately) S412-0019 1 Option 25 - Interference Analysis (Option 31 Recommended) 5412E-0025 1 Option 27 - Channel Scanner 5412E-0027 1 Option 31 - GPS Built-in Receiver (Requires GPS Antenna P/N 2000-1528-R, sold separately) S412E-0031 1 Option 99 - Premium Calibration 5412E-0099 1 Option 521 - P25 Analyzer 5412E-0521 1 Detector - NiMale, 50 ohm, 1 MHz to 3.0 GHz 5400-71N50 1 Attenuator, 20 dB, 5 W, DC to 18 GHz, N9m) to N9f) (50 ohm) 42N50-20 1 Open/Short, DC to 18 GHz, N/F, 50 ohm 22NF50 1 Open/Short, DC to 18 GHz, N/1VI, 50 ohm 22N50 1 Precision Load, N/M, 6 GHz SM/PL-1 1 Precision Load, N/F, 6 GHz SM/PLNF-1 1 Insta-Cal Calibration Module, 2 MHz to 6.0 GHz, N/M, 50 ohm ICN50B 1 Test Port Extension Cable, Armored, 1.5m, DC to 6.0 GHz, N(m) - N(f), 50 ohm 15NNF50-1,5C 1 Test Port Extension Cable, Armored, 1.5m, DC to 6.0 GHz, N(m) - N(m), 50 ohm 15NN50-1.5C 1 Portable Antenna, 806-866 MHz, SMA(m), 50 ohm 2000-1200-R 1 Attachment 4-Statement of Work Equipment List Page 17 City of Miami, Florida Contract No. RFP592382 Recommended Test Equipment Manufacturer / Description Model / SKU / Part # Qty Portable Antenna, 870-960 MHz, SMA(m), 50 Ohm 2000-1473-R 1 Backpack for Anritsu 67135 1 LMR Master Programming Guide for Model S412E 10580-00318 1 Magnet Mount GPS Antenna (active 3-5V) with SMA connector 2000-1528-R 1 AEMC Ground Resistance Tester - Clamp On Type 3731 1 AEMC Ground Resistance Tester - Ground Resistance Tester 2135.16 1 ESD Static Protection Kit 506986 / 900- 056 1 ToolKit Field over 135pc 27497 / JTK-88S 1 RF Adapter Kit - 43pc RFA-4023-01 1 Autoranging Multimeter 320671 1 77-4 1 Fluke Cable Certification Test Set 542688 / DSX- 5000Mi120/GLD 1 Fluke EtherScope II LAN Analyzer with fiber option. OneTouch AT Assistant 523008 / Fluke 1T 1000 1 Fluke Portable Scope/Meter 2CH, 100 MHz 388404 1190- 102/AM 1 Fluke Accessory Kit / FlukeView Software 359633 / SCC290 1 Laptop Computer - To be configured at time of order TDBDeII Latitude 15 5000 Series 1 Harris Programming Equipment / Software License, Device Manager Premium MANM-NSG9B 1 Adapter,16-Port Serial to USB AA-016293-001 1 Cable Assembly, Ftd W Conn,AWG24,10ft CA101301 V10 1 Attachment 4-Statement of Work Equipment List Page 18 City of Miami. Florida Contract No. RFP592382 Recommended Test Equipment Manufacturer/ Description Model r 5KU / Part # Qty Adapter,Cable,RJ45(F) to DB-9(M) CA-016292-001 1 Software, Disk Kit, Profile Manager (OTAP?) AE/LZY213771/1 1 1 Radios Programming XG- 25P XG- 75P XL- 200 XG- 15P Software, Radio Program Manager ✓ ✓ ✓ TQS3385 10 Software, Radio Program Manager 2 ✓ SS-SW1E 10 Software,Key Admin Manager ✓ ✓ ✓ TQS3416 10 Cable, Programming/Keyloading ✓ ✓ 1 CA-023407-001 10 Cable,USB,Programining ✓ 12082-0410-A1 10 Cable,KVL,Key Loading ✓ 12082-0400-A1 10 Cable Assembly, Accessory ✓ 12082-0430-A1 10 Cable, Test ✓ 12082-0435-A1 10 Adapter Cable,USB to RS-232 ✓ ✓ ✓ ✓ CN24741-0001 10 Portable - Tools XG- 25P XG- 75P XL- 200 XG- 15P Audio Test Box ✓ ✓ ✓ ✓ TS-011826-001 10 Audio Test Box Kit, (Box & Manual) ✓ ✓ ✓ ✓ MATQ-03424 10 Power Supply Adapter, 7.5V, ✓ ✓ ✓ ✓ BT-023406-015 10 Adapter, Antenna, Test, ✓ ✓ ✓ ✓ 19B801496G2 10 Torque Driver, ✓ ✓ ✓ ✓ 12RTD 10 Hex Bit, 1,27mm , ✓ ✓ ✓ ✓ B-W 1.27 10 Antenna insert Tool , ✓ ✓ ✓ ✓ 337097G1B 10 Special Tool for Volume/Channel Switch, ✓ ✓ ✓ ✓ T4WK03399 10 Screw Bit, Dual Switch Knob, ✓ ✓ ✓ ✓ TL-017474-001 10 Torque Tool,Switch Knob Bit ✓ ✓ ✓ ✓ TL-017474-002 10 Antenna Bypass Connector ✓ ✓ ✓ ✓ G4UK07188-0 10 Special Tool for Outer Knob Removal, ✓ ✓ ✓ ✓ 14002-0138-14 10 Attachment 4-Statement of Work Equipment List Page 19 City of Miami, Florida Contract No, RFP592382 Recommended Test Equipment Manufacturer/ Description Mode! / SKU f Part # QtX Mobile - Tools/Software XG- 25M XG- 75M XG- 100M XG- 15M Cable,Option,M7300/M5300/UNITY ✓ ✓ ✓ 14002-0174-01 10 Cable,Serial,Programming,Data,20 Ft ✓ ✓ ✓ CA-013671-020 10 Cable,Programming,CH-721 Front Connector ✓ ✓ ✓ CA-103541-001 10 Cable,KVL Key Loading (CH- 721/HHC-731) ✓ ✓ 14002-0143-10 10 Cable,CH721 Option Cable ✓ ✓ ✓ CA-011854-001 10 Cable,Serial Programming,CH721 ✓ ✓ ✓ ✓ CA-104861 10 Cable,Programrniing (14015-0200- 01) ✓ DM-CL2Y 10 Cable:Option (14002-0174-08) ✓ DM-CL2X 10 Tool,Knob Removal Special Tool ✓ 14015-0203-27 10 RF Communications Test Set ✓ Use Aeroflex 3920B quoted above Attachment 4-Statement of Work Equipment List Page 20 City of lvliami, Florida Contract No. RFP592382 Attachment 5 System Coverage Maps Harris provides the City of Miami a coverage guarantee of 98% 12dB and 97% 24dB in - building coverage throughout the city, which surpasses the RFP requirement of 95% coverage. Better coverage means more places where critical public safety operations can occur. Following are 12dB PTO, and PTB as well as 24dB PTO, and PTB. Attachment 5 Statement of Work System Coverage Maps Page 1 City of Miami, Florida Contract No. RFP592382 �S RF integrity Monday March t3. 2017 10'31:58 Prcect Information Project: MBP- Engineei: Figura SeiNice, 16'128_Cityo(Miantl_FL,.800, P25 15128 Pcrta1:Ie, Ta!kou1, Indoors No SM,1, N6 P25 System Parameters , ....F.. .... Frequency 8FJ6-dz,.3MHz Terminal Antenna Height: 5 0 ft. Portable Transmit Power: 34.8 dem Portable Antenna Gain: 0 0 dB Site Pararnetsis Site ID Site Inc. Latitude. Longitude. Site Elevation: Area Type; Building Loss Transn tL+r- Outt]ut Povi er Combiner- Cilplerer LOSS Coax: A:rtenna Verlical Pattern Fore Station 3 25 46' S 1 550' N {NAD631 80' 12' 50 550' W 3311. Database PLAG Version 15 1 Database MASTP V Manufacturer- Harris RFCD 832W 49.2dBm CP01244 Clarinet. 8 Spacing 300 kH2 Loss 3.4 dB 0.0 dB 1.5::6" FoOm Ls+'gth: 225 ft. Loss 1.7 dB i3MR100 Azimuth 90' Gain. 11 3 ded((Mat} 11.0 dFidtllzn) Height 17.5 ft. (C L ) Yes Mechanical Titi. d'' Allowable Path Loos: 151 2 d.BiH7n) ERP 55.4 d@rn(Max) 55.1 klBruiHzni HAAT 190 3, Site 1D- CAB -CT 25 Site Name: County Admin. 81dq DQwntiit 25 Latrttrtle. 25 46' 33.415" N i;NAO83) Longitude. 80' 11' 46 655" W Ste Elevation. 36 8. Area Type: Database PLA Verson 15.1 Building Loss: Database Trarisnutter: MASTR V Manufacturer Harris RFCD Output Power: 63.1 Vr 48 0 dBrn Combiner. DSCCSs Channel: 10 Spacing' 250 kHz Duplerrer Loss: 9.0 dB Coax: 1-:5/3" Foam Antenna 13ts1R 10-OT7.5 Length 150 ft. Azimuth:0' Vertu:at Pattern: Yes Mechanical P11. 0" EPP: 55-4 c18nr(Max) 53-5 081-n(Nzn) Ailouabie Path Loss 149-0 r1t81H-n) Loss 2.8 dB Loss 1.1 d5 Gain: 11.3 dSdiMas1 9.4 di1 (Hzn) Height. 530 tl, HAAT 549 5. Site 1D- F3 11 Site Nome' Fare Station 11 Latitude. 2:5' IT 13 t)4.Y N (NAC833 Longitude. 80 1 T 32 120" W Sae Elevation: 26 ft. Area Type: 0,atabaae PLAG Ver3'Ion 17,1 Building Loss. Database Transmitter MASTR V Manufacturer: Harris: RFCD Output Power 75.9 VY 48.8 d$rn Combiner: CP01244 Channel. 8 Spacing. 300 kHz Loss. 3.4 dB Duplexer Loss: 0.0 dB Coax 1.519" Foram Length: 150 ft. Loas. 1.1 dB Antenna: BMR130 Azimuth. 90" Cain: 11.3 88d(M0x) 11.0 3Bd(Pfzrt7 Height: 100 ft. (C L. Ver9CaI Pattern Yes Mechanical Toll. 0' Allowable Patti Loss 131-4 deiHui) ERP' 55 6 dBnl(Max) 55 3 dBrn(Htnl HART. 100 B. Attachment 5 Statement of Work System Coverage Maps Page 2 City of Miami, Florida Contract No. RFP592382 Figure - Page 2 $ to €D Ste Name Latitude Longitude: Site Elevation' Area Type: eta ldirg Li Transmitler Output Power Combiner Duplexer Loss_ Coax: Antenna' Vertical Pattern. AIIowet e Pain Lo55. Sde ID Site Name Latitude. Lo» Otude: Site Elevation:: Area Type: 0uildirg Loss Trat+smitter Output Power Combiner' Duplexer Loss'. Coax: Antenna Vedic -a Pattern: MaYvehie Path Loss. FS 8 Fire Station 9 25'49'58.710"Nr 80''1141.150'W 30 It. Database Database MASTR v 79.4 W CP01244 0.3d6 1-543" Foam BMr4 100 Yes 151.3 08(1-4.zsa) NAo83) PLAG Version: 15.1 Manufacturer Parris RFC° 49 0 d8m Charne:: 8 Length 150 tt Azimuth: 0' t 1gctlaricat Tilt. U" Spacing 300 kHz Loss 3.4 dB Loss_ I de Gain: 11.3 dBd(Max) 11-0 d8d. zni Height 100 ft. (C.L ErFP: 55.5 d8m(Max} 55.2 d8tn(Hzn) HAAT112 d FC 115Az FireColte,e 115A2 25' 43' 35.192- N 80 19 25 091' W 33f1. pataaase Database MASTR v 79 4 W 1-5/8" Foam aMR10D Yes €55.3 dB 1 znt NAD83) FLAG version: 15.1 Manufacturer Hers RFCD 49 0 d0rn Charnel: 10 Spac;ng 2.50 kHz Lac: 2.8 d8 Ler1 U1: 140 ft. Lass: 1.0 dB Azimuth 115' Gain- 14.8 d0diNtax 14 0 s38d(Hzn1 Hn<ghi: ilC ft. EC.1- ) Merhanical ;nt- 0 ERP.59.5-JSrntMaxj 50_2dEmi,H2nt HAAT 105ft Attachment 5 Statement of Work System Coverage Maps Page 3 F��1RR1 City of Miami. Florida Contract No. RFP592382 PP Integrity RAPTR Version 28.0.390 Alonday. Ma+<fl "3. 20..7 10.00 t s MOP 181_8 % wee Engine ac avax.•s,persnaex a•tt b s ntte rc..aq vn+a pew Nava �;.eape ar sac. xt s• ran 3 x3 *. m,enpe 0 41 f Scale - flutes i t i ►;Ps 9 FC 115Az Attachment 5 Statement of Work System Coverage Maps Page 4 City of Miami, Florida Contract No. RFP592382 TIMIS BF Int0rtv Monday, March 13. 2011 1073349 P7piaol information Pi °lent M8P Engineer Frgure Service 161 28_CityolMiarnI_FLid_P2 5 16128 Pont. Ta,kback. Indoors. No SMA. NB P25 System Parameters Frequency 806 - 370 tri-lz Terminal Antenna Herghl 5 0 ft Portable Transmit Power 34 3 cBm Portable Antenna Gi OEO dB Site Parameters 5le ID. FS 3 Ste Name Latitude Longitoce Site Elevatton Area Type Building Loss Receiver Additional Gan Multrooripler Duplexes Loss Coax Tower Top Amp Antenna vertmal Pattern Adowatie Pt n Loss- Sde ID Site Name Latitude Longitude Site Elevaton Area Type Buildrng Loss Receiver Additional Gam MulLcoupier Duplexer Loss Coax Tower Top Amp Antenna Fire Station 3 25 46' 51 550' N rNAD83) SW 1250.5M3" W ntt, Database PLAG Version 15.1 Database MASTR V 03 dB CPC00 18 0.0 dB 71' Fcran! Length 250 CP00 7 32 BMR 100 Azimuth 00 - 'Yes Mechanical Tilt: 8' 2 dEt/Hzn) HAAT 21311. CAB- T 25 Court/ Admin Bldg Downtrit 25 25' 46' 33.4 15' N INA0831 80 It' 46 655' W 36 ft Database Database ILLASTR V 130.313 CPCM113 0 0d8 71' FOAM CP00732 BMR100T2 Vertical Pattern Yet Aacrwabie Pahl Loss 150_618642n) PLAG Version 15 1 Mdrittlacluter Hams RFCD Total System Gain 7 316 Channel 16 TTA Pad 0 3 dB Distribution Pad: 5 Gin 11 3 decl(Max; 11 0 riBdHzi) Harght. 200 / C L.l Manufacturer Harris RFCD Total System Gain 7 3 de Channel 16 TTA Pad 0.0 dB Distnbution Pad 7.0 dB Length 150 rt Azimuth: 0" Mechanicai TM 0' HAAT: 549 ft Gam 10 3 dEdalax) 10 4 dadiRzro HeighT 530 tt ee.`, LI Attachment 5 Statement of Work System Coverage Maps Page 5 City of Miami. Florida Contract No. RFP592382 Figure • Page 2 Site ID Site Name Latitude. Longitude. Sae Elevation Area Type 6ulidrng Loss. Receiver Additional Gain_ rdtuilicoupler. Duptexer Loss Coax Tower Top Amp. Antenna Vertical Paticrr Allowable Path Loss. FS 11 Fire Station 11 25' 4V 13 040' 80 17' 32,120" 26 f1. Database Database MASTR V 00dB CP00918 00dB 7,8" Foam CF00732 BMR1OQ Yes 1551.2 iBtlizn1 Sire ID. Site Name Latitude Longitude'' Site EleyatIort Area Tyne. Bur/ding Loss. Receiver Additional i3ain luilicoupter Duptexer Loss Coax To-Aer Tap Amp' Antenna Vertical Pastern Ailo:vable Path Loss 151 Site. ID' Site Name Latitude Longitude Site Elevation Area Type' 8 s 1rng Loss Receiver Additional Gain Mullmtipter Duplexes toss Coax. Tour Top Amp Antenna: Vertical Pattern Allowable Path Loss- 15 N rNAD831 PLAG Version 15 1 Manufacturer Harris RFC() Total Svstern Gain 7 3 dB Channel. 16 TTA Pad: 0.0 d5 Drslnbulion Pad- 6 7 dB Length 175 ft Azimuth 90' Gain 11 3 dBdttaax) 11 0 ded(Hzni Height. 125 ft (C L ) Mechanical Tilt ©" HAAT: 125 ft, FS 9 Frre Station 9 25' 49' 58 710" N (NAD83) 80' 11' 41 150" W 30 ft Database Database fetA$TR V 0.0 do CP00918 0 3 d8 7i8 Foam CP00732 B.31R10C Yes 1 0B;Hzn) PLAG Version. 15 1 Manufacturer Harris RFCD Total System Gain 7 2 dB Channel 16 TTA Pad 0.0 dB D stributicn Pad 6 9 dB Length: 1821E ALmu Mechanical Tit 0' HAAT 144 ft FL` 115A2 Fire Coifege 115 Az 25 43' 30 192' N iNAD83) 80- 13' 25 C91' W 33 11 Database Database hf 33R v 00dB CFOO918 0 0 d8 7/8' Foam CP00732 BMPs00 Yes 1.2 d13ttzn; PLAG Version: 15.1 Gain. 11 3 dBditrlax) 11 0 d6dl Hen; Height 13211 C L 1 Manufacturer Hams erco Total System ,Gain 7 3 d8 Channel. 18 TTA Pad 0.0 d9 Distribution Pad 6 5 d3 Length 182 ft. Azimuth, 135' Gain. 11.3 d83dti41axj 11 0 dSd(Hzn) Height. 132 ft. tC.L Mechanical Tait. 0` HHIAAT 147 ft. Attachment 5 Statement of Work System Coverage Maps Page 6 City of Miami, Florida Contract No. RFP592382 RF Intecinly RAP YR Veral00 28.0 390 h4pnw.y. r 2,1 13 20, 12 IS .11-e0C: IZE_C tyso.b.0i,„F, ecia_Pm 108P "01:0 Fvurp Encif,VN Mac •vx., • '0C.J01) ,mt art, ..erts.,..11 .04eXIMP1,41-1.41111 fieGM :Da.. Sea - miles 4 1 -.., r---7---ii ; 7r:F-77.37- ,; . , 1r........Ac—." .4. '''........... i , , t -, i 1 TiRRIS T251 Attachment 5 Statement of Work System Coverage Maps Page 7 City of Miami, Fiorida Contract No. RFP592382 RF Integrity Monday, Maros 13, 2017 10 42 47 Project Infor?nation Protect MBP. Engineer Figure- Service. 16128 CityofMiami FL 800_P25 16128 Portable. Talkcul, mdo,xs. No SMA, NB P25 System Faran'etera Frequency 336 _ 870 MHz Terminal Antenna Height. 5 0 it Portable Transmit Power 34.8 dBm Portable Antenna Gain- 0.0 dB Sisa Parameters Site 10 Site Name. Latitude Longitude: Site Elevation Area Type Beading Lass Transmitter Output Power Combiner Duplexes Loss Coax Antenna FS 3 1+re Station 3 25 46' 51 550' N (NADS3 80' 12' 50.550' W 33 tt Database PLAG 4ersion_ 15.1 Ln-atabase MASTR V Manufacturer Harris RFCD 83 2 'W 49 2 (Am 0P01244 Channel:8 0 0 .119 1.5:8- Foam BMR tno Vertical Pattern e`As Allowable Path Loss. 'S1 2 dBhi:nr Site In' Sae Name Latit.de Longitude Site Elevatron, Area Type. Building Loss Transmitter Output Power Combiner Duprexer Loss: Coax Antenna, Vertical Patten_ Allowable Path Loss Sae ID: Sire Name Latitude Lorgrtude' Sae. Etevaton. Area Type Budding Loss Transmitter - Cutout Power. Combiner: Duplexer Loss Coax. Antenna. Spacing 3001rH2 Loss 3 4 dB Length 225 tt. Loss 1 T dB Azimuth 90' Gain 11 3 dSd(Maxt 11 0 dRd(Hznl Height 175 ft (C L 1 Mechanicat Tiit. 0 ERP 55' 4 6Bni Mau) 55 1 d9mt0znj HAAT 190 ft CAB-0T 25 County Adm n Bldg Da;rrlult 25 25 46' 33 415' N i NA083; 80 11' 46.655' W 36ft Database PLAG Version 15 1 Database MASTR V Manufacturer Harris RFCD 63.1 W 48 0 dEm DSCC85 Channel 10 Spacing: 250 :aHz 0.0dB 1-3;3" Foam Length. 150 ft_ BM1310-C'T2 5 .Azimuth. 9 Yes Mechanical TA. 0` 145 5 364,1-01) ERE 55 4 d5n rM0s FS 11 Fire Station 1! 29 45' 1040' N rNAL'83; 80' 17' 32.120- W 26 It Database Database MASTR V 7a.9W CP01244 0.0 dB 1-58' Foam BMR 100 PLAG Version. 15.1 Loss: 2.8 d8 Loss 1 1 ds Gain: 11.3 dBc4Maxl 9.4 d9diHzn) Height 5:37 tt. (C.L.) 53.5 dBmtH.ni HAAT 549 ft. Manutachirer Harris RFC° 4$ $ den Channel. 3 Spacing: 300 kHz Loss: 3.4 dB Length 150 ft. Loss t_ 1 dB Azimuth 90' Gain. 11.3 dBdfMaxt 11 0 dadQHzn) Height 190 5. (C.L.) Vertical Pattern. Yes Mechanical Tr!t- 0' Allowable Path Loss. 151 4 d0 Hznl E'RP 55 6 d3m(Max) 55 3 dBn Hzn) HAAT 100 It Attachment 5 Statement of Work System Coverage Maps Page 8 City of Miarni, Florida Contract No. RFP592382 Figure . Pape 2 Sile ID Site Name Latitude l onpilurle Site Elevation: Area Type Building Loss. Transmitter Output Poi. ei Combiner' Duplexer Loss. Coax: Antenna: Vertical Pattern Alowable Path Lass 151. Site ID: Site Name, Lat Luce. Longitude' Site Elevation Area Type Bt.41ing Loss Transmitter' Output Power Combiner Ouplexer Loss Coax FS 9 Fire Station 9 25 49' 58.710` N t 8C' 11' 41 156- Y! 30ft. Database Database MASTR V 75.4 W C: P31244 0.3 d8 1-5,8" Foam BMR100 Yes 3 dBil-Izni NAD831 ?LAC' Version 15 1 Manufacturer Harris RFCD 49.0 rem Channel ii Spacing 300 kHz Loss 3 4 dB Length. 1501t Loss 1.1 d8 Azimuth 0" Gain. 11.3 d dtMax? 11,0 d8d(ttzn) Height 10011 cC L.1 Mechanical Till. 0 ERP 55 5 d8n8Maxl 55.2 d9m(Hzn) HAAT 112 ft. izC 115AZ Fire College 115Az 25' 43' 36.192- N INAD83) 31'15'25091-W 3311. Database Database MASTR V 79.4W DSCCB5 0.0 dB 1-5r8' Foam Antenna' BMR1CD Vertical Pattern. Yes A:towable Path Loss: 155.3 d8tHzn) PLAG Version. 15 1 Manulactixer Hares RFCD 49.0 d9ns Channel_ 10 Spacing 250 kHz Loss. 2.8 dB Length. 140 ft. Loss. 1.0 dB Azimuth 115 Gain 14,3 ded(Maxl 14 C dad(Hzn1 Height 90 tfi (C L M1i:rndnu at t=i1 0" EPF 39 5 €cBni Max; 59 2 dBmi Hzn; HAAT 105 ft Attachment 5 Statement of Work System Coverage Maps Page 9 City of Miami, Florida Contract No. RFP592382 RE Imearity RAPTR Version 29.0.390 Tuesday. Fetvu;w: _'E, 2017 '9_1020 Protect 1617A_Cnpa Urrwse_FI _RTV P 5 54BP. 16128 Fsme. EoOmeer Map :vs.: t :00.OM gar Yttc a.om.nr...ir vast ira,S.a.,. ma. AA..-...,.Yr.. Pm p. ' Alf .M.1 a.vN! n r.r ILMTS Yet a+o'eY1 asa N COMA. Scale • miles 0 I�RR/S Attachment 5 Statement of Work System Coverage Maps Page 1e City of Miami, Florida Contract No. RFP592382 frtRRIS PF Integrity Monday, March 13, 2017 10_3735 Project intonation Proles( MUP Engineer. Flora SeNoe 16128_Citypetiliamift,_1300._P25 76129 Portable, Takback, Indoors, No SMA, NB P75 System Parameter's Frequenty 806 - 870 MHz Terminal Antenna Heignt: 5 0 fl Portable Transmit Power 34.8 an, Portable Antenna Cam- 13 0 de S.te Parameters Site 10 Site Narre Latitude Longitude Site Elevation: Area Type Building Loss Rece:var Additional Gain NIumcoucier. Duptexer Loss Coax Tower Top Amp Antenna Vertical Pattern Allowable Path Lose Site ID Site Name Latitude Longitude Site Elevation Area Type Building Loss Receiver. Additional Gain Multitoupiel Duplexer Loss Coax Towel Tup Amp Antenna Vettical Patton Ailowable Path Loss FS 3 Fr e Station 3 25' 46' 51 550N (NAD831 80' 72' 50 550- W 33 It, Database FLAG Version: 15 1 Database MASTR V 0_0 ct6 cPco913 0.0 de 741" Foam Length 250 3. CP0073: 6MR imp Azimuth 91: tes Mechanical Tit. 0' 151 2 dBit-izti) HAAT 2 r5 It Manufacturer Harns RFCD Total System Ciart 7 3 dB Channei: 16 TTA Pad 0 0 dB Distribution Pad- 5,8 dB Gin 11 3 OBM,Maxi 11 0 t113d(Hzni Height: 2430 ft (0.L CAB-DT 25 Courtly Aernin Bldg Downtat 25 25' 46' 33 4154 N INADSZ 60 1 1 45 655" W 36 ft. Database FLAG Version-, 15 1 Dataoase MASTR V Manufacturer. Harris RFCD 0080 Total System Gai'r. 7 3 dB CPC1091-8 Channel: 16 TTA Pad 0 0 dB Disint ution Pad' 7 D de 0 0 dB 7t8" Foam Length 150 8_ CP00782 8MR100T2 Azimuth 3 Gain- 106 dBd(Max) 14) 4 dBdttizn) Height 530 It tC L) Yes Mechanical Tat 0` 150 6 dEll,Hzn't HAAT 549 ft Attachment 5 Statement of Work System Coverage Maps Page 11 City of Miami, Florida Contract No, RFP592382 Figure - Page Site 1D: Site Narne. Latitude Longitude. Site Elevation. Area Type Building Loss Rece ver Additional Gain: Multicouoler Duptaxer Loss Coax' Tower TopAnip: Antenna Vertical Pattern: Allowable Path Loss: 131 Site 10. Site Name: Latitude Ldr1altude Site Elevation Area Type Building Loss Receiver Adduional Gain. Multicouoler Duplexer Loss' Coax' Tower Top Amp. Antenna Vertical Pattern' Allowable Path Loss. FS 11 Fire Station 11 25` 46' 13 040' N INAD83) 80" 17'32.120'W 20 1t. Database PLAG Version 15 1 Database MASTR 0 0 dB CP00918 0.O dB 7+'8" Foam Length, 175 ft CP00732 BMR 100 Yes 2 dB(Hzn) Manufacturer Harns RFCD Tatar System Gain- 7.3 dB Channel 16 TTA Pad 0.0 dB Distribution Pad a 7 dB Azimuth 90' Gain 11 3 dBditL4ax) 110 d9d(Hzn) Height 125 It rC L Mechanical Tilt 0" HAAT. 125 Y. FS 9 Fire Station 9 25' 40` 58.710' N (NA083) 80- 11' 41 150" W 30 0. Direness Database MASTR V 0 0 dB CP009 t8 0.3 d8 7:8" Foam CPCO732 8;.1R 100 Yes 151 1 dBtHzn) PLAG Version -15.1 Manufacturer Harris RFCD Total System Gain. 7 2 dB Channel 16 TTA Pad 0 0 d8 Distribution Pad 6 0 dB Length: 182 9. Azimuth: 0 Gain 11 3 d80(Max) 1t 0 d6d(Hzn) Height- 132 ft (C.L ) Mechanical Tilt: 0` HAAT: 144 11 Site ID- S* Name Latitude Longitude. Site Elevation. Area Type S tilding Loss. Receiver. Additional Gain Multicot pler Duplexer Loss Coax Toyer Top 4rnp Antenna: Verrical Pattern. Allowable Path Loss' 151. FC 115AZ Fire College 115 Az 25 43' 30 192" N (NAD831 80' 13' 25 091- W 33 ft Database Catabase MASTR V 0 0 dB CP00918 60 d8 7112' Fcam CP00732 BMR 100 YRS 2 d8(t zn) PLAG Version 15.1 Manufacture,: Harris RFCD Total System Gain: 7 3 d8 Chance. 16 T- A Pad 0 0 i18 Distribution Pad 6 5 da Length 182 ft. Azimuth. 135' Gain: 11 3 dBd(Mas) 11.0 dBd(hlznt Height 132 ft. (C L M l'anicat 7111 0` HAAT 147 ft, Attachment 5 Statement of Work System Coverage Maps Page 12 City of Miami, Florida Contract No. RFP592382 RP Inagrily RAPTR Version 28.0.390 Tunsday..44mtanv :.5. ,yj 17 :9 17 3-1 19,4 d 16 0, Cn)a0Awm,_FI_30r1 P23 6s#P t61'8 Fla En¢neer flap t pe. • 1,10D.MG x�.n Ocm � wsA.rawvsnw...+•wHi.uilis�ws aw+4 u Sri - mass Attachment 5 Statement of Work System Coverage Maps Page 13 City of Miami, Florida Contract No. RFP 592382 Attachment 6 Functional Acceptance Test Procedures RRIS Functional Acceptance Test Procedures for the City of Miami City of Miami, Florida Contract No. RFP 592382 TABLE OF CONTENTS P25 Regional Network Manager (RNM) and Universal Administration System (UAS) 5 Create UAS User Account with Agency privileges 5 Create Talkgroups and Units (UAS) 6 Site Access Control (UAS) 7 Subscriber Report (UAS) 8 Unit Enable/Disable 8 Dynamic Regroup 9 Unit Deregistration 10 Real Time Site Monitoring (RNM) 11 Site Usage Reports (RNM) 12 Infrastructure Summary (RNM or CNM) 13 Alarm Indications (RNM) 14 Site Reconfiguration 15 P25 Site Features 16 Group Call 16 Individual (Private) Call 17 Recent User Priority 18 Call Priority for Group IDs 19 Single Site Call Queue Declaration Alert 19 Emergency Call Priority for Group IDs 20 Unit to Unit Call Alert Paging 21 Out of Range Tone On PTT 22 Transmit Denied (for Invalid radio ID) 22 P25 Trunked Features 24 All Call 24 Announcement Group Call 25 Transmission Trunking 25 Transmit Grant Tone 26 Group Scan. .,.. 27 Priority Scan 27 Transmit Busy Lockout 28 Continuous Control Channel Update 29 Convert To Callee 30 SYMPHONY DISPATCH FEATURE SET 31 Transmitting With a Microphone (Group Calls, I Calls) 31 Receiving Calls (Unit ID Display, Talk group ID Display, Aliasing) 32 Emergency Call and Emergency Alarm 34 System Wide Call (All Call & Announcements) 36 Alert Tones.... 37 Console Pre-Empt 38 Simulselect 39 Patch 40 Console to Console Cross -mute 41 Call History 42 Trunked Logging Recorder 43 Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 1 City of Miami, Florida Contract No. RFP 592382 Group Call 43 Emergency Group Call 44 P25 Over -the -Air Data Test 45 ProFile (Over -the -Air Programming) .45 Over the Air Rekeying (OTAR) 46 Warm Starting a radio from the UAS Key Management Application 46 Warm Starting a Console from the UAS Key Management Application 47 Rekeying and Changing Over a Crypt° Net from the UAS 48 Zeroizing a Radio from the UAS Key Management Application 49 Interop Gateway inter -Operability Test 51 Local Interoperability 51 P25 Talkaround Mode Features 53 P25/FM Mode Control 53 Talkaround Mode Encryption & Rekeying 53 P25 Conventional Subscriber Interoperability in Talkaround Mode 55 High Availability Failover Tests 56 Primary VNIC Failover 56 Group Call 56 Individual Call 57 Secondary VNIC Failover 58 Group Call 59 Individual Call 59 Primary Router (bssl) Failover 60 Group Call 61 Individual Call 62 P25 Simulcast Bypass Operation 63 Setup 63 Site OFF - Final Configuration 63 Site ON (trunking) - Final Configuration 64 Encryption 66 Data on an Unencrypted Radio with Unencrypted Radio 66 Data on an Unencrypted Radio with Encrypted Radio 66 P25 Phase 1 and Phase 2 Functionality 67 Mixed Mode site to Mixed Mode site Call Phase 1- Phase 1 67 Mixed Mode site to Mixed Mode site Call - Phase 1 and Phase 2 68 Mixed Mode site to Mixed Mode site Call - Phase 1 69 Phase 2 Site Call 69 BEON FEATURES 71 Transmit Grant Tone 71 Group Call 72 Individual (Private) Cali ... 73 Group Scan 74 Emergency Group Call 75 MPLS Network 77 Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 2 City of Miami, Florida Contract No. RFP 592382 MPLS Network Reroute 77 Customer Approval 2 Reliability Test Acceptance 3 60 Calendar Day System Reliability Test 4 Approach 4 Monitor and Control 4 Failure Definitions and Samples 4 Test Planning Procedures 6 Failure Reporting 6 Resources and Designations 8 Acceptance 8 Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 3 City of Miami, Florida Contract No. RFP 592382 ABOUT THIS DOCUMENT This document was specifically prepared for the customer shown below. Each section of this document is individually maintained in the Harris document control system. The revisions of each section are individually listed. Customer: The City of Miami Prepared By: Shaun Hancock, Harris Corporation DOCUMENT USAGE Many of the tests in this document will need to be run on multiple pieces of equipment. For instance a console test may be run on three consoles. For tests that need to be run multiple times, log in the comment section of the result box the identifier of the equipment tested. Although specific tests are not included relating to electrical measurements or timing parameters of equipment, these tests and levels are conducted and recorded as part of Harris' standard installation practices. These parameters include but are not limited to: • Transmit Frequency and Deviation • Output and Reflected Power • Receiver Sensitivity • Receiver Multicoupler Gain (if applicable) • Receiver Preamplifier Gain (if applicable) • Time Domain Reflectometry of Transmission Line • Combiner Loss (if applicable) • Audio line out • Audio line in System parameters and measurements will be provided to the City of Miami as part of the final documentation package. SUBSCRIBER UNIT USAGE All tests for subscriber (terminal) units in this document will be performed with Harris subscriber units unless the test setup identifies another Vendor's subscriber unit to be used for the test. Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 4 City of Miami, Florida Contract No. RFP 592382 P25 REGIONAL NETWORK MANAGER (RNM) AND UNIVERSAL ADMINISTRATION SYSTEM (UAS) Create UAS User Account with Agency privileges Setup Execution Access to an UAS or UAS client, Predefined Agency and Region in the UAS. 1. Log into the UAS. 2. Create an Agency administrative class by selecting System/Administrative/Admin Class. 3. Select "Add Entry' to display the Administration Classes Detail screen. 4. Enter a name (e.g., USMAAgency) and description. Download, 5. Click the underlined agency name from above and then Add Entry to display Administrator User Privileges Detail. 6. Select appropriate Agency from Scope pulldown menu. Enter a description, and select Read Only (RO) or ReadiWrite (RW) privileges. Download. 7. Select System/Administrative/Admin User to create a new user to use this class of service. 8. Select "Add Entry" to display the AdminUser Detail screen. 9. Enter an Admin User name (e.g., USMAAgencyUser): select the Admin Class from #5 above; enter a description; and enter a password. (Note password here or elsewhere for future reference.) Download. 10. Verify under System/Administrative/Admin User that a new Admin User as named in #9 with the class as defined in #5 is listed. Results Tester: Comments: (Pass/Fail) Date: Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 5 City of Miami, Florida Contract No. RFP 592382 Create Talkgroups and Units (UAS) Setup Execution Access to the UAS or an UAS client. Availability of predetermined ID ranges for agencies, talkgroups, users & IP addresses. 1. Log into the UAS. 2. In the Region for the Agency under test, verify or create the available range of talk group ID's, User ID's, and IP addresses by selecting the Regions menu and making the appropriate entries. 3. For the Agency under which the talkgroup should be created, select Agency! "agency name"! R/W Talk Group. 4. Click Add Entry and then on the TalkGroup Detail screen input the TG ID, Name, Description, and select all other appropriate parameters. Click OK and download. 5. Verify the talkgroup has been added to the list of talkgroups. 6. To create units, for the Agency under which the unit should be placed, select Agency/"agency name"/Profile and create a profile with the talkgroup added in step 4. Next select Agency/"agency name"/Personality and create a personality containing the profile just created. Click OK and download. 7. Select Agency/"agency name"/Voice End User. Click Add Entry and then on the EndUser Detail screen input the User ID, password ("p25user"). Name, Description, etc. of the user. Modify privilege as desired. Click OK and download. 8. Verify the user ID has been added to the list of users. 9. Select Agency/"agency name"/Subscriber Unit and enter the appropriate User ID, IP Address, and ESN for the user created in step 7. Click OK and download. Attachment 6 - Statement of Work Functional Acceptance Test Procedures Page 6 City of Miami, Florida Contract No. RFP 592382 Results Tester: Comments: (Pass/Fail) Date: Site Access Control (UAS) Setup Execution Access to UAS or an UAS client. Ensure Regional Site Manager is connected into network and into site. Radios 1 & 2 programmed with ID's valid on the site under test. Set to Group A. Radio 3 programmed with an ID not valid on the site under test. Set to Group A. 1. If not already accomplished, download a database of valid radio ID's from the UAS to the site. 2. Program Radio 3 with an ID not within that list of valid radio ID's. 3. Attempt to PTT Radio 3. Verify access to the site is denied. 4. PTT Radio 1. Verify access to the site is permitted and audio is heard on Radio 2. 5. Enable Radio 3 in the UAS database and download. 6. PTT Radio 3. Verify access to the site is permitted and audio is heard on Radio 2. Results Tester: Comments: (Pass/Fail) Date: Attachment 6 - Statement of Work Functional Acceptance Test Procedures Page 7 City of Miami, Florida Contract No. RFP 592382 Subscriber Report (UAS) Setup Execution Access to UAS or an UAS client. 1. Log into the UAS. 2. Select System/Report/Voice End User. Select the Region ID/Agency ID of the Region or Agency from which a subscriber report is desired. Modify Max Rows to a desired number. 3. Click the proper icon in the column to the right of Max Rows. 4. Verify the User ID's of the ROC & AOC selected are displayed. Select the Magnifying Glass icon for details on any specific User ED Results Tester: Comments: (Pass/Fail) Date: L`nit Enable/Disable Setup Execution Obtain 2 radios switched to the same Group and note the IDs. Switch on the radios and ensure that they communicate, Verify all sites are on line. Note that Unit Disable will automatically delete the encryption key from the radio as it is disabled. To restore unit functionality, the radio must have the encryption key re- installed. 1. Select group A on both radios and verify that the radios can communicate. 2. From the UAS: Select UNIT ENABLE/DISABLE. Under the UNIT Enable/Disable tab, enter the ID of radio 1 to be modified. Select the DISABLE button and check the status. 3. Attempt to PTT the radio and verify that it will not communicate with the system. PTT radio 2 and verify that radio 1 cannot receive the call. Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 8 City of Miami, Florida Contract No. RFP 592382 4. Enable the ID of radio 1. Verify that the Enable/Disable screen indicates that the Current State of the radio is Enabled. Confirm that the radios can communicate in unencrypted mode. 5. Switch off radio 2 and disable it from the Enable/Disable screen. Verify that the desired state is Disabled and the Current State is Enabled. Switch on the radio and verify that, on logging into the site, it becomes disabled. Verify that the State settings change to Disabled and that the radios cannot communicate. 6. Enable both radios and verify that radios can communicate in unencrypted mode, Results Tester: Comments:: (Pass/Fail) Date: Dynamic Regroup Setup Execution Ensure that Dynamic Regroup is a feature of the customer's radios. Ensure that both the Radio ID's and the Talkgroup IDs to be used are in the database and that the database has been successfully uploaded to site(s). Radio 1 set to Talkgroup A. Radio 2 set to Talkgroup B. 1. From the UAS client, send a dynamic regroup command to Talkgroup C for Radio 1 and Radio 2. 2. Verify that Radio 1 and Radio 2 are forced to Talkgroup C. 3. At Radio 1 and Radio 2, attempt to change talkgroups away from Talkgroup C. Verify that both radios are forced to remain on Talkgroup C. 4. PTT Radio 1 on Talkgroup C. Verify that Radio 2 hears audio on Talkgroup C and can respond. Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 9 City of Miami, Florida Contract No, RFP 592382 5. Clear the dynamic regroup command from the UAS client. Verify that both Radio 1 and Radio 2 are no longer forced to Talkgroup C (i.e., they can select other predefined talkgroups). Results Tester: Comments: (Pass/Fail) Date: [ nit Deregistration Setup Execution Radio 1 allowed on System X, Site 1; programmed to Group A. Radio 2 allowed on System Y, Site 1; programmed to Group B. Note MES AGE timeout (in VNIC) for deregistration or reduce it to a smaller value just for the purpose of testing. 1. PTT Radio 1 on Group A and verify it communicates on the system to Radio 2. Return call from Radio 2 to Radio 1 on Group A. 2. Turn off radio 1 and wait for expiration of the radio timeout period. 3. PTT Radio 2 on System Y, Site 1 after expiration of timeout. Verify no channel is assigned to the System X, Site 1, since Radio 1 has deregistered from site. Results Tester: Comments: (Pass/Fail) Date: Attachment 6 - Statement of Work Functional Acceptance Test Procedures Page 10 City of Miami, Florida Contract No. RFP 592382 Rea[ Time Site Monitoring (RNM) Setup Execution Access to a Regional Network Manager and within radio coverage of a site connected to that Region. Radio 1, Radio 2, and Console A operating on the site & NSC under test, all programmed with Group A. 1. On the RNM, open the real time event viewer for the site's channels by clicking the Reaftime Viewers button from the Task Launcher. Click Site Calls. Select the site and expand. Select channels to add. 2. Place a group call from Radio 1 to Radio 2 on the site, and verify that the event viewer displays the talkgroup ID and calling party ID. Verify the state changes from Free to Talk. Verify the TG Alias displays the Group #. 3. Place an emergency call from Radio 1 to Radio 2 on the site, and verify that the event viewer displays the Emergency indication (in the VNIC Time Stamp column) in addition to the talkgroup ID and calling party ID. 4. Place an individual call from Radio 1 to Radio 2 on the site, and verify that the event viewer displays an Individual call on the channel. Verify the VNIC- assigned Talk Group ID changes with each transmission. Results Tester: Comments: (Pass/Fail) Date: Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 11 City of Miami, Florida Contract No. RFP 592382 Site Usage Reports (RNM) Setup Execution Ensure radio traffic has occurred across the network recently. If necessary or desired, place some calls with a known radio ID on multisite talkgroups prior to running the test for reference during the test. At the Regional Network Manager or Central Network Manager, enter a URL of "http://kRNM ip address>/report/", where <RNM ip address> is the IP address of the Network Manager under test. 1. From "site -oriented reports," select the following: • Report scope: display activity in region [Region ID under test]. • Report type: Site -oriented reports/"Calls per site in the selected region" • Report duration: Yesterday • Chart options: top 20 2. Select "Create Report" 3. Verify a graph of 'Calls by Site" displays with the Region's correct number of sites, 4. Click the hyperlinked numeric value under the Calls column. Verify a table indicating talkgroups, caller, duration, and sites is displayed. 5. Click the "Back" button in the web browser. 6. Click the numeric value under the Site ID column. Verify multiple graphs indicating the number of calls by hour, voice group, call type, User ID, etc. are displayed. Results Tester: Comments:. (Pass/Fail) Date: Attachment 6 - Statement of Work Functional Acceptance Test Procedures Page 12 City of Miami, Florida Contract No. RFP 592382 Infrastructure Summary (RNM or CN!►1) Setup Execution Access to the Regional or Central Network Manager. 1. From the Task Launcher click Network Viewer. Expand the tree and select desired level (1,2,3) to view. 2. From the View menu, select Icons and verity the Infrastructure is presented in Icon view. 3. From the View menu, select List and verify the Infrastructure is presented in List view. 4. From the View menu, select Details and verify the Infrastructure is presented in Detail view. 5. Choose Icon view and select an Object. Right Mouse Click and select Properties or any other desired menu attribute to view information related to the object. Results Tester: Comments: (Pass/Fail) Date: Attachment 6 - Statement of Work Functional Acceptance Test Procedures Page 13 City of Miami, Florida Contract No. RFP 592382 Alarm indications (RNM) Setup Execution Access to the site under test and its RNM. The alarm will need to be generated by a channel being physically powered -down. Refer to the Manual for explanation of the alarms. Note the time of the alarm condition for later tests. 1. Generate an alarm indication on the site by turning OFF a channel's repeater. For some MASTR V systems, powering down a channel would result in the loss of two channels. Alternately, the MASTR V Traffic Controller can be disengaged from the card cage backplane to simulate loss of a single channel. 2. On the RNM, select the Network Viewer from the Task Launcher to view site alarms. Verify that the RNM indicates a site alarm for the affected channel (the object turns Red). 3. Turn the repeater back ON. Verify that the alarm clears after acknowledgement of the initial alarm (the object turns Green). 4. Review alarm details by performing a Right Mouse Click on an Object. Select the desired menu option. 5. Repeat showing alarms for Router Failure, RF Interference, Site Link failure. Results Tester: Comments: (Pass/Fail) Date: Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 14 City of Miami, Florida Contract No. RFP 592382 Site Reconfiguration Setup Execution Access to the Regional Network Manager and a site under test with at least 3 channels. Reconfiguration of a site requires using the Device Manager application to make changes. Previously, site parameters could be modified from the RNM using the "Remote Login" function for each traffic controller (SitePro). The traffic controller no longer supports remote telnet with write privilege sessions due to enhancements in security. The Device Manager application runs under Microsoft Windows operating system, which may reside on various hardware platforms such as a Laptop PC, the Regional Site Manager Server, or other Windows compatible computer. Changes to site parameters, required for this test procedure, will be executed from a separate computer using Device Manager. In the RNM, access the screen to configure channel parameters. 2. Make a site configuration change, such as forcing the Control Channel to operate on just channels 1 & 2 of the site. Download changes to the site. 3. Force the Control Channel to rotate from Channel 1 to Channel 2 by holding the reset button on the SitePro card for 3 seconds. Observe that the Control Channel rotates to Channel 2. Optionally reset one of the channels using Device Manager and observe the channel rotation. 4. Force the Control Channel to rotate from Channel 2 by holding the Channel 2 SitePro card reset button for 3 seconds. Observe that the Control Channel rotates back to Channel 1, rather than to Channel 3. Optionally reset one of the channels using Device Manager and observe the channel rotation. Results Tester: Comments: (Pass/Fail) Date: Attachment 6 - Statement of Work Functional Acceptance Test Procedures Page 15 City of Miami, Florida Contract No. RFP 592382 P25 SITE FEATURES Setup This setup applies to the tests contained in this section. Three radios are required, programmed as follows: (Utilize test or customer data base groups A, B, C & D as specified here) Radio 1: All Call group (Group A) Radio 2: (Group A) (Group B) Radio 3: (Group A) (Group C) (Group D) Note1: Additional radios are required for Call Queue Declaration Alert test. Note 2: Group priorities 5 = 200 (@ UAS), 3 (@ site) highest 4 = 100 (@ UAS), 7 (@ site) mid 3 = 10 (@ UAS), 10 (@ site) lowest Group matrix Name GID Priority Comments Group A 5 Group B 4 Group C 4 Group D 3 Group E 3 Announcement Group for Group A, B, C and D. Group Call Setup Execution Set radios 1, 2, & 3 to (Group A) per test group structure. Make sure Scan is turned OFF. 1. PTT radio 1 and talk. The transmit (TX) indicators should turn on at radio 1. 2. Audio should be heard in radios 2 & 3. The ID of radio 1 should be seen at radios 2 and 3. 3. Set radio 3 to (Group C). PTT on radio 1 and talk. The transmit (TX) indicators should turn on at radio 1. Attachment 6 — Statement of Work Functional Acceptance Test Proced ures Page 16 City of fvliarni, Florida Contract No. RFP 592382 4. Audio should be heard in radio 2 only. The ID of radio 1 should be seen at radio 2 only. Results Tester: Comments: (Pass/Fail) Date: I�idivid ual (Private) Call Setup Execution Set radios 1, 2, & 3 to (Group A) per test group structure. 1. Using the radio 1, select the pre -stored ID of radio 2 or enter the radio 2 ID directly from the keypad, and PTT radio 1. 2. Verify that radio 2 receives the call and displays the ID of radio 1. Verify that radio 3 remains idle. 3. Release the PTT on radio 1 and immediately PTT on radio 2. 4. Verify that radio 1 receives the call and displays the ID of radio 2. Verify radio 3 remains idle. 5. Using the radio 1, select the pre -stored ID of radio 3 or enter the radio 3 ID directly from the keypad, and PTT radio 1. 6. Verify that radio 3 receives the call and displays the ID of radio 1. Verify that radio 2 remains idle. 7. Release the PTT on radio 1 but do not immediately PTT radio 3. Verify that radio 3 gives a Call Back Alert (WHC-"Who Has Called") Indication. Then make the return call from radio 3 back to radio 1. 8. Verify that radio 1 receives the call and displays the ID of radio 3. Verify radio 2 remains idle. Attachment 6 - Statement of Work Functional Acceptance Test Procedures Page 17 City of Miami, Florida Contract No. RFP 592382 Results Tester: Comments: (Pass/Fail) Date: Recent User Priority Setup Execution This test requires 2 more trunked radios than there are site working channels. Disable channels (if necessary) until there are 2 working channels at the site. Thus, 4 radios are required for this test. Set up the radios 1, 2, 3, and 4 to different talkgroups, with each talkgroup configured for equal talkgroup priorities. Save and upload the database if required. This test is to be run with no other users on the system and at intervals as set in the Recent Caller Interval (a time of greater than 10 seconds is recommended for the test which is configurable in the SitePro). 1. PTT and release radio 1 (establish a recent user entry). 2. PTT radios 3 and 4 and hold on transmit to busy both working channels. 3. PTT and release radio 2 (queue a call less recent than radio 1). 4. PTT and release radio 1 (queue the recent user). 5. Unkey radio 4 and verify that radio 1 unqueues and transmits. 6. Unkey all radios. Results Tester: Comments: (Pass/Fail) Date: Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 18 City of Miami, Florida Contract No. RFP 592382 Call Priority for Group IDs Setup Execution This test requires two more radios than there are site working channels. The procedure is presented assuming there are two working channels. Disable channels (if necessary) until there are two working channels on the site. Thus, 4 radios each with a different group are required for this test. At the group database, set up the groups of radios 1, 2 and 3 for voice call priority 3 (medium), Set up the group of radio 4 for priority 6 (highest). Make sure the ID voice priority of each of the radios is less than or equal that of the respective Group ID (GM) voice priority. Save and upload the database. 1. PTT radios 1 and 2 and hold on transmit to busy both working channels. 2. PTT and release radio 3 (medium priority entry into the queue). 3. PTT and release radio 4 (high priority entry into the queue). 4. Unkey radio 1 and verify that radio 4 unqueues and keys. 5. Unkey radio 2 and verify that radio 3 unqueues and keys. 6. Unkey all radios. Results Tester: Comments: (Pass/Fail) Date: Single Site Call Queue Declaration Alert Setup This test requires two more radios than the number of working channels on the selected system used for test. To minimize the test setup and radio requirements for sites with many channels, channels may be disabled on the site so only two working channels are operational. Set up a number of radios equal to the number of operational working channels on the selected system (radio x, radio y, etc.) each with a different valid talk group selected. Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 19 City of Miami, Florida Contract No. RFP 592382 Execution Set up two additional test radios (radio 1, radio 2) both with the same valid group selected. This talk group must be different than the groups selected by the other test radios. Ensure that group scan is disabled on all the radios. 1. Busy up all working channels on the system with the first set of radios (radio x, radio y, etc.) by pressing and holding the PTT button on each of the radios. 2. With all working channels busied, momentarily press and release the PTT button on test radio 1 3. Verify that a Cali Queued tone is heard at the radio. 4. tlnkey (release PTT button) one of the first set of radios, ex. radio x. 5. Verify that radio 1 is assigned to the freed working channel and the grant tone is heard at the radio, without having to rekey the radio (redepress the PTT button). 6. Press the PTT button on radio 1 within the autokey time applicable to the radio type (approx. 2 seconds) to keep the assigned channel. 7. Verify that audio from radio 1 is heard at radio 2. Results Tester, Comments: (Pass/Fail) Date: Emergency Call Priority for Group IDs Setup Execution This test requires the same setup as for Call Priority with one of the radios programmed as a Supervisor radio (enabled to clear emergencies). PTT radios 1 and 2 and hold on transmit to busy both working channels. 2 PTT and release radio 4 (high priority entry into the queue). Attachment 6 - Statement of Work Functional Acceptance Test Procedures Page 20 City of Miami, Florida Contract No. RFP 592382 3. Declare an emergency on radio 3 (medium priority entry into the queue but now at Emergency Priority). 4. Unkey radio 1 and verify that radio 3 unqueues and is assigned a channel without having to PTT. (Key the radio within the specified autokey time in order to keep the channel.) 5. Unkey all radios and clear the emergency with the Supervisor radio. Results Tester: Comments: (Pass/Fail) Date: Unit to L:nit Call Alert Paging Setup Execution Radio 1 with Call Alert programmed into a button ("PAGE") and Radio 2's ID programmed into its Individual Call list. Radio 1 & Radio 2 on the same site. 1. Select the PAGE function from the MENU on Radio 1. Select Radio 2 from the preprogrammed list of radios and PTT Radio 1. 2. Verify Radio 1 displays "TX PAGE" on the second line. 3. Verify Radio 2 displays the ID of Radio 1 on its first Tine and "*RX PAGE" on the second line. Verify Radio 2 beeps multiple times to indicate a received page. 4. Verify Radio 1 beeps multiple times to indicate the page was successfully sent. Attachment 6 - Statement of Work Functional Acceptance Test Procedures Page 21 City of Miami, Rorida Contract No. RFP 592382 Results Tester: Comments: (Pass/Fait) Date: Out of Range Tone On PTT Setup Execution One radio with valid ID and valid group on selected system. System scanning disabled in radio personality as necessary for specific radio type being tested. 1. With valid group selected, and radio initially logged into and monitoring the control channel on the selected system, reduce the signal strength reaching the radio by some means (ex. unscrewing and removing the portable radio antenna, or moving further from the site). 2. Verify that the radio indicates loss of control channel on the display when the received signal strength is sufficiently reduced (i.e. out of range of system). 3. Press PTT button on radio, and verify that an out of range tone is heard at radio. Results Tester: Comments: (Pass/Fail) Date: Transmit Denied (for Invalid radio ID) Setup Program system so that radio ID is not valid on the site under test. Download database to site. Attachment 6 - Statement of Work Functional Acceptance Test Procedures Page 22 City of Miami, Florida Contract No. RFP 592382 Execution 1. Press PTT button on radio with valid group selected. 2. Verify the radio is prohibited access to system. Results Tester: Comments: (Pass/Fail) Date: Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 23 City of Miami, Florida Contract No. RFP 592382 P25 TRUNKED F&iTLRES Setup This setup applies to the tests contained in this section. Three radios are required, programmed as follows: (Utilize test or customer data base groups A, B, C & D as specified here) Radio 1: All Call group (Group A) Radio 2: (Group A) (Group B) Radio 3: (Group A) (Group C) (Group D) Notel: Additional radios are required for Call Queue Declaration Alert test. Note 2: Group priorities 5 = 200 (@ UAS), 3 (@ site) highest 4 = 100 (@ UAS), 7 (a@?i site) mid 3 = 10 (@ UAS), 10 (@ site) lowest Group matr'x Name GID Priority Encryption Key Comments Group A 5 Group B 4 Group C 4 Group D 3 Group E 3 Announcement Group for Group A, B, C and D. Ali CaI1 Setup Execution Set radio 1 to All Call, radio 2 to (Group A) and radio 3 to (Group C). All Call is defined in the I -Call set. 1. Place the All Call from radio 1, 2. Audio should be heard at radios 2 and 3. 3. Set radio 2 to (Group B) and radio 3 to (Group C). 4. Place the All Call from radio 1. Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 24 City of Morn, Florida Contract No. RFP 592382 5. Audio should be heard at radios 2 and 3. Results Tester: Comments: (PasslFail) Date: Announcement Group Call Setup Execution Set radio 1 to (Group E). Set radio 2 to (Group A). Set radio 3 to (Group B). Groups A & B are in Announcement Group E per test group structure. Ensure Scan is turned OFF, 1. PTT radio 1 and talk, The transmit (TX) indicators should turn on at radio 1. 2. Audio should be heard in radios 2 & 3. ANNOUNCE should be displayed at radios 2 and 3. Results Tester: Comments: (Pass/Fail) Date: Transmission Trunking Setup Set radios 1, 2, & 3 to (Group A) per test group structure. Make sure Scan is turned OFF. Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 25 City of Miami, Florida Contract No. RFP 592382 Execution 1. PTT radio 1 and talk. The transmit (TX) indicators should turn on at radio 1. 2. Verify transmission trunking operation by noting that repeater channel in use is freed after PTT is released (i.e., no message trunking operation). Results Tester: Comments: (Pass/Fail) Date: Transmit Grant Tone Setup Execution One radio with valid ID and valid group on selected system. Grant tone (Ready to Talk tone) enabled in radio personality as applicable for specific radio type being tested. 1. Press PTT button on radio with valid group selected. 2. Verify grant tone is heard at radio when working channel access is granted. Note: If the call is queued, the grant tone will be delayed until the call is assigned a working channel. Results Tester: Comments: (Pass/Fail) Date: Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 26 City of Miami, Florida Contract No. RFP 592382 Group Scat Setup Execution Two radios (radio 1, radio 2) each with valid IDs and two valid groups (group A. group B) on selected system. Radio 1 set up with group A and group B in the scan list, group A selected, and group scan initially disabled. 1. Place a call from radio 2 on talk group A. 2. Verify the call is received and audio is heard on radio 1. 3. Place a call from radio 2 on talk group B. 4. Verify the call is not received by radio 1. 5. Enable group scan on radio 1. 6. Place another call from radio 2 on talk group B. 7. Verify that the call is now received and audio is heard on radio 1. Results Tester: Comments: (Pass/FaiI) Date: Priority Scan Setup Set radio 1 to priority scan Group A and scan (at lower priority) Group B. Set radio 1 to Group C. Have scan enabled on radio 1. Set radio 2 to Group B. Set radio 3 to Group A. Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 27 City of Miami, Florida Contract No. RFP 592382 Execution 1. With group C selected on radio 1, place a call from radio 2 on Group B. 2. Verify radio 1 scans to Group B and hears audio from radio 2. Continue transmitting from radio 2. 3. Place a call from radio 3 on Group A. 4. With radio 2 still transmitting on Group B, verify radio 1 priority scans to Group A and hears audio from radio 3. Results Tester: Comments: (Pass/Fail) Date: Transmit Busy Lockout Setup Execution Two radios (radio 1, radio 2) each with valid IDs and same valid group on selected system. Talk group used for test must be set up as transmission trunked. This feature does not apply to message trunked calls. 1. Place a call from radio 1 on selected talk group by pressing and holding the PTT button. 2. Verify the calf is received and audio is heard on radio 2. 3. While the call is in progress, press the PTT button on radio 2. 4. Verify that radio 2 does not transmit over (step on) the call in progress. Attachment 6 - Statement of Work Functional Acceptance Test Procedures Page 28 City of Miami, Florida Contract No. RFP 592382 Results Tester: Comments: (Pass/Fail) Date: Continuous Control Channel Update Setup Execution This test requires two trunked radios and a test group. 1. Set both radios to the test group. 2. Turn one radio OFF. 3. Key one radio and hold, Turn ON the second radio (and set it to the test group if necessary). 4. Verify that the second radio joins the call in progress and hears audio from the call in progress. 5. Unkey the first radio. Results Tester: Comments: (Pass/Fail) Date: Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 29 City of Miami, Fiorida Contract No. RFP 592382 Convert To Catlee Setup Execution This is a test of single site simultaneous call arbitration. Have two radios programmed to operate on the same site and group. 1, Set two radios to the same site and group. 2. Key both radios at the same time. 3. Verify that one radio ends up transmitting and the other ends up receiving. 4. Verify that the call audio is routed. Results Tester: Comments: (Pass/Fail) Date: Attachment 6 - Statement of Work Functional Acceptance Test Procedures Page 30 City of Miami, Florida Contract No. RFP 592382 SYMPHONY DISPATCH FEATURE SET Transmitting With a Microphone (Group Calls, [ Calls) Setup Execution Radio set to TG64001 P25 and console programmed with talk groupTG64001 P25. All Testing done in this section should be done with a user that is in the 'Console' User Group. 1 Press the INSTANT TX function (for example right mouse button) on the module with the test group. Verify the following: Channel access tone is heard. Ripple effect on the 'TX' indicator is displayed. Call is heard on the radio. 2. Release the Instant TX key. 3. Right click on the gear symbol for TG64002 and select `Selectto make TG64002 the selected talk group. Verify the following: Module for TG64002 is highlighted indicating that it is the selected talk group. Module at the top center of the screen changes to 'TG64002'. 4. Make call on 64002TG by: a. Press the PTT foot pedal. Verify the following: Channel access tone is heard. Halo around the 'TX' indicator is displayed, Call is heard on the radio. Audio is head at a radio on talk group 64002TG. b. Release the foot pedal to end the call. c. Press the headset button. Verify the following: Channel access tone is heard. Halo around the 'TX' indicator is displayed. Call is heard on the radio. Audio is head at a radio on talk group 64002TG. d. Release the headset button to end the call, e. Select the 64002TG button with the mouse. Verify the following: Channel access tone is heard. Halo around the 'TX' indicator is displayed. Call is heard on the radio Audio is head at a radio on talk group 64002TG. Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 31 City of Miami, Florida Contract No. RFP 592382 f. Release the mouse button to end the call. Results Tester: Comments: (Pass/Fail) Date: Receiving Calls (Unit ID Display, Talk group ID Display, Aliasing) Setup Console should have talk groups 64001TU and 64002TU programmed with 64002TU selected and Radio set to TG64001 P25 Talk Group Call Execution Key the radio and verify the following: Call is heard at the unselect speaker. Calling radio ID is displayed on the module for TG64001, A green light id displayed indicating an incoming call on module TG64001. 2. Switch the radios talk group to 64002TU and key the radio. Verify the following: Call is heard at the unselect speaker. - Calling radio ID is displayed on the module for TG64001. A green light id displayed indicating an incoming call on module TG64001. Attachment 6 - Statement of Work Functional Acceptance Test Procedures Page 32 City of Miami, Florida Contract No. RFP 592382 Results Tester: Comments: (Pass/Fail) Date: Individual Call (Unit — Unit) Execution 1. Right click on the 'Harris' box on the top left hand side of the screen. 2. Select 'Open Directory' this will open a pop up window for the 'Directory' 3. Select the 'Users' tab 4. Select 'Radio 1' under the "ALIAS' column 5. Press the 'Radio 1' button the right side to the screen to place an individual call to radio 1. Verify the ripple effect on the 'TX' indicator is displayed. Verify a ringing tone will be heard at the console and the radio. Verify radio displays 'IINDV' and consoles 'ID'. 6. Respond to the console by PTTing the radio. Verify that the call is heard on the console and that the calling radio's 1D and the Call Indicator are displayed. Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 33 City of Miami, Florida Contract Na RFP 592382 Results Tester: Comments; (Pass/Fail) Date: Emergency Call and Emergency Alarm Setup This test requires a test radio capable of generating and clearing an emergency (i.e. Supervisor Radio). Radio Description Radio Lid Talk Group Description Talk Group ID Radio 1 998001 TG64001 P25 64001 Execution 1. Select the 64002TG in the console. Using the test radio, declare an emergency on 64001TG. Verify the module for `64001TG' turns red. Verify the la/Name of the test radio is displayed. - Verify emergency alert tone is heard on the console, 2. Select the triangle with a '1' to access the emergency menu. Verify the acknowledge `Ack' button is red. Verify the check box is red. 3. Using the radio, transmit on the talk group Verify that the call is received by the console. 4. With the console, transmit on the group with the emergency. - Verify the test radio receives the call, and is still in emergency mode. Attachment 6 - Statement of Work Functional Acceptance Test Procedures Page 34 City of Miami, Florida Contract No, RFP 592382 5. Acknowledge the emergency by selecting the 'Ack' button Verify the button changes from 'Ack' to clear, Verify the radio and the console are still in emergency mode. 6. Clear the emergency by selecting the 'Clear K' button Verify the console clears the emergency. Verify the radio clears the emergency. 7. Transmit on the radio. 8. Verify the emergency is cleared and normal group calls have resumed. 9. Select 64001TG group selected on the console, declare an emergency on the test group by pressing the 'Ewer Declare'. Verify the console and radio have the same indications as steps 2 to 4. 10. Acknowledge by hitting 'Ack' in step 4. 11. Clear the emergency with the console. Results Tester: Comments: (Pass/Fail) Date: Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 35 City of Miami, Florida Contract No, RFP 592382 System Wide Call (All Call & Announcements) Setup Program console modules with the 'TG64000 P25' all call talk group. Radio Description Radio Lid Talk Group Description Talk Group ID Radio 1 998001 TG64051 P25 64051 Radio 2 998002 TG64052 P25 64052 Radio 3 998003 TG64001 P25 64001 Radio 4 998004 TG64001 P25 64002 Execution 1. Press INSTANT TX on the module with 'TG64000 P25'. Verify that a channel access tone is heard. Verify the ripple effect on the "TX' indicator is displayed. Verify that the call is heard at all radios. 2. Release the Instant TX key. 3. Press INSTANT TX on the module with 'TG64051 P25'. Verify that a channel access tone is heard. Verify the ripple effect is displayed. Verify the call is heard at Radio 1. Verify Radios 2, 3, and 4 did not hear the audio. 4. Release the Instant TX key. 5. Press INSTANT TX on the module with 'TG64001 P25'. Verify that a channel access tone is heard. Verify the ripple effect is displayed. Verify the call is heard at Radios 3 and 4. Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 36 City of Miami, Florida Contract No, RFP 592382 Verify that Radios 1 and 2 did not hear the audio. 6. Release the Instant TX key. Results Tester: Comments: (Pass/Fail) Date: Alert Tones Setup Radio Description Radio Lid Talk Group Description Talk Group ID Radio 1 998001 TG64001 P25 64001 Radio 2 998002 TG64002 P25 64002 Execution 1. Make TG64001 P25 the selected talk group. 2. Select the tones tab on the talk group module. 3. Key the console with a method other than the mouse. 4. Radio 1 will receive the call. While still transmitting, select one of the three ALERT TONE keys by selecting the drop down list next to the orange button, 5. Test that all three alert tones can be heard on the radio. Verify the ALERT TONE is received by Radio 1 and also heard on the console (to hear the tones on the console, press and hold the foot pedal and listen for the tone on the SELECT speaker). 6. While not transmitting, press and hold one of the ALERT TONE keys. Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 37 City of Miami, Florida Contract No. RFP 592382 Verify the console transmits on talkgroup, TG64001 P25, Radio 1 receives the call, and the alert tone is heard by Radio 1 and the console (to hear the tone on the console, press and hold one of the alert tone keys and listen for the tone on the SELECT speaker). 7 When the ALERT TONE key is released Verify the call on Radio 1 drops. Results Tester: Comments: (Pass/Fail) Date: Console Pre-Empt Setup Radio Description Radio Lid Talk Group Description Talk Group ID Radio 1 998001 TG64001 P25 64001 Radio 2 998001 TG64001 P25 64001 Execution 1. Key Radio 1 on the TG64001 and hold the call up. Verify that audio is heard at Radio 2 and the console. 2. Key the console on TG64001 and hold the while continuing to hold the call up on Radio 1 Verify the console pre-empts Verify that the transmit indicator is displayed along with the pre-empted caller LID and CALL indicator Verify that the second radio begins to hear the console audio and not the first radio call. Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 38 City of Miami, Florida Contract No. RFP 592382 Verify that the pre -erupted radio audio is still heard on the pre-empting console. 3. Un-key the first Radio. Verify that the pre-empted caller LID and CALL indicators are removed and the pre-empted radio audio is no longer heard on the pre-empting console. Un-key the console. Results Tester. Comments: (Pass/Fail) Date: Sinnulselect Setup Radio Description Radio Lid Talk Group Description Talk Group ID Radio 1 998001 TG64051 P25 64051 Radio 2 998002 TG64052 P25 64052 Radio 3 998003 TG64001 P25 64001 Radio 4 998004 TG64001 P25 64002 Execution 1. Create simulselect group on the 4 test group modules. 2. Place a call from the console on the simulselect group. Verify that the call is heard all four radios. 3. From the RNM Real -Time Viewer, verify only one channel resource is used. 4. Place a call from each radio. Verify that only the console hears the calls. Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 39 City of Miami, Florida Contract No. RFP 592382 Verify only the radios on the same talk groups here the call. 5. Deactivate the simulselect group. Results Tester: Comments: (Pass/Fail) Date: Patch Setup Radio Description Radio Lid Talk Group Description Talk Group ID Radio 1 998001 TG64051 P25 64051 Radio 2 998002 TG64052 P25 64052 Radio 3 998003 TG64001 P25 64001 Radio 4 998004 T064001 P25 64002 Execution 1. Create patch on PATCH 1 with all four groups above. 2. Place a call from the newly created patch. Verify that the call is heard on all the radios. 3. From the RNM Real -Time Viewer, verify only one channel resource is used. 4. Place a call from each radio. Verify that the call is heard on the console and each radio. 5. Deactivate the patch. Attachment 6 - Statement of Work Functional Acceptance Test Procedures Page 40 City of Miami, Florida Contract No. RFP 592382 Results Tester: Comments: (Pass/Fail) Date: Console to Console Cross -mute Setup Establish two consoles (A and B) to test the Crossmute function. The Consoles must be on the same NSC. Program and select a test group on both consoles. Execution 1. Place a call on console A on the test group. Verify that console B can hear console A. Open the Symphony Configuration Utility for console B in the 'General' section add the ID for console A to the 'Cross Mute' list. 3. Select 'Apply' to save the changes. 4. Place a call on console A on the test group. Verify the call can't be heard at console B. 5, Restore the desired cross mute setup. Results Tester: Comments: (Pass/Fail) Date: Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 41 City of Miami, Florida Contract No. RFP 592382 Call llisttiry' Setup This test compares programmed module call activity to the history scroll lists. Utility page, dispatch menu will be selected. Select either the "Select History" or "Unselect History". Execution 1, Press the 'Scroll Up' and 'Scroll Down' buttons to scroll through the Unselect call history list. Compare these calls with known activity. Press the 'Scroll Up' and 'Scroll Down' buttons to scroll through the selected call history list. Compare these calls with known activity. 3. Press the 'Esc' button to exit the history scroll mode. 4. To monitor call history on a single group use the 'module history' button on the 'module modify' menu, 5. Use the 'scroll up' and 'scroll down' buttons to scroll through the calls for the picked module. Compare these calls with known activity. Results Tester: Comments: (Pass/Fail) Date: Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 42 City of Miami, Florida Contract No, RFP 592382 TRUiVALD LOGGING RECORDER Setup Group (fall Setup Execution This setup applies to the tests contained in this section. Three radios are required, programmed as follows: (Utilize test or customer data base groups A, B, & C as specified here). Audio retrieval can be local to the recorder or from a remote client. Radio 1: Radio 2: All Call group (ID 65535 defined for All Call) (Group A) (Group B) [Encrypted Group] (Group A) (Group B) [Encrypted Group] Set radios 1 & 2 to (Group A) per test group structure. PTT radio 1 and talk. 2. Audio should be heard on radio 2. Note the Start time of the call and the approximate duration. 3. Retrieve the call from the Logging Recorder. Verify the Caller, Callee, Start Time, and duration. The Caller should be the LID for Radio 1 and the Callee should be the GID for Group A. Verification should include the LIDIGID and its Alias as defined by the UAS. Verify that the call is identified as a Group Call. 4. Playback the audio and confirm that it is all recorded and intelligible. 5. Repeat using (Group B). Results Tester:. Comments: (Pass/Fail) Date: Attachment 6 - Statement of Work Functional Acceptance Test Procedures Page 43 City of Miami, Florida Contract No. RFP 592382 Emergency Group Call Setup Execution Program two radios with the same emergency home group. Set radio 1 and radio 2 to the home group. 1. Press the Emergency call button on radio 2. Talk during the Hot Mic transmit time. 2. Clear the emergency with the radio 1. 3. Retrieve the call from the Logging Recorder. Verify the Caller, Callee, Start Time, and duration. The Caller should be the LID for Radio 2 and the Callee should be the GID for the Home Group. Verification should include the LID/GID and its Alias as defined by the UAS. Verify that the call is identified as an Emergency. 4. Playback the audio and confirm that it is all recorded and intelligible. Results Tester: Comments: (PasslFail) Date: Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 44 City of Miami, Florida Contract No. RFP 592382 P25 OVER -THE -AIR DATA TEST ProFile (Over -the -Air Programming) This test is applicable for customer configurations that use a P25T LMR network enabled with a Home Agent at the Network Switching Center (NSC) and MME's at the site with an IP Host, Profile Manager and ProGrammer software installed on a host PC connected to the P25T LMR network. Setup Execution This test requires: • one radio featured for Profile and has a valid UID and Group on the site tested. • a data enabled P25T LMR network with radio UID and IP address in system.txt file, • an IP Host computer on the P25T LMR network with Profile Manager and ProGrammer software installed.. • the radio must be in coverage area of the site tested. 1. Log in the radio into the site to be tested. 2. Using Ping feature verify that the Host can ping the radio, 3. Over the air, read the radio personality. 4. Program the radio with a different group set. Verify the change. 5. Turn off the receiving radio. 6. Repeat step 4 and verify failure in log. 7. Turn radio on and re -program radio with original personality, Results Tester: Comments: (Pass/Fail) Date: Attachment 6 - Statement of Work Functional Acceptance Test Procedures Page 45 City of Miami, Florida Contract No. RFP 592382 OVER THE AIR REKEY'LVG (OTAR) Warm Starting a radio from the UAS Key Management Application Setup Execution This test requires three radios programmed with a talkgroup utilizing an AES encryption key. The radios and talkgroup need to be in a test cryptonet in the UAS Key Management Application. The radios should be both feature encrypted and enabled for OTAR operation. The radios should have their UKEK's loaded but not have any traffic encryption keys. (Delete Keys if required) 1. Verify all three radios show "No Key 0" when they are PTT'ed. 2. Put all three radios on the encrypted talkgroup but power off Radio 3. 3. From the UAS, warm start radios 1, 2, and 3. It should report "Warm Starting" for all three radios. 4. After the operation is complete, refresh the UAS screen. It should report "Warm Started Success.' for radios 1 and 2 and "Warm Start Failed' for Radio 3. 5. Turn on Radio 3. PTT radio 1 on the encrypted talkgroup and talk. The transmit (TX) indicator should turn on and be amber at radio 1. Verify that radio 2 decrypts the call's audio. Radio 3 should hear garbled audio. 6. From the UAS, warm start Radio 3 again. It should report ''Warm Starting" for Radio 3. 7. Again PTT radio 1 on the encrypted talkgroup and talk. Radio 1's transmit (TX) indicator should turn on and be amber. Verify that radio 2 and 3 now decrypt the call's audio. Results Date: (Pass/Fail) Tester: Gov't Witness: Comments: Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 46 City of Miami, Florida Contract No. RFP 592382 Warm Starving a Console from the CAS Key Management Application Setup Execution This test requires a console with a module programmed with a talkgroup utilizing an AES encryption key. Two radios programmed with the same encrypted talkgroup are also required. The console, radios, and talkgroup need to be in a test cryptonet in the UAS Key Management Application. 1. Put radio 1 & 2 on the encrypted talkgroup. 2. PTT radio 1 on the encrypted talkgroup and talk. Verify that radio 2 decrypts the call's audio. The console should hear garbled audio. 3. Load the Bindings file from KMF to console. Ensure the Test Groups are included in the Bindings file. 4. From the UAS, warm start the console. It should report "Warm Starting" for the console. 5. After the operation is complete. refresh the UAS screen. It should report "Warm Started Success" for the console. 6. PTT radio 1 on the encrypted talkgroup and talk_ Verify that radio 2 and the console now decrypts the call's audio. The console should show a "DVCL" indicator in the talkgroup's module. 7. From the console, PTT on the encrypted talkgroup module and talk. Verify that both radios 1 and 2 decrypt the call's audio. 8. Set Radio 3 to unencrypted operation on the talkgroup. PTT Radio 3 on the unencrypted talkgroup and talk. Verify that the console and the radios receive the unencrypted call's audio. Results Date: (Pass/Fail) Tester: Gov't Witness: Comments: Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 47 City of Miami, Florida Contract No. RFP 592382 Rcke).ing and Changing Over a Crypto Net from the UAS Setup Execution This test requires three radios programmed with a talkgroup utilizing an AES encryption key. The radios and talkgroup need to be in a test cryptonet in the UAS Key Management Application. The radios should be both feature encrypted and enabled for OTAR operation. The radios should have been warm started previously. if a console and/or GWB are present in the system, then these devices should be included in this test also. They need to be in the same test crypto net as the radios and be programmed with the test talkgroup. They should have been warm started previously. 1. Put radios 1, 2 and 3 on the encrypted talkgroup. 2. Verify that all 3 radios and any consoles and/or GWB's can transmit and receive on the encrypted talkgroup. Leave radios 1 and 2 powered on and power off Radio 3. 3. From the UAS, rekey the crypto net. It should report "Rekeying' for the crypto net. 4. Select the report icon for the cryptonet. Radios 1 and 2 should be shown as "Rekeyed." Any consoles and/or GWB's should also be shown as "Rekeyed." Radio 3 should be shown as "Rekey Failed." 5. From the UAS, change over the crypto net. It should report 'Changing Over" for the crypto net. G. After the operation is complete, refresh the UAS screen. It should still report "Changing Over Complete" for the crypto net 7. Turn on Radio 3. PTT radio 1 on the encrypted talkgroup and talk. The transmit (TX) indicator should turn on and be amber at radio 1. Verify that radio 2 but not 3 decrypt the call's audio. Verify that any consoles and/or GWB's decrypt the call's audio also. 8. PTT Radio 3 on the encrypted talkgroup and tank. The transmit (TX) indicator should turn on and be amber at Radio 3. Verify that radios 1 and 2 decrypt the call's audio. Verify that any consoles and/or GWB's decrypt the call's audio. 9. From the UAS, do an end user level rekey on Radio 3 for that crypto net. It should report "Rekeying" for Radio 3, Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 48 City of Miami, Florida Contract No. RFP 592382 10. After the operation is complete, refresh the UAS screen. It should now show "Rekeyed" for Radio 3. 11. Select the report icon for the cryptonet. Radios 1, 2, and 3 should be shown as `Rekeyed." 12. From the UAS, do an end user change over on Radio 3 for the test crypto net. It should report "Changing Over" for Radio 3. 13. Again PTT radio 1 on the encrypted talkgroup and talk. Radio 1's transmit (TX) indicator should turn on and be amber. Verify that radio 2 and 3 decrypt the call's audio. Verify that any consoles and/or GWB's decrypt the call's audio also. Results Date: (Pass/Fail) Tester: Gov't Witness: Comments: Zeroizing a Radio from the SAS Key Management Application Setup Execution This test requires three radios programmed with a talkgroup utilizing an AES encryption key. The radios and talkgroup need to be in a test cryptonet in the UAS Key Management Application. The radios should be both feature encrypted and enabled for OTAR operation. The radios should have been warm started previously. 1. Put radios 1, 2 and 3 on the encrypted talkgroup. 2. Verify that all 3 radios can transmit and receive on the encrypted talkgroup. 3. From the UAS, zeroize Radio 3. It should report "Zeroizing" for Radio 3 with the date and time updating to reflect the date and time the operation was initiated. 4. After the operation is complete, refresh the UAS screen. It should report "Zeroized" for Radio 3. Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 49 City of Miami, Florida Contract No. RFP 592382 5. PTT radio 1 on the encrypted talkgroup and talk. The transmit (TX) indicator should turn on and be amber at radio 1. Verify that radio 2 decrypts the call's audio. Radio 3 should hear garbled audio. The receive indicator should be amber on both radios 2 and 3. The ID of radio 1 should be seen at both radios 2 and 3. 6. Verify Radio 3 shows "No Key 0" when it is PTT'ed on the encrypted talkgroup. Results Date: (Pass/Fail) Tester: Gov't Witness: Comments: Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 50 City of Miami, Florida Contract No. RFP 592332 INTEROP GA TEW4 Y Iv TER -OPERABILITY TEST Local Interoperability Setup The purpose of this test is to verify correct functionality of the Interoperability Gateway. The Interoperability Gateway connects via 4-wire audio connections in its Digital Voice Unit (DVU) cards to Interoperability radio units (mobile or desktop). The Gateway also connects to a router and the Network Switching Center (NSC) to provide multi -site call functionality across the network. Verify that the following radios and Interoperability Gateway DVU's are setup to communicate as shown. Portable radio for both the P25 system and the inter -op system are required. The portable is used to send and receive radio communications between the DVUs and corresponding inter -op mobile radio. Test should be performed in encrypted mode if the inter -op talk group is normally encrypted. All "Inter -Op" radios are GFE equipment. Talk Group Site Agency Transmit (Tx) MI Receive (RX) MHzDigital Analog' Trunked Conventional Execution 1. Select Inter -op group 1 on the P25 radio. 2. Initiate a call from the P25 radio to group 1 and verify that audio is heard on inter -op group 1 portable. 3. Initiate a call from the inter -op group 1 portable radio to group 1 and verify that audio is heard on the P25 portable. Talk Group Agency DVU4 PASS FAIL Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 51 City of Miami, Florida Contract No. RFP 592382 Taft Group A aerie', PASS FAIL Results Tester: Comments: (Pass/Fail) Date: Attachment 6 - Statement of Work Functional Acceptance Test Procedures Page 52 City of Miami, Florida Contract No. RFP 592382 P25 TALK4ROUND MODE FEATURES P25/FM 4lode Control Setup Execution The following test demonstrates backwards compatibility with existing FM conventional radios. Program portable 3 test radios on a conventional FM Talkaround channel. 1. PTT radio 1 and talk. 2. Audio should be heard in radios 2 & 3. 3. PTT radio 2 and talk. 4. Audio should be heard in radios 1 & 3. Results Tester: Comments: (Pass/Fail) Date: Taikaround Mode Encry ption & Rekeying Setup Execution The following test demonstrates that radios without encryption keys or with the wrong key cannot hear communications which may be on the same talkgroup. It also demonstrates radios with the proper encryption keys can hear radios without keys. Set portable radios 1, 2, & 3 to group A with AES Key #1. 1. PTT radio 1 and talk. 2. Audio should be heard in radios 2 & 3. 3. Set radio 3 to group A with no encryption key. PTT on radio 1 and talk. Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 53 City of Miami, Florida Contract No. RFP 592382 4. Audio should be heard in radio 2 only. 5. PTT radio 3 and talk. 6. Audio should be heard in radios 1 & 2. 7. Rekey radios 3 & 4 to include a new AES Key. 8. PTT radio 1 and talk. 9. Audio should be heard in radio 2 only. 10. PTT radio 3 and talk. 11. Audio should be heard on radio 4 but not on radios 2 & 3. Results Tester: Comments: (Pass/Fail) Date: Attachment 6 - Statement of Work Functional Acceptance Test Procedures Page 54 City of Miami, Florida Contract No. RFP 592332 P25 Conventional Subscriber Interoperability in Talkaround Mode Setup Execution The following test demonstrates backwards compatibility with existing FM conventional radios. Program 3 portable test radios on a conventional FM Talkaround channel. One radio should be from another P25 vendor supplied by the customer, such as a Motorola XTS 5000 radio configured for operation on a P25 Trunking System. The radio will need to be configured to operate on the P25 System infrastructure with matching parameters (Le. WACN, frequency sets, subscriber ID, etc.). 1. PTT radio 1 and talk. 2. Audio should be heard in radios 2 & 3. 3. PTT radio 2 and talk. 4. Audio should be heard in radios 1 & 3. Results Tester: Comments: (Pass/Fail) Date: Attachment 6 —Statement of Work Functional Acceptance Test Procedures Page 55 City of Miarni, Fonda Contract No. RFP 592382 HIGH A t :4IL4BILITI F.-IILOI ER TESTS Primary VNIC Failover Setup Execution Locate the primary NSS1 server. From the root user login screen, initiate a VNIC failover by typing VNIC shutdown. 1. Note that Primary VNIC (NSS1) goes down. 2. Verify that Secondary VNIC (NSS2) becomes Primary. 3. Verify call functionality by making group and individual radio calls. 4. Verify that NSS1 VNIC comes back into operation as the standby VNIC. Results Tester: Comments: (Pass/Fail) Date: Group Call Setup Execution Set radios 1, 2, & 3 to (Group A) per test group structure. Make sure Scan is turned OFF, 1. PTT radio 1 and talk. The transmit (TX) indicators should turn on at radio 1, 2. Audio should be heard in radios 2 & 3. The ID of radio 1 should be seen at radios 2 and 3. 3. Set radio 3 to (Group C). PTT on radio 1 and talk. The transmit (TX) indicators should turn on at radio 1. 4. Audio should be heard in radio 2 only. The ID of radio 1 should be seen at radio 2 only. Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 56 City of Miami, Florida Contract No. RFP 592382 Results Tester: Comments: (Pass/Fail) Date: Individaal Call Setup Execution Set radios 1, 2, & 3 to (Group A) per test group structure. 1. Using the radio 1, select the pre -stored ID of radio 2 or enter the radio 2 ID directly from the keypad, and PTT radio 1. 2. Verify that radio 2 receives the call and displays the ID of radio 1. Verify that radio 3 remains idle. 3. Release the PTT on radio 1 and immediately PTT on radio 2. 4. Verify that radio 1 receives the call and displays the ID of radio 2. Verify radio 3 remains idle. 5. Using the radio 1, select the pre -stored ID of radio 3 or enter the radio 3 ID directly from the keypad, and PTT radio 1. 6. Verify that radio 3 receives the call and displays the ID of radio 1. Verify that radio 2 remains idle. 7. Release the PTT on radio 1 but do not immediately PTT radio 3. Verify that radio 3 gives a Call Back Alert (WHC-"Who Has Called") Indication. Then make the return call from radio 3 back to radio 1. 8. Verify that radio 1 receives the call and displays the ID of radio 3. Verify radio 2 remains idle. Attachment 6 - Statement of Work Functional Acceptance Test Procedures Page 57 City of Miami, Florida Contract No. RFP 592382 Results Tester: Comments: (Pass/Fail) Date: Secondary VNIC Failover Setup Execution Locate the primary NSS2 server. From the root user login screen, initiate a VNIC failover by typing VNICshutdown. 1. Note that Primary VNIC (NSS2) goes down. 2. Verify that Secondary VNIC (NSS1) becomes Primary. 3. Verify call functionality by making group and individual radio calls. 4. Verify that NSS21 VNIC comes back into operation as the standby VNIC. Results Tester: Comments: (Pass/Fail) Date: Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 58 City of Miami, Florida Contract No. RFP 592382 Group Call Setup Execution Set radios 1, 2, & 3 to (Group A) per test group structure. Make sure Scan is turned OFF. 1. PTT radio 1 and talk. The transmit (TX) indicators should turn on at radio 1. 2. Audio should be heard in radios 2 & 3. The ID of radio 1 should be seen at radios 2 and 3. 3. Set radio 3 to (Group C). PTT on radio 1 and talk. The transmit (TX) indicators should turn on at radio 1. 4. Audio should be heard in radio 2 only. The ID of radio 1 should be seen at radio 2 only. Results Tester: Comments: (Pass/Fail) Date: individual Call Setup Execution Set radios 1. 2, & 3 to (Group A) per test group structure. 1. Using the radio 1, select the pre -stored ID of radio 2 or enter the radio 2 ID directly from the keypad, and PTT radio 1. 2. Verify that radio 2 receives the call and displays the ID of radio 1. Verify that radio 3 remains idle. 3. Release the PTT on radio 1 and immediately PTT on radio 2. 4. Verify that radio 1 receives the call and displays the ID of radio 2. Verify radio 3 remains idle. Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 59 City of Miami, Florida Contract No. RFP 592382 5. Using the radio 1, select the pre -stored ID of radio 3 or enter the radio 3 ID directly from the keypad, and PTT radio 1. 6. Verify that radio 3 receives the call and displays the ID of radio 1. Verify that radio 2 remains idle. 7. Release the PTT on radio 1 but do not immediately PTT radio 3. Verify that radio 3 gives a Call Back Alert (WHC-''Who Has Called") Indication. Then make the return call from radio 3 back to radio 1. 8. Verify that radio 1 receives the calf and displays the ID of radio 3. Verify radio 2 remains idle. Results Tester: Comments: (PassfFaii) Date: Primary Router (bssl) Failover Setup Execution Locate the primary bssl router. From the admin user login screen, initiate a reset to fail the router. 1. Note the primary bssl router goes down. 2. Verify the secondary bss2 router becomes Primary by; 3. Verify call functionality by making group and individual radio calls. 4. Verify primary bssl router comes back into operation after reboot. Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 60 City of Miami, Florida Contract No, RFP 592362 Results Tester: Comments: (Pass/Fail) Date: Group Call Setup Execution Set radios 1, 2, & 3 to (Group A) per test group structure. Make sure Scan is turned OFF. 1. PTT radio 1 and talk. The transmit (TX) indicators should turn on at radio 1. 2. Audio should be heard in radios 2 & 3. The ID of radio 1 should be seen at radios 2 and 3. 3. Set radio 3 to (Group C), PTT on radio 1 and talk. The transmit (TX) indicators should turn on at radio 1, 4. Audio should be heard in radio 2 only. The ID of radio 1 should be seen at radio 2 only. Results Tester: Comments: (Pass/Fail) Date: Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 61 City of Miami, Florida Contract No. RFP 592382 India ideal Cali Setup Execution Set radios 1, 2, & 3 to (Group A) per test group structure. 1. Using the radio 1, select the pre -stored ID of radio 2 or enter the radio 2 ID directly from the keypad, and PTT radio 1. 2. Verify that radio 2 receives the call and displays the ID of radio 1, Verify that radio 3 remains idle. 3. Release the PTT on radio 1 and immediately PTT on radio 2. 4. Verify that radio 1 receives the call and displays the ID of radio 2. Verify radio 3 remains idle. 5. Using the radio 1, select the pre -stored ID of radio 3 or enter the radio 3 ID directly from the keypad, and PTT radio 1. 6. Verify that radio 3 receives the call and displays the ID of radio 1. Verify that radio 2 remains idle. 7. Release the PTT on radio 1 but do not immediately PTT radio 3. Verify that radio 3 gives a Call Back Alert (WHC-"Who Has Called") Indication. Then make the return call from radio 3 back to radio 1. 8. Verify that radio 1 receives the call and displays the ID of radio 3. Verify radio 2 remains idle. Results Tester: Comments: (Pass/Fail) Date: Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 62 City of Miami, Florida Contract No. RFP 592382 P25 SLW ULC<4ST BYPASS OPERA TIO;V Setup Program the TX site SitePro modules (both Control Points and Transmit Sites) to the Final Configuration. Refer to the installation manual for the guide to setting TX SitePros f CP SitePros personality parameters. Verify the BYPASS plan has been reviewed and approved by customer representative. This procedure makes assumptions on bypass sites before implementation and test of the System. After WMSIPanther signal strength data collection, final decision will be made on the actual bypass "ON" and 'OFF" sites. Prepare a minimum of two terminal radios programmed to operate on the active BYPASS site and the main simulcast system. Site SITE SYSTEM BYPASS On/Off Other Notes Plan to be developed at Customer Design Meetings) Site OFF - Final Configuration Execution Sites intended to be "OFF" in event of BYPASS must have all channels set to "N" for CC, Clear Voice, Digital Voice, and Data fields in the TX Site Traffic Controller modules. 1. Starting with site "2S", create a condition to force BYPASS by using the Regional Network Manager (RNM) function "Enter Bypass" for the chosen site.. 2. Verify transmit site is in BYPASS mode. The Traffic Controller module display indicates "TC" instead of "TR" . Note: TC= Working Traffic Channel, Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 63 City of Miami, Florida Contract No. RFP 592382 standalone mode, TR=Working Channel, simulcast mode, and Control Channel, simulcast mode is indicated by the transmit LED indicator. 3. Observe the repeater (station) Traffic Controller modules. Verify there is no active control channel. 4. Verify no stations are keyed or producing RF power. 5. Restore the site to normal by returning the site to simulcast mode using the RNM function "Leave Bypass". 6. Verify transmit site is in normal simulcast mode. The Traffic Controller ro modules indicate "TR(n)" , where n is the channel number. 7. Repeat steps 1-6 for the remaining ''OFF' bypass sites in the simulcast system under test. Results Tester: Comments: (Pass/Fail) Date: Site ON (trunking) - Final Configuration Execution 1. Create a condition to force BYPASS by using the Regional Network Manager (RNM) function "Enter Bypass" for the chosen site. 2. Verify transmit site is in BYPASS mode. BYPS LED on Bypass module and the Traffic Controller module display indicates either "TC" or "CC" instead of "TR. 3. Observe the stations/repeater Traffic Controller modules. Verify there is an active control channel on one of the Traffic Controller modules. The remaining repeater/stations Traffic Controller modules will indicate "TC". 4. Verify the station appearing as control channel is keyed, producing RF power and modulated with control channel data. Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 64 City of Miami, Florida Contract No. HFP 592382 5. Verify a terminal radio set to the system programmed for the site in BYPASS with the correct site ID recognizes the site's control channel data. 6. Key the terminal radio on a group call. 7. Verify a working channel assignment is made within the channel group allowed in the personality. 8. Verify the call is heard on a second terminal radio set to the active BYPASS system. 9. Restore the site to simulcast mode using the RNM function "Leave Bypass". 10. Verify transmit site is in normal simulcast mode. BYPS LED on Bypass module and SitePro modules indicate either "TR(n). 11. Repeat the Site OFF and Site ON tests for the remaining simulcast systems. Results Tester: Comments: (Pass/Fail) Date: Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 65 City of Miami, Florida Contract No. RFP 592382 E \'CR t PTIO!V Data on an Unencrypted Radio with Unencrypted Radio Setup This test requires: section 'Unit Enable/Disable from the UAS' has been performed, radio 9880005 is enabled but not encrypted, needs to run from edata terminal, edata setup not set to best effort. Execution 1. From the edata terminal, verify that a host can ping the radio. 2. From the edata terminal, verify the radio personality can be read. Results Tester: Comments: (Pass/Fail) Date: Data on an Unencrypted Radio with Encrypted Radio Setup This test requires: Radio 9880004 is enabled and encrypted, needs to run from edata terminal, edata setup not set to best effort. Execution 1. From the edata terminal, verify that a host can ping the radio. 2. From the edata terminal, verify the radio personality can be read. Results Tester: Comments: (Pass/Fail) Date: Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 66 City of Miami, Florida Contract No. RFP 592382 P25 PHASE 1 AND PHASE 2 FUNCTIONALITY Setup Execution This set of tests will verify that a P25 Phase 1 call will work on a Phase 2 system. In the following tests, portables 1 and 2 will be set up as Phase 1 only. Portables 3 and 4 will be set up as Phase 2 and Phase 1 capable, depending upon talk - group. FDMA refers to Phase 1 and TDMA refers to Phase 2. Start a session on the RNM and setup to watch channel assignments using the real time viewer function. On a client computer, open the windows internet explorer and browse to https://s0ulrnm.vida.locallnmc and log in with an Active Directory account. Choose the system map and select the 'Launch Application' button. Open the Rea!time tab and Click Site Calls. Select the site and expand. Check the box next to the channels and select to add the channels to the target list. Select the 'ok' button to launch the application. Place a group call from Radio 1 to Radio 2 on the site, and verify that the event viewer displays the talkgroup ID and calling party ID. Verify the state changes from Free to Talk. Verify the TG Alias displays the Group #. Radio Descrrption Radio Lid Talk Group Description Talk Group ID System Radio 1 998001 TG64051 P25 64051 MAC PH 1 Radio 2 998002 TG64051 P25 64051 MAC PH 1 Radio 3 998003 TG64051 P25 64051 MAC PH 2 Radio 4 998004 TG64051 P25 64051 MAC PH 2 Mixed Mode site to Mixed Mode site Call Please I- Phase I. Setup This test will verify that a P25 Phase 1 call will work on a Phase 2 system. Turn off radios 3 and 4. Execution 1. PTT Radio 1 and talk. The transmit (TX) indicators should turn on at Radio 1 Verify that the call is assigned as an FDMA by viewing the Real Time Viewer Site Activity on the RNM. Verify Radios 2 can hear Radio 1. Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 67 City of Miami, Florida Contract No. RFP 592382 Results Tester: Comments: (Pass/Fail) Date: Mixed Mode site to Mixed Mode site Call - Phase 1 and Phase 2 Setup This test will verify that a Phase 2 radio will hear a call from a Phase 1 radio. Turn on Radios 1, 2, 3, 4, Execution PTT Radio 1 and talk. The transmit (TX) indicators should turn on at Radio 1. Verify that the call is assigned as an FDMA by viewing the Real Time Viewer Site Activity on the RNM. Verify Radios 2, 3 and 4 can hear Radio 1. Results Tester: Comments: (Pass/Fail) Date: Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 68 City of Miami, Florida Contract No. RFP 592382 Mixed Mode site to Mixed Mode site Call - Phase 1 Setup This test will verify that a Phase 1 radio will hear a call from a Phase 2 radio, Turn on Radios 1, 2, 3, 4, Execution PTT Radio 3 and talk. The transmit (TX) indicators should turn an at Radio 3. _ Verify that the call is assigned as an FDMA by viewing the Real Time Viewer Site Activity on the RNM. Verify Radios 1, 2 and 4 can hear Radia 3. Results Tester: Comments: (Pass/Fail) Date: Phase 2 Site Call Setup This test will verify that a P25 Phase 2 call will work on a Phase 2 system. Turn off Radios 1, and 2. Execution 1. PTT Radio 3 and talk. The transmit (TX) indicators should turn on at Radio 3. 2. Verify that the call is assigned as a TDMA by viewing the Real Time Viewer Site Activity on the RNM. 3. Verify Radios 4 can hear Radio 1. Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 69 City of Miami, Florida Contract No. RFP 592382 Res ults Tester: Comments: (PasslFail) Date: Attachment 6 - Statement of Work Functional Acceptance Test Procedures Page 70 City of Miami, Florida Contract No. RFP 592382 BEON FEATURES Transmit Grant Tone Setup Execution This test will demonstrate the grant tone on BeOn. Grant tone (Ready to Talk tone) enabled in smartphone radio personality Radio Description Radio Lid Talk Group Description Talk Group ID BeOn_202 998202 TG64151 P25 64151 BeOn_203 998203 TG64151 P25 64151 BeOn 204 998204 TG64151 P25 64151 1. Press PTT button on smartphone with valid group selected. 2. Verify grant tone is heard at smartphone when working channel access is granted. Note: If the call is queued, the grant tone will be delayed until the call is assigned a working channel. Results Tester: Comments: (Pass/Fail) Date: Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 71 City of Miami, Florida Contract No. RFP 592382 Group Ca1I Setup Confirms the scan function which allows a smartphone to hear audio on selected talk -groups other than the current talk -group. Set smart -phones 1, 2, & 3 to (Group A) per test group structure, Make sure Scan is turned OFF. Radio Description Radio Lid Talk Group Description Talk Group ID BeOn_202 993202 TG64151 P25 64151 BeOn_203 993203 TG64151 P25 54151 BeOn_204 998204 TG64151 P25 64151 Execution 1. PTT on BeOn_202 and talk. The transmit (TX) indicators should turn on at BeOn_202. Audio should be heard in BeOn_203, and BeOn 204. The ID of BeOn_202 should be seen at BeOn_203, and BeOn_204. 2, Set BeOn_204 to TG64152 P25. PTT on BeOn_202 and talk. The transmit (TX) indicators should turn on at BeOn_202. Audio should be heard in BeOn_203 only. The ID of BeOn_202 should be seen at BeOn_203 only. Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 72 City of Miami, Florida Contract No. RFP 592382 Results Tester: Comments: (Pass/Fail) Date: Individual (Private) Call Setup Confirms individual calls can be initiated using BeOn enabled smartphones. Radio Description Radio Lid Talk Group Description Talk Group ID BeOn_202 998202 TG64151 P25 64151 BeOn_203 998203 TG64151 P25 64151 BeOn_204 998204 TG64151 P25 64151 Execution Using the BeOn_202, select the pre -stored ID of BeOn_203 or enter the BeOn_203 ID directly from the keypad. and PTT smartphone 1. Verify that BeOn_203 receives the call and displays the ID of smartphone 1. Verify that BeOn_204 remains idle. 2. Release the PTT on BeOn_202 and immediately PTT on BeOn_203. Verify that BeOn_202 receives the call and displays the ID of BeOn_203. Verify BeOn_204 remains idle. Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 73 City of iivliami, Florida Contract No. RFP 592382 Results Tester: Comments: (Pass/Fail) Date: Group Scan Setup Confirms the scan function which allows a smartphone to hear audio on selected talk -groups other than the current talk -group. BeOn 202 set up with TG64151 P25 and TG64152 P25 in the scan list, TG64151 P25 selected, and group scan initially disabled. Radio Description Radio Lid Talk Group Description Talk Group ID BeOn 202 998202 TG64151 P25 64151 BeOn 203 998203 TG64151 P25 64151 BeOn 204 998204 TG64151 P25 64151 Execution 1, Place a call from BeOn_203 on TG64151 P25. Verify the call is received and audio is heard on BeOn_202. 2. Place a call from BeOn 203 on TG64152 P25. Verify the call is not received by BeOn_202. 3. Enable group scan on BeOn_202. 4. Place another call from BeOn_203 on TG64152 P25, Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 74 City of Miami, Florida Contract No. RFP 592382 Verify that the call is now received and audio is heard on BeOn_202. Results Tester: Comments: (Pass/Fail) Date: Emergency Group Call Setup This test confirms the emergency is declared, recognized, and cleared. Radio Description Radio Lid Talk Group Description Talk Group ID BeOn_202 998202 TG64151 P25 64151 Be0%203 998203 TG64152 P25 64152 BeOn_204 998204 TG64153 P25 W 64153 Execution 1. Press the Emergency call button on BeOn_204 and then PTT BeOn_204. Verify that BeOn_204 indicates the `TX EMER° declaration and that it reverts to the home group. Verify that BeOn_202 and BeOn_203 indicate a "RX EMER" and hear audio on the emergency home group. 2. Clear the emergency with the Supervisor smartphone (BeOn_202), Verify the emergency clears in the smartphones. Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 75 City of Miami, Florida Contract (Jo. RFP 592382 Results Tester: Comments: (Pass/Fail) Date: Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 76 City of Miami, Florida Contract No. RFP 592382 MVIPLS NETWORK ' IPLS Network Reroute Setup This test confirms the audio heard on the radio should only have a light audio gap or no gap at all when the path is broken. No setup is needed for this test. Execution 1. Start the console and listen to the call with a radio on the system. 2. During the call, break the MPLS loop at the TX site by disconnecting connection cable from Ethernet card #1 in the 7705 router. 3. Verify that a receiving radio experiences no more than a siight audio gap. 4. End the call. 5. Restore the fiber optic cable and wait 1 minute. 6. Repeat the above test in the other direction by disconnecting the fiber optic cable from Ethernet card #2 at the TX site during the call. Results Tester: Comments: (Pass/Fail) Date: Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 77 City of Miami, Florida Contract No. RFP 592382 RRIS System 60 Day Reliability Test Procedures for City of Miami Attachment 6 — Statement of Work Functional Acceptance Test Procedures Page 78 City of Miami, Florida Contract No. RFP 592362 TABLE OF CONTENTS Customer Approval 2 Reliability Test Acceptance 3 60 Calendar Day System Reliability Test 4 Approach 4 Monitor and Control 4 Failure Definitions and Samples 4 Test Panning Procedures 6 Failure Reporting 6 Resources and Designations .....8 Acceptance 8 Section 8 Statement of Work Functional Acceptance Test Procedures 60 Day Operations Test Pagel City of Miami, Florida Contract No, RFP592382 REVISION HISTORY Rev Date Author Description of Changes Section 8 Statement of Work Functional Acceptance Test Procedures 60 Day Operations Test Page ii City of Miami, Florida Contract No. RFP592382 ABOUT THIS DOCUMENT This document was specifically prepared for the customer shown below. Each section of this document is individually maintained in the Harris document control system. The revisions of each section are individually listed. Customer: City of Miami Prepared By: Harris Corporation Total Test Pages: 8 SUBSCRIBER UNIT USAGE All tests in this document will be performed with Harris subscriber units. Section 6 Statement of Work Functional Acceptance Test Procedures Page 1 City of Miami, Florida Contract No. RFP592382 C'C'sTO.1<!ER APPROL t1 L This Test Procedure has been read and approved for use as the 60 Day System Reliability test. City Representative Harris Corporation Signature Signature Printed name and title Printed name and title Section 6 Statement of Work Functional Acceptance Test Procedures Page 2 City of Miami, Florida Contract No. RFP592382 RELIABILITY TEST ACCEPTANCE This 60 Day System Reliability test has been successfully completed. City Representative Harris Corporation Signature Signature Printed name and title Printed name and title Section 6 Statement of Work Functional Acceptance Test Procedures Page 3 City of Miami, Florida Contract No. RFP592382 60 CALENDAR DAY SYSTEM RELIABILITY TEST The Sixty (60) Calendar Day System Reliability Test is a standalone performance test designed to demonstrate successful operation of the Land Mobile Radio (LMR) System over a specified period of time. Approach The System Reliability Test will occur once the Functional Acceptance Test Plan (FATP) and Coverage Acceptance Test Plan (CATP), and user migration/cutover are successfully complete. During the test, the system shall operate for a period of sixty (60) accumulated calendar days without a major failure relating to hardware or software infrastructure, Neither the City nor Harris shall perform any preventive system maintenance during the test unless mutually agreed upon in writing. During the test, we will record, evaluate, and resolve hardware and software failures as required. We will classify failures as either a "Major System Failure", an "Intermediate System Failure", or a "Minor Failure" (as defined below in Figure 1). The test successfully ends at the completion of a sixty (60) calendar day period without the occurrence of a "Major System Failure". Harris and the City shall assign a primary and secondary point of contact which will be available at all times during active testing of the system. These contacts will comprise the "test team". Both parties will review any in -process failures, make a determination as to the actions to be taken, and the effect on the test clock following the guidelines and definitions of failures below. During this time, the test team will log, evaluate, resolve and review all documented issues. Monitor and Control We will use the Regional Network Manager (RNM) application to monitor system health status. Our project engineering team will monitor the City network via the Harris Network Operations Center in order to perform remote monitoring and diagnosis of the LMR System. We will lock site and terminal configurations during the System Reliability Test preparation. We will document any mutually agreed upon changes which will become a part of the final test report. Failure Definitions and Samples Figure 1 defines the failure types, Section 6 Statement of Work Functional Acceptance Test Procedures Page 4 City of Miami, Florida Contract No. RFP592382 Major System Failure Figure 1. System Failure Types Defined as Harns supplied hardware or software failure which INTERRUPTS 6 Calendar Day System Reliability Test and will STOP testing. This event compromises the system's ability to operate as a "multi -site" radio system. Harris andlor its authorized repair service will make the necessary repairs/adjustments. A NEW 60 Calendar Day System Reliability Test will initiate upon resolution of the failure. lntenriediate System Failure Defined as Harris supplied hardware or software failure which INTERRUPTS 60 Calendar Day System Reliability Test and will PAUSE testing. Harris andlor its authorized repair service will make the necessary repairs/adjustments, and 24 hours after the repair is complete. the 60 calendar day test period will resume at the point that it was discontinued and will continue until the sixtieth test day occurs without further interruptions. For example. it failure occurs on Day 15 of the reliability test, repairs will be made, and 24 hours after the repair has been made, the System Reliability Test will resume and continue on Day 15, The System Reliability Test will then be deemed successfully completed when Day 60 completes without further interruptions of failures. "NOTE. If the same Intermediate System Failure occurs sequentially twice in a row of the same component. then the failure will follow the same procedure of a Major System Failure and the test will. after repair is completed, start a new 60 Calendar Day System Reliability Test (as described above in the Major System Failure description). Minor System Failure Defined as Harris supplied hardware or software failures that have no material effect on the overall operation of the system or major system components. Harris andlor its authorized repair service will commence and complete repairs/adjustments in a timely manner. The 60 Calendar Day System Reliability rest is NOT INTERRUPTED and its cycle time is not affected Other System Failure Defined as one or any combination of the following type of events considered out of Harris' Control: Radio call failures in "known" poor coverage areas, non -Harris customer provided equipment, commercial power failures, customer staff/operator errors. previously agreed upon system maintenance downtime and/ or harsh environmental conditions or acts of God which cannot be prevented System failure definitions are shown in Figure 2: Figure 2. System Failure Definitions A Complete loss of Network Switching capability including a loss related to the Harris provided network backhaul. 6 Complete foss of one or more trunked radio repeater sites including a kiss related to the Harris provided network backhaul. C Less of trunking mode of operation. X D . Loss of both DCP simulcast control points E Failure of 25% or more dispatch console positions including control stations. X F A software failure or download or any intervention by a Harris software developer or programmer on the radio system infrastructure components resulting in a service outage that would otherwise be classified as a major failure. Failure of the radio system infrastructure to properly recognize the emergency alert from a terminal subscriber. Section 6 Statement of Work Functional Acceptance Test Procedures Page 5 City of Miami, Florida Contract No. RFP592382 Item H Failure Description Loss of 20% trunked channels or more due to hardware or software failureX Major Interrrm. Illrrar .. - D Loss of one f 11 DCP simulcast control point equipment. X I Complete Loss of Network Management capability. a Loss of 1O% trunked channels or more due to hardware or software failure K Failure of any single Interoperability Gateway interface equipment between the Gateway and the new radio system: legacy system failures do not apply. X L Any non -critical failure that does not affect blinking operation X M Any user terminal equipment X Test Planning Procedures Prior to the start of the 60 calendar day test, the following activities must take place: 1. Functional Acceptance Test Plan completed 2. Coverage Acceptance Test Plan completed 3. User Migration and Cutover completed 4. User training completed 5. Test Team members identified (City and Harris evaluators) 6. Team meeting with Test Team to review the test plan and failure definitions and examples 7. Issue reporting process reviewed and approved Failure Reporting Upon observing a system issue, the user will complete the Radio System Issue Report (Figure 3) and submit it to the Test Team within 12 hours. Upon receipt of the issue report, the Harris Project Manager will log the report and make a preliminary classification of the issue and report it to the Test Team within 12 hours of receiving the report. Based upon the failure classification, the test will be halted, paused, or continued according to the classification of the System Failure Table. All reported issues will be logged documenting the details of the issue resolution. Should the initial classification be disputed by another member of the test team, the team will meet within 24 hours to review the issue and reach agreement on the classification. The test will continue until the team meets and reaches agreement. Weekly meetings will take place to review the progress of the test, discuss issues identified and their resolution. Attendees of the meetings will include the Test Team and others as identified by the City and Harris Project Managers. The Harris Project Manager will document and distribute meeting minutes and action items for each meeting. Section 6 Statement of Work Functional Acceptance Test Procedures Page 6 City of Miami, Florida Contract No. RFP592382 City P25 Radio S 'stein Issue Report Fonn Narne/User: Date: Time: Location: In Building (YJN); GPS Coordinates: Agency: User ID: Taik Group/Channel: Selected System: ksue Desorption Scheduled Maintenance or Intermediate Failure Upon completion of the maintenance or resolution of the failure and a 24 hour monitoring period, the test shall resume as if the maintenance or failure had not occurred (i.e. if the test is stopped on day 5 for maintenance, it would then resume on day 6 after the maintenance is complete). Major Failure Should a major failure occur, the Harris team will take prompt action to evaluate the issue and implement corrective action. After resolving the issue, the Harris project manager or engineering manager will document the resolution and provide notice of restarting the test at day 1. Section 6 Statement of Work Functional Acceptance Test Procedures Page 7 City of Miami, Fonda Contract No. RFP592382 Resources and Designations Harris and the City will determine the necessary resources to execute and monitor the testing and ensure they are available to meet, perform, and complete the technical requirements as agreed upon. Such resources include personnel, facilities, site access, and the assistance of required City personnel to conduct testing. Identified and agreed upon resources will be made available such that there is no impact to the cycle -time of the reliability test and performance of the task. Acceptance As identified on the project schedule, upon successful completion of the 60 calendar day System Reliability Test, Harris will submit the results of the test including a summary of issues and descriptions of resolutions performed. A joint meeting will follow, at a mutually agreeable location, to review the test documentation and obtain acceptance and agreement that the System Reliability Test was successfully executed. completed and approved. Section 6 Statement of Work Functional Acceptance Test Procedures Page 8 City of Miami, Florida Contract No. RFP 592382 J ATTACHMENT 7 Coverage Acceptance Test Procedures RRIS Coverage Acceptance Test Procedures for City of Miami City of Miami, Flcrida Contract No, RFP 592382 TABLE OF CONTENTS 1. Service Area Definitions and Grid Structure 2 2. Talk -Out Signal Strength Test 5 2.1 Setup.... 5 2.2 Data Measurements 5 2.3 Data Analysis and Acceptance 6 2.4 Results Presentation 7 3. P25 Talk -Out Bit Error Rate (BER) Test 8 3.1 Setup . 8 3.2 Data Measurements 9 3.3 Data Analysis and Acceptance 9 3.4 Results Presentation 10 4. P25 Talk -In Bit Error Rate (BER) Test 11 4.1 Setup 11 4.2 Data Measurements 12 4.3 Data Analysis and Acceptance 12 4.4 Results Presentation 13 5. Voice Quality Test, Attenuated Portable 14 5.1 Test Equipment and Preparation 14 5.2 Test Planning 15 5.3 Grading of Test Locations 15 5.4 Test Analysis and Acceptance 16 5.5 Results Presentation 17 6, Portable Indoor Voice Quality Test 19 6.1 Test Equipment and Preparation 19 6.2 Test Planning 20 6.3 Grading of Building Test Locations 20 6.4 Individual Mandatory Building Test Analysis and Grading 21 6.5 Test Acceptance 22 6.6 Results Presentation 22 Attachment 7 — Statement of Work Coverage Acceptance Test Procedures Pagel City of Miami, Florida Contract No. RFP 592382 ABOUT THIS DOCUMENT This document was specifically prepared for the customer shown below. Each section of this document is individually maintained in the Harris document control system. The revisions of each section are individually listed. Customer: City of Miami Prepared By: Shaun Hancock. Total Test Pages: 23 DOCUMENT USAGE Although specific tests are not included relating to electrical measurements or timing parameters of equipment, Harris measures and records these tests and levels as part of our standard installation practices, These parameters include but are not limited to: • Transmit Frequency and Deviation • Output and Reflected Power • Receiver Sensitivity • Receiver Multicoupler Gain (if applicable) • Receiver Preamplifier Gain (if applicable) • Time Domain Reflectometry of Transmission Line • Combiner Loss (if applicable) • Audio line out • Audio line in We will provide system parameters and measurements to City of Miami as part of the final documentation package. Attachment 7 — Statement of Work Coverage Acceptance Test Procedures Page 1 City of Miami, Florida Contract No. RFP 592382 1, SERVICE AREA DEFINITIONS AND GRID STRUCTURE TSB-88-D defines a service area as a boundary of the geographic area of concern for a user, and states that Validated CPC Service Area Reliability shall be determined by the percentage of test locations in the bounded service area that meet or exceed the specified CPC. We are proposing a Bounded Area design for City of Miami as defined in TSB-88-D wherein coverage predictions are made out to the boundary of the defined service area and coverage is verified throughout the service area out to the boundary through the performance of a Validated CPC Service Area Reliability test. The service area is shown in red in Figure 1 — of Miami. Figure 1 — City of Miami TSB-88-D recommends coverage verification measurements at a statistically significant number of random test locations, uniformly distributed throughout the service area. We divide the service area by a test grid pattern using TSB-88-D Estimate of Proportions analysis to determine the number and size of the test tiles providing both statistically significant measurement results and a high confidence that the results are a true indication of the installed radio system coverage. Table 1 provides our recommended tile sizes to obtain a uniform distribution of tiles throughout the service area. Attachment 7 — Statement of Work Coverage Acceptance Test Procedures Page 2 City of ivliarrii, Florida Contract No. RFP 592382 Table 1 - Coverage Service Area, Tile Size, and Tile Count Service Area Definition Tile Size (miles) Tile Count City of Miami 0.03 x 0.03 mile 1363 The grid pattern overlays onto street maps and we determine a drive test route that will pass through all accessible tiles (i.e. have roads) within the defined service area boundaries, with an approximately equal distance traveled in each tile. Based on the US Census Bureau TIGER roads database, we estimate 1363 tiles (100%) are accessible within the City of Miami Landmass Boundary. In order to include as many test tiles as possible, the following roads have been deemed accessible,: • Primary Roads • Secondary Roads • Local Roads (Streets) • Ramps • Service Drives • Vehicular Trails • Private Service Roads The drive route should pass through each tile at least once but not more than twice, as far as is practically possible. The defined drive route should not pass through tunnels, underpasses, underground garages, or other man made obstructive areas where radio coverage is not planned or expected. If a drive route passes through any of these areas, we disable the TYPHON test unit to prevent collection of data in these areas. Measurements will be made in all accessible tiles within the defined service area boundaries. We do not use test measurements along the drive route that are outside of each service area boundary. Any areas or accessible tiles within the service area boundary that City of Miami decides not to test will have coverage scored as a PASS in the reliability calculations. We will discard inaccessible tiles (i.e. have no roads) from the reliability calculations with the acceptance criteria adjusted by treating the inaccessible tiles as exclusion zones. The accessible grid structure is shown in Attachment 7 — Statement of Work Coverage Acceptance Test Procedures Page 3 City of Miami, Florida Contract No. RFP 592382 Figure 2 - City of Miami Accessible Grid Structure Attachment 7 — Statement of Work Coverage Acceptance Test Procedures Page 4 City of Miami, Florida Contract No. RFP 592382 2. TALK -OUT SIGNAL, STRENGTH TEST We use this Acceptance Test Procedure (ATP) for RE coverage verification based on signal strength measurements. This procedure provides an accurate, statistically valid, repeatable, objective, and cost-effective method to verify all of the City of Miami's coverage requirements are met. This ATP is in conformance with the Telecommunications Industry Association (TIA) Telecommunications Systems Bulletin TSB-88-D titled "Wireless Communications Systems - Performance in Noise and Interference -Limited Situations - Recommended Methods for Technology -Independent Modeling, Simulation, and Verification". TSB-88-D defines Channel Performance Criterion (CPC) as the specified minimum design performance level in a faded channel, and provides a set of Delivered Audio Quality (DAQ) CPCs that define subjective voice quality performance applicable to both analog voice and digital voice systems. We verify RE coverage using this ATP by measuring talk -out (base to mobile) signal strength throughout City of Miami's defined bounded service area, and calculating the percentage of measurements that equal or exceed a-110dBm signal level at a mobile or portable radio required to support the City of Miami's specified CPC of DAQ 3.4. In accordance with TSB-88-D, talk -in measurements are not necessary. Coverage verification testing need only be done in the talk -out direction. Reciprocity will apply and we will include an analytical derivation of the relationship between talk -out and talk -in paths in the test report. 2.1 Setup We will use our TYPHON wireless testing system to measure coverage performance. TYPHON uses calibrated test receivers to produce repeatable measurement results in conformance with industry standards. We maximize the accuracy of test measurements through periodic calibration of the TYPHON system and by virtue of its integral automated hardware and software that minimizes the likelihood of procedural errors. TYPHON may be configured with up to four industrial grade measurement receivers to provide RSSI data for a single or multiple sites, a GPS receiver to provide accurate position information for each measured data point, a computer with an internal clock that coordinates and records the test data, and a roof mounted antenna. TYPHON contains multiple receivers to facilitate gathering data simultaneously from several multi -sites or simulcast sites at common measurement locations. Prior to taking signal strength measurements, we audit each site to verify that the radio system is operating properly. The audits verify the antenna configuration, the power into the antenna, the antenna installation, and the frequency of the test transmitter. We will provide all test equipment necessary to perform the audits. 2.2 Data Measurements The TYPHON equipment mounts inside the test vehicle (standard passenger vehicle) with an external antenna mounted on the outside and centrally located on the vehicle's roof, with no other equipment installed on the roof. Attachment 7 - Statement of Work Coverage Acceptance Test Procedures Page 5 City of Miami, Florida Contract No. RFP 502382 Each radio system base station site transmits either on the control channel or an unmodulated carrier on one selected working channel, and measurements of this signal are made at equal distance intervals throughout the entire drive route. The TYPHON equipment, operating at a minimum 512 Hz sampling rate, operates in the '40 Distance Average' analysis mode. With the test vehicle in motionl along the drive route, a local mean signal measurement is made every 40 wavelength distance2 traveled, By averaging a minimum of 200 data points within each 40 wavelength measurement window, the estimated mean value is within ±1 dB of the actual value with 99% confidence. 2.3 Data Analysis and Acceptance We post -process all mean measurement data records collected from the drive test within the defined service area boundary, with data records recorded every 0.1-mile (typically) used in the final analysis. For each service area, we adjust the minimum acceptable signal level at a portable radio to the mobile measurement reference point using the loss factors shown in Table 2 (e.g., portable body loss, excess signal required to penetrate each random building category). A comparison is made between the mean measurement points in the service area and this adjusted minimum level, denoted the adjusted signal threshold. Table 2 - Coverage Service Area, Signal Level, and Acceptance Criteria Service Area Definition Description Minimum Required Signal Level (dBm) Body Loss (dB)3 Building Loss (dB} Adjusted Signal Threshold (dBm) % Validated CPC Service Area Reliability Acceptance Criteria City of 141iami as shown in Section 1. Mobile -1101 dBm -110 dBm 98% City of Miami as shown in Section 1. Portable Indoor 12d B Building -110 dBm 8 dB 12 dB -90 dBm 98% City of Miami as shown in Section 1. Portable Indoor -1 10 dBm 8 dB 24 dB -90 dBm 97% Points that equal or exceed the adjusted signal threshold value record as PASS and those below record as FAIL. The installed radio system coverage meets the coverage requirements if, far each bounded service area in Table 2, the ratio of the number of PASS points to the total number of points in the service area equals or exceeds the minimum % Validated CPC Service Area Reliability acceptance criteria that is shown. I Vehicle velocity USE not .exceed 60 miles per hour to enure an adequate number or points over the measurement w inflow. 40 wavelengths IN. U111=. SOO ;MI-Iz and Qtft1 \li iz. 20 wavelengths k r VI IF 150 \UIz. 3 .. ttcnuator ['unable Loss accounts air portable unto loss :nrd antenna gain and will he Finalized prior to acceptance testing based on actual equipment conliguiaunn. Attachment 7 — Statement of Work Coverage Acceptance Test Procedures Page 6 Wave City of Miami, Florida Contract No. RFP 592382 2.4 Results Presentation The data records plot on a map showing the test grids, the areas tested and the test results. Different pen colors show ranges of measured mean signal levels. An included test report summarizes the test results. Results Tester: Comments: (Pass/Fail) Date: Attachment 7 - Statement of Work Coverage Acceptance Test Procedures Page 7 City of Miami, Florida Contract No. RFP 592382 3. P25 TALK -OUT BIT ERROR RATE (BER) TEST We use this Coverage Acceptance Test Procedure (CATP) for RF coverage verification based on Bit Error Rate (BER) measurements. This procedure provides an accurate, statistically valid, repeatable, objective, and cost-effective method to verify that all City of Miami coverage requirements are met. This ATP is in conformance with the Telecommunications Industry Association (TIA) Telecommunications Systems Bulletin TSB-88-D titled "Wireless Communications Systems - Performance in Noise and Interference -Limited Situations - Recommended Methods for Technology -Independent Modeling, Simulation, and Verification". TSB-88-D has defined Channel Performance Criterion (CPC) as the specified minimum design performance level in a faded channel, and provides a set of Delivered Audio Quality (DAQ) CPCs that define subjective voice quality performance applicable to both analog voice and digital voice systems. We verify RF coverage using this ATP by measuring talk -out (base to mobile) BER throughout the bounded service areas defined in Section 1, and calculating the percentage of measurements that are equal or better than a BER of 2.4% required to support the City's specified CPC of DAQ 3.4. 3.1 Setup We use our TYPHON wireless testing system to measure BER. TYPHON consists of Harris portable radios, a GPS receiver to provide accurate position information for each measured data point, a computer with an internal clock that coordinates and records the test data, roof mounted antennas, and variable attenuators for use when testing portable coverage. The TYPHON equipment mounts inside the test vehicle (standard passenger vehicle for single BER measurements, or SUV/van for multiple BER measurements) with an external antennas) mounted on the outside and centrally located on the vehicle's roof, with no other equipment installed on the roof. For portable outdoor coverage verification, the variable attenuator is set to the appropriate level to account for portable body losses. For portable indoor coverage verification, the variable attenuator will be set to account for the portable body losses plus the loss of the building category being evaluated. Variable attenuator values are shown in Table 3. Attachment 7 — Statement of Work Coverage Acceptance Test Procedures Page 8 City of Miami, Florida Contract No. RFP 592382 Table 3 - Coverage Service Area, Body/Building Loss, and Attenuator Values Service Area Definition Description BodLoss {dB) Building Loss (dB} A tValuetor (dB) 4 City of Miami as shown in Section 1. Mobile 0 dB City of Miami as shown in Section 1, Portable Indoor 12dB 8 12 dB -20 dB City of Miami as shown in Section 1. Portable Indoor 24dB 8 24 dB -32 dB Prior to taking BER measurements, we audit each site to verify that the radio system is operating properly. The audits verify the antenna configuration, the power into the antenna, the antenna installation, and the frequency of the test transmitter. We will provide all test equipment necessary to perform the audits. 3.2 Data Measurements Each radio system base station site continuously transmits a P25 test pattern data sequence on a working channel (the same working channel for each simulcast system site), and collect measurements of this signal every 3 seconds by the TYPHON equipment mounted inside the test vehicle as it is driven along the defined test drive route. The software in the TYPHON laptop computer automatically measures and records the test data and determines the BER for each 3-second measurement data record along the test drive route. 3.3 Data Analysis and Acceptance We post -process all 3-second BER measurement data records collected from the drive test within the defined service area boundary and use them in the final analysis. Measurements that have a BER equal to or better than 2.4% record as PASS; the remainder record as FAIL. The installed radio system coverage meets the coverage requirements if, for each bounded service area in Table 4, the ratio of the number of PASS points to the total number of points in the service area equals or exceeds the minimum Validated CPC Service Area Reliability acceptance criteria that is shown. J \uenuatar Portable Loss aecuunts filr potkable ha dy loss and antstaana gain and will he finalized prior to acceptance testing hated on actual equipment configuration. Attachment 7 — Statement of Work Coverage Acceptance Test Procedures Page 9 City of Miami, Florida Contract Noy RFP 592382 Table 4 - Coverage Service Area and Acceptance Criteria Service Area Definition Description % Validated CPC Service Area Reliability Acceptance Criteria City of Miami as shown in Section 1. Mobile 98% City of Miami as shown in Section 1. Portable Indoor 12 dB 98% City of Miami as shown in Section 1. Portable Indoor 24dB 97% 3.4 Results Presentation The data records plot on a map showing the test grids, the areas tested and the test results. Different pen colors show ranges of measured BER. An included test report summarizes the test results. Results Tester: Comments: (Pass/Fail) Date: Attachment 7 — Statement of Work Coverage Acceptance Test Procedures Page 10 City of Miami, Florida Contract No. RFP 592382 4. P25 TALK -IN BIT ERROR RATE (BER) TEST We use this Coverage Acceptance Test Procedure (CATP) for RF coverage verification based on Bit Error Rate (BER) measurements. This procedure provides an accurate, statistically valid, repeatable, objective, and cost-effective method to verify that all City of Miami coverage requirements are met. This ATP is in conformance with the Telecommunications Industry Association (TIA) Telecommunications Systems Bulletin TSB-88-D titled "Wireless Communications Systems - Performance in Noise and Interference -Limited Situations - Recommended Methods for Technology -Independent Modeling, Simulation, and Verification'. TSB-88-D has defined Channel Performance Criterion (CPC) as the specified minimum design performance level in a faded channel, and provides a set of Delivered Audio Quality (DAQ) CPCs that define subjective voice quality performance applicable to both analog voice and digital voice systems. We verify RF coverage using this ATP by measuring talk -in (base to mobile) BER at all sites from a test vehicle located throughout the bounded service areas defined in Section 1, and calculating the percentage of measurements that are equal or better than a BER of 2.6 °/a required to support the City's specified CPC of DAQ 3.4%. 4.1 Setup We use our TYPHON wireless testing system to measure BER. TYPHON connects to a base station at each site in the system and includes a GPS receiver to provide accurate time information for each measured data point and a computer with an internal clock that coordinates and records the test data. Multiple TYPHON units are required. One TYPHON unit is mounted inside the test vehicle (standard passenger vehicle) with an external antenna mounted on the vehicle's roof. A mobile radio is also installed in the test vehicle with its external antenna also mounted on the vehicle's roof. No other equipment is installed on the roof of the test vehicle. One TYPHON unit will be located at a central location with radio system network connectivity. For portable outdoor coverage verification, the variable attenuator is set to the appropriate level to account for portable body losses. For portable indoor coverage verification, the variable attenuator will be set to account for the portable body losses plus the loss of the building category being evaluated. Variable attenuator values are shown in Table 5. Attachment 7 — Statement of Work Coverage Acceptance Test Procedures Page 11 City of Miami, Florida Contract No. RFP 592382 Table 5 - Coverage Service Area, BodylBuilding Loss, and Attenuator Values Service Area Definition Description Body Loss (dB) Building Loss (dB) Attenuator Value (dB)5 City of Miami as shown in Section 1. Mobile 0 dB City of Miami as shown in Section 1. Portable Indoor 12dB 8dB 12 dB 20 dB City of Miami as shown in Section 1, Portable Indoor 24dB 8dB 24 dB 32 dB Prior to taking BER measurements, each site must be audited to verify that the radio system is operating properly. The audits will verify the antenna configuration, the antenna installation, and the frequency of the test transmitter. Harris shall provide all test equipment necessary to perform the site audits. 4.2 Data Measurements With the test vehicle in motion6 along the drive route, the mobile in the test vehicle transmits the data sequences on a working channel, and measurements of this signal are collected from the base station at each site. The software in the TYPHON laptop computer will automatically measure and record the data sequences that will be used to determine the BER for each measurement point along the drive route. The GPS time of the start and stop (ON and OFF) for each transmission, as well as the vehicle position for each transmission, will be recorded in the test vehicle TYPHON.Iog file. These start and stop times will identify the corresponding portions of the base station receive TYPHON.log file containing the valid data to be used in the analysis. 4.3 Data Analysis and Acceptance We post -process all BER measurement data records collected from the drive test within the defined service area boundary and use them in the final analysis. Measurements that have a BER equal to or better than 2.6% record as PASS; the remainder record as FAIL. The installed radio system coverage meets the coverage requirements if, for each bounded service area in Table 6, the ratio of the number of PASS points to the total number of points in the service area equals or exceeds the minimum Validated CPC Service Area Reliability acceptance criteria that is shown. i Attenuator Portable loss accounts for portable body loss and antenna gain and will he finalized prior to acceptance testing based on actual equipment configuration. 6 Vehicle velocity must be between 30-60 miles per hour dependent on the grid size to provide the maximum number or test sequences along the drive route and ensure a nllln anon of one test sequence per grid area. Attachment 7 — Statement of Work Coverage Acceptance Test Procedures Page 12 City of Miami, Florida Contract No. RFP 592382 Table 6 - Coverage Service Area ancf Acceptance Criteria Service Area Definition Description % Validated CPC Service Area Reliability Acceptance Criteria City of Miami as shown in Section 1. Mobile 98% City of Miami as shown in Section 1. Portable Indoor 12dB 98% City of Miami as shown in Section 1. Portable Indoor 24dB 97% 4.4 Results Presentation The data records plot on a map showing the test grids, the areas tested and the test results. Different pen colors show ranges of measured BER. An included test report summarizes the test results. Results Tester: Comments: (Pass/Fail) Date: Attachment 7 — Statement of Work Coverage Acceptance Test Procedures Page 13 City of Miami, Florida Contract No. RFP 592382 5. VOICE QUALITY TEST, ATTENUATED PORTABLE We use this Acceptance Test Procedure (ATP) for verification of portable outdoor coverage based on the evaluation of digital voice quality using an attenuated portable inside a test vehicle. This ATP is in conformance with the Telecommunications Industry Association (TIA) Telecommunications Systems Bulletin TSB-88-D, titled "Wireless Communications Systems - Performance in Noise and Interference -Limited Situations - Recommended Methods for Technology -Independent Modeling, Simulation, and Verification". TSB-88-D defines Channel Performance Criterion (CPC) as the specified minimum design performance level in a faded channel, and provides a set of Delivered Audio Quality (DAQ) CPCs that define subjective voice quality performance applicable to both analog voice and digital voice systems. These DAQ definitions are provided in Table 7. Table 7 - Delivered Audio Quality Scale Definitions Delivered Audio Quality Subjective Performance Description DAQ 5.0 Speech easily understood. DAQ 4.5 Speech easily understood. Infrequent Noise/Distortion. DAQ 4.0 Speech easily understood. Occasional Noise/Distortion. DAQ 3.4 Speech understandable with repetition only rarely required. Some Noise/Distortion. DAQ 3.0 Speech understandable with slight effort. Occasional repetition required due to Noise/Distortion. DAQ 2.0 Understandable with considerable effort. Frequent repetition due to Noise/Distortion. DAQ 1.0 Unusable, speech present but unreadable. This ATP verifies Portable coverage by evaluating the voice quality of digital voice test calls to/from an attenuated portable radio at test locations throughout the City of Miami's defined bounded service area. At each test location, the portable user places a test call to the dispatcher (an inbound call), and the dispatcher places a test call to the portable user (an outbound call). Evaluators grade the inbound and outbound test call at each location using the DAQ definitions in Table 7. Scores that equal or exceed the City of Miami's specified CPC of DAQ 3,4 are acceptable (PASS), and those lower than DAQ 3.4 are not acceptable (FAIL). 5.1 Test Equipment and Preparation Portable radios as proposed and from the City of Miami's original order will be used for the voice quality test. The portable radio mounts inside the test vehicle (standard passenger vehicle) with an external antenna mounted on the outside and centrally located on the vehicle's roof, with no other equipment installed on the roof. A variable attenuator installs in the test vehicle between the radio and the external antenna to simulate portable operations on the hip for both outdoor and indoor operation. For portable outdoor testing, the value of the attenuator will be set equal to a 8dB loss Attachment 7 — Statement of Work Coverage Acceptance Test Procedures Page 14 City of Miami, Florida Contract No RFP 592382 representative of the portable radio at the hip level and equipped with a shoulder mounted speaker/microphone. For portable indoor testing, the value of the attenuator will be set equal to 8dB body loss plus the City of Miami's defined building Toss level(s). Prior to performing the tests, we will audit each site to verify that the radio system is operating properly. The audits verify the antenna configuration, the power into the antenna, the antenna installation, and the frequency of the test transmitter. We will provide all test equipment necessary to perform the site audits. 5.2 Test Planning All accessible grids will be tested. The voice quality test is conducted at a randomly selected location within each grid, typically as close to the center of the grid as possible. To the extent possible, test locations in adjacent grids should not be clustered closer to one another than 100 7. All test calls will be made with the vehicle at street level outside any enclosure such as buildings, tunnels, underpasses, underground garages, or other man made obstructive areas where radio coverage is not planned or expected. 5.3 Grading of Test Locations The digital voice quality test requires two representatives from each entity (Harris and City of Miami). One representative from Harris and one from the City will be the Field team, which will travel the drive route, perform the inbound calls, and grade the outbound calls. The second representatives from Harris and the City will be the Base team, which will remain at the dispatch location, grade the inbound calls, and perform the outbound calls. To reduce the time required for this coverage test, a single Base team can support multiple Field teams, and multiple Field and Base teams may be used. The digital voice test calls within each grid consist of a short message representative of typical public safety call duration and include the identification of the location being tested. The suggested inbound test message is "TESTING GRID NUMBER XXX", followed by a short sentence or two from a newspaper or periodical such as "USA Today". To ensure that the message is understood, the dispatcher then repeats the inbound test message. The dispatcher will then make a similar outbound test call. The suggested outbound test message is "CONFIRMING GRID XXX", followed by a different short sentence or two from a newspaper or periodical such as "USA Today", The field team will then repeat the dispatcher's test message. Within each grid, if the message is not understood on the first attempt, it can be repeated one time. Dependent on the size of the test grid and the vehicle speed, the test vehicle can be driven through the test grid a second time and the voice quality test call repeated. Each of the four representatives grades the test call using the Table 7 DAQ definitions and records the test score for each test location using the template in Table 9. PASS or FAIL determination is made separately for the inbound and outbound calls at each location. For each call direction, a test location is deemed to PASS if it meets or exceeds the City of Miami's requirement for DAQ 3.4 voice quality from both graders. If both graders agree that the voice quality does not meet the defined DAQ 3.4 criteria, then that test location fails for the direction under evaluation. If a score differs between testers at a 7 Approximately I25-11 at 800 MHz. 24S-11 at I.1I1= arid 650-11 al VIII'. . Attachment 7 - Statement of Work Coverage Acceptance Test Procedures Page 15 City of Miami, Florida Contract No. RFP 592382 location that results in a failing score from only one tester, that location will need to be tested again to determine the cause of the discrepancy. If the discrepancy cannot be rectified, then that grid will be set aside for discussion and evaluation. 5.4 Test Analysis and Acceptance The data logged by the four representatives on the grading template is then analyzed to determine whether the individual test grid meets the DAQ 3.4 definition. An individual test tile is determined to PASS if both the inbound and outbound calls at that grid score as a PASS. The attenuated portable digital voice quality test is deemed to meet the coverage requirements if, for each bounded service area and building loss category in Table 8, the percentage of test tiles that receive a PASS score equals or exceeds the City of Miami's minimum % Validated CPC Service Area Reliability acceptance criteria that is shown. Harris believes the intent of the RFP Section 1.5.D.13 requirement is to avoid large coverage holes within the city. Harris. design is focused on reducing areas that do not meet RFP coverage thresholds within the city boundaries to avoid excessive grid failures, and is offering the following coverage guarantee: 12 dB In -Building Portable Coverage in the City of Miami: Harris guarantees no three adjacent grids where any part of the tiles touch will fail this test. 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 area, then the test management team will halt testing in that area and attempt to diagnose the issue for potential radio system infrastructure problems, portable radio issues, etc. Attachment 7 — Statement of Work Coverage Acceptance Test Procedures Page 16 City of Miami, Florida Contract No. RFP 592382 Table 8 - Coverage Service Area, Body/Building Loss, Attenuator Values and Acceptance Criteria Service Area Definition Description Body Loss (dB) Building Loss (dB) Attenuator Value (dB) 8 % Validated CPC Service Area Reliability Acceptance Criteria Adjacent Tile Guarantee City of Miami as shown in Section 1. Mobile -b dB 98% City of Miami as shown in Section 1. Portable Outdoor 8dB 12dB -20 dB 98% No 3 tiles with any contact City of Miami as shown in Section 1. Portable Indoor 8dB 24 dB -32 dB 97% 5.5 Results Presentation A test report is provided that includes: • the number of test grids • the location tested within each grid • a copy of the Table 9 inbound or outbound grading template used by each grader • the PASS/FAIL score for each test grid/location for each call direction • the % PASS calculation for the service area • a statement of overall test acceptance or failure of coverage. Results Tester: Comments: (Pass/Fail) Date: mu:an:nor Portable Loss accounts tin' purahle body Toss and antenna Baia and will be €inahlud prior to acceptance testinu based on ac.tual egll unnent con ligurai ion. Attachment 7 - Statement of Work Coverage Acceptance Test Procedures Page 17 City of Miami, Florida Contract No. REP 592382 Table 9 — Outdoor Coverage Attenuated Portable Voice Quality Test Grading Template Coverage Test Data for: City of Miami Date: Requirement: DACE 3.4 Portable Attenuator Value: 8dB Check the fink used: Digital Voice f Base to Portable (outbound) Li Portable to Base (inbound) Harris Evaluator: Organization: City of Miami Evaluator: Organization: Test Radio: Test Frequency: Service Area Test Grid Number Harris Grade City of Miami Grade Remarks PASS / FAIL, Score (One row for each test grid/location) Attachment 7 — Statement of Work Coverage Acceptance Test Procedures Page 18 City of Miami, Florida Contract No. RFP 592382 6. PORTABLE INDOOR VOICE QUALITY TEST This Acceptance Test Procedure (ATP) verifies portable indoor coverage in mandatory or critical required buildings based on the evaluation of Digital voice quality. This ATP is in conformance the Telecommunications industry Association (TIA) Telecommunications Systems Bulletin TSB-88-D, titled "Wireless Communications Systems - Performance in Noise and Interference -Limited Situations - Recommended Methods for Technology -Independent Modeling, Simulation, and Verification". TSB-88-D has defined Channel Performance Criterion (CPC) as the specified minimum design performance level in a faded channel, and provides a set of Delivered Audio Quality (DAQ) CPCs that define subjective voice quality performance applicable to both analog voice and digital voice systems. These DAQ definitions are provided in Table 10. Table 10 - Delivered Audio Quality Scale Definitions Delivered Audio Quality Subjective Performance Description DAQ 5.0 Speech easily understood. DAQ 4.5 Speech easily understood. Infrequent Noise/Distortion. DAQ 4.0 Speech easily understood. Occasional Noise/Distortion. DAQ 3.4 Speech understandable with repetition only rarely required. Some Noise/Distortion. DAQ 3.0 Speech understandable with slight effort. Occasional repetition required due to Noise/Distortion. DAQ 2.0 Understandable with considerable effort. Frequent repetition due to Noise/Distortion. DAQ 1.0 Unusable, speech present but unreadable. TSB-88-D also defines a service area as a boundary of the geographic area of concern for a user, and states that Validated CPC Service Area Reliability shall be determined by the percentage of test locations in the bounded service area that meet or exceed the specified CPC. RF coverage using this ATP is verified by evaluating the voice quality of Digital voice test calls toifrom a portable radio in each of the mandatory buildings (bounded service areas) specified by the City of Miami. In each building, test calls are placed from the portable user to the dispatcher (an inbound call), as well as from the dispatcher to the portable user (an outbound call). The inbound and outbound test calls in each building are graded using the DAQ definitions in Table 10. Scores that equal or exceed the City of Miami's specified CPC of DAQ 3.4 are considered acceptable (PASS), and those lower than DAQ 3.4 are not acceptable (FAIL). 6.1 Test Equipment and Preparation Portable radios as proposed and from the City of Miami's original order will be used for the voice quality test. Prior to performing the tests, Harris will bench test and align all portable radios to be used during coverage testing. The portable radio will be worn on the belt and equipped with a shoulder -mounted speaker/microphone. Attachment 7 — Statement of Work Coverage Acceptance Test Procedures Page 19 City of Miami, Florida Contract No. RFP 592382 Prior to performing the tests, each site must be audited to verify that the radio system is operating properly. The audits will verify the antenna configuration, the power into the antenna, the antenna installation, and the frequency of the test transmitter. Harris shall provide all test equipment necessary to perform the site audits. 6.2 Test Planning TSB-88-D recommends coverage verification at a statistically significant number of random test locations, uniformly distributed throughout the service area. To accomplish this, each mandatory building (bounded service area) is divided into a grid pattern as an aid to test planning. An equal number of points on each floor, including basements, of each mandatory building will be tested. Each floor will be divided into 20-ft by 20-ft grids to obtain a uniform distribution of 100-200 grids in each mandatory building. A minimum of 20 test grids is required for small, single floor mandatory buildings. The voice quality test is conducted using portable radios near the center of each building test grid. Test grids will exclude elevators. Harris and the City of Miami will mutually agree and identify other areas of each mandatory building that will be excluded from testing such as locations where RF signals are not permitted due to potential interference with sensitive electronics equipment, and areas where access is denied. Test grids that are within excluded areas of a building will not be tested and will be disregarded in the data analysis. 6.3 Grading of Building Test Locations The digital voice quality test requires two representatives from each entity (Harris and the City of Miami). One representative from Harris and one from the City of Miami will be the Field team, which will travel the drive route, perform the inbound calls, and grade the outbound calls. The second representatives from Harris and the City of Miami will be the Base team, which will remain at the dispatch location, grade the inbound calls, and perform the outbound calls. To reduce the time required for this coverage test, a single Base team can support multiple Field teams, and multiple Field and Base teams may be used. At each agreed upon test location within a building, the portable user to dispatcher (inbound) and the dispatcher to portable user (outbound) test calls are performed. Per TSB-88-D, if the message is not understood on the first attempt the portable user is allowed to move 3-feet in any direction and the test can be repeated one time. The voice quality test is then repeated at each test grid within the building. The digital voice test calls at each location within a building consist of a short message representative of typical public safety call duration and include the identification of the building and location being tested. The suggested inbound test message is "Mobile Team to Dispatcher. Testing Grid Number XXX", followed by [Random Test Language], Grid Number XXX, How do you copy Grid Number XXX?" The dispatcher will then make a similar outbound test call. The suggested outbound test message is "'"Dispatcher to Mobile Team, Testing Grid Number XXX", followed by [repeated Random Test Language], Grid Attachment 7 — Statement of Work Coverage Acceptance Test Procedures Page 20 City of Miami, Florida Contract Na RFP 592382 Number XXX, How do you copy Grid Number XXX?" Within each grid, if the message is not understood on the first attempt, it can be repeated one time. If a repeat (2nd PTT) test call performed within the grid is scored as a PASS, it will be annotated on the Table 12 grading template as a PASS -RETRY. If the second attempt to communicate fails (no access or audio quality below the required DAQ level), that test grid will be remain scored as a FAIL. The [Random Test Language] to be used shall be mutually agreed upon between the City of Miami and Harris prior to testing. the City of Miami shall provide a list of potential test messages representing commonly used dispatch language, void of acronyms, and not to exceed 10 seconds in length, for evaluation. From the potential list of messages, one hundred shall be selected as the pseudo -random messages to be used for testing purposes. The phrase to be used during each test will be determined by the speaker. The final list will be determined prior to testing. Each of the four representatives grades each test call using the DAQ definitions and records the test score for each test location using the template. PASS or FAIL determination is made separately for the inbound and outbound calls at each location. For each call direction, a test location is deemed to PASS if it meets or exceeds the City of Miami's requirement for DAQ 3,4 voice quality from both graders. If both graders agree that the voice quality does not meet the defined DAQ 3.4 criteria, then that test location fails for the direction being graded. If a score differs between testers at a location that results in a failing score from only one tester, that location will need to be tested again to determine the cause of the discrepancy. If the discrepancy cannot be rectified, then that grid will be set aside for discussion and evaluation. The City of Miami reserves the right to begin testing anywhere within the building. i.e. the four corners (N, S. E, W) and the center of the building. The City of Miami also reserves the right to decide not to test all planned test grid locations within a building as well as the right to PASS a building in which The City of Miami has determined sufficient testing has been performed to verify coverage is acceptable within the building even if testing in all grid locations has not been completed. Any such grid locations within a mandatory building that are not tested will be recorded as a PASS in the template and the building will be recorded as a PASS on the template and in the final test report. 6.4 Individual Mandatory Building Test Analysis and Grading The data logged by the four representatives on the grading template is then analyzed to determine whether the individual test grid meets the DAQ 3.4 definition. • An individual test grid location within a building is determined to PASS if both the inbound and outbound calls at that location have been scored as a PASS. The building being tested is deemed to meet the digital voice quality coverage requirement if the percentage of test grid locations that receive a PASS score equals or exceeds the City of Miami's specified acceptance criteria, shown in Table 11. All mandatory buildings will be tested. If Harris is denied access to a mandatory building to perform coverage acceptance testing, then that building will be scored as a PASS. The Attachment 7 — Statement of Work Coverage Acceptance Test Procedures Page 21 City of Miami, Florida Contract No. RFP 592382 City of Miami may elect not to test all mandatory buildings, and any buildings thus not tested for convenience will likewise be recorded as a PASS. Table 11 - Coverage Service Area and Acceptance Criteria Mandatory or Critical Required Building Maximum Building Loss (dB) %Validated CPC Service Area Reliability Acceptance Criteria Miami Fire Station 1 95% Miami Fire Station 2 95% Miami Fire Station 3 44dB Miami Fire Station 4 _ 113 Miami Fire Station 5 95% Miami Fire Station 6 26dB Miami Fire Station 7 95% Miami Fire Station 8 26dB Miami Fire Station 9 95% Miami Fire Station 10 95% Miami Fire Station 11 22rdB Miami Fire Station 12 31 dB Miami Fire Station 13 20dB Miami Fire Station 14 95% Miami F ire Station 15 30dB lliaini Fire Station 16 33dB Miami Police Headquarters 39dB Miami Police North Station 95% Miami Police South Station 38dB 1\lianni Police Ctrapeland Heights Substation 30dB Miami Cite Hall 33dB N'liarni Rixerside Center 95% Miami Fire Department Training Center 73dB 6.5 Test Acceptance The installed radio system coverage is deemed to meet the City of Miami's coverage requirements if all mandatory buildings are scored as PASS. 6.6 Results Presentation A test report is provided that includes: • the name and location of each mandatory building • the number and location of individual test grids within each building • the identification of excluded areas/grids within each building • a copy of the Table 12 inbound or outbound grading template used by each grader for each building • the % PASS/FAIL score for each building • a statement of overall test acceptance or failure of coverage for the City of Miami. Attachment 7 — Statement of Work Coverage Acceptance Test Procedures Page 22 City of Miami, Florida Contract No. RFP 592382 Results Tester: Comments: (Pass/Fail) Date: Attachment 7 - Statement of Work Coverage Acceptance Test Procedures Page 23 City of Miami, Florida Contract No. RFP 592382 Table 12 — Mandatory Building Coverage Voice Quality Test Grading Template Coverage Test Data for: The City of Miami Date: Requirement: DAQ 3.4 Mandatory Building Name and Location: Check the link used: ❑ Digital Voice ❑ Base to Portable (outbound) ❑ Portable to Base (inbound) Harris Evaluator: Organization: The City of Miami Evaluator: Organization: Test Radio: Test Frequency: Building Grid Number Harris Grade The City of Miami Grade Remarks PASSI FAI L Score (One row for each test grid/location) Attachment 7 — Statement of Work Coverage Acceptance Test Procedures Page 24 City of Miami, Florida Contract No. RFP 592382 Attachment 8 Project Management Plan 1. Project Management Overview Contractor will use disciplined management processes and procedures and shared responsibilities as defined within the Program Management Institute Body of Knowledge (PMBOK) framework. The methodology will ensure the project's technical and programmatic success. ■ Balanced implementation of management methodologies ensures the project needs are met through effective planning, monitoring, and control of all project activities. Contractor balances those priorities with the need to collaborate effectively with the City and the user agency communities to ensure project success. ■ Clear definition of shared responsibilities provides well-defined guidelines for optimal engagement of all parties in a highly collaborative, open relationship focused on radio system project success. • Management methodologies tied to the project success ensures that management priorities remain firmly grounded in the ultimate need to deliver a system that works and supports the mission objectives of public service and public safety agencies. Project Team The top-level Project Team is depicted in Figure 1. Contractor will support the Project Team with all necessary resources required to meet all schedule and cost objectives. Figure 1. Project Team David Muniz - Miami Office Slam Mina- tine tai Mike bleak Need Maspins Foam ile p eetie far Ake soul enter a and arsptanor of err prajea IMktml *wet fends rYlralssaaarep ameba: lispositeloarra arraealon stilsasasDF pane Duran Mate eerrorarnn Prank Oat Mends 7nOsioAwmpr Pa.etlos D err rFrarrt sod oumea s rlDrasr prow% lmineaicepprench t• trainee Nab Stoat MarrhsPolaw a. jsan team akgasOb far lasdDQn satimisicallioptemaddetion ad a pawned spore design Coops- Lenerai Cerporatlm Whey'vtAwiar? Morris Seeks Center Function: Prosinless deslas sesoaahon, and n teip Lion moss for horns and ether major system vendors Attachment 8 — Statement of Work Project Management Plan Page 1 City of Miami, Florida Contract No. RFP 592382 Project Communications The Project Manager and City will establish a communications plan that defines the regular meetings, reporting structure, and other communications activities. Its purpose is to ensure that all project stakeholders and team members receive the information they need in a timely manner. Communications activities include the following: ■ Periodic conference calls will be scheduled with the Contractor's project team and City's project team. During these calls, the project team will discuss detailed tasks, assign responsibilities, and monitor established schedules. • On -site status meetings (executive summary meetings) will be scheduled as required with City's Project Manager. Contractor's Project Manager will provide project updates during these meetings. • Periodic status reports will include accomplishments, future actions, and updated schedules. Workshops or working sessions will be conducted as necessary throughout the project to plan sub -tasks. • Design review meetings will communicate the preliminary and final system design. ■ Acceptable methods of communications will be defined and agreed to between the Contractor and the City's project managers. Project Schedule A detailed project schedule for the City radio system implementation is provided in the form of a Microsoft Project Gantt chart in Section 4. The schedule shows the time frames of the various project steps. During the Detailed Design Review (DDR), an updated schedule will be presented. The schedule will incorporate the results of site surveys, listing each major milestone, and defining each party's responsibility so that the City can quickly understand the timing and required inter -relationships. The schedule will incorporate feedback provided by the City during the initial project meetings. Throughout the project, the Project Manager will review project progress as compared to the schedule and take necessary actions to resolve issues and bring focus to problems. The Project Manager will provide monthly schedule updates to City Project Manager. Monitor and Control The Project Manager has the tools to monitor and control the project. Frequent reviews provide a snapshot of budget and schedule performance against completed tasks. The project schedule is a vital management tool required for a successful project implementation. Schedule coordination requires understanding deliverables in detail, knowing when key items are required, and coordinating the deliveries to match the project schedule. The Project Manager reviews and updates the schedule regularly to measure progress, review critical paths, and assess upcoming work throughout the evolution of the project. Before implementing any corrective actions or changes, the Project Manager will analyze and communicate their impact to the project team. This ensures clear understanding of any actions or changes throughout the program. Any modifications will be accomplished through a change control process, led by the Project Manager. Throughout the project, the Project Manager will meet regularly with Contractor senior Attachment 8 — Statement of Work Project Management Plan Page 2 City of Miami, Florida Contract No. RFP 592382 management to review the project status. These reviews focus on the project schedule and key issues. Manage Issues — Punch Lists Contractor will use a punch list for managing and tracking issues requiring resolution by the project team throughout the course of a project. The keys to punch list management are determining the approach to define issues formally; effectively communicating responsibilities and ownership; and resolving them. Punch lists will be utilized on this project and managed in close concert with the City's Project Manager, Contractor's Project Manager will maintain a punch list log to document the identified issues and provide a means to easily track them through resolution. Risk Management The project manager will be responsible for risk management. Risk refers to future conditions or circumstances that may adversely affect the project outcome. The key to risk management is to be proactive and resolve the potential problem before it occurs. The Project Manager will regularly perform risk assessment with the team to identify varying levels of potential risk throughout the project. High-level risks demand more focus than lesser risks. The team will formulate a risk management plan to mitigate potential impacts to the project deliverables. All project team members will be responsible for identifying and reporting project risks. Team members often recognize risks while conducting project tasks and report them to the Project Manager during reviews. Identified risks are recorded and assessed. Risk mitigation plans are developed and put into place as appropriate. The Project Manager will review risks as identified and discuss with the City during the project reviews. The compilation of identified risks and developed solutions will constitute the risk action plan. Safety The health and safety of the City employees, Contractor employees, and the public are top priorities. To ensure a consistently low incident rate, we will emphasize worker safety through engaged. proactive management practices documented in Contractor' corporate health and safety program, the application of project -specific safety programs, and the commitment to a zero -incident philosophy by the project leadership teams. Attachment 8 — Statement of Work Project Management Plan Page 3 City of Miami, Florida Contract No. RFP 592382 Project Implementation Plan Contractor will provide system design and implementation services required to deploy a fully functional P25 Phase 2 System, Figure 2 denotes the steps that will be executed during the execution of this project. The key steps are highlighted in red and further defined below. Figure 2. Project implementation Plan Project PladnMq • Syet.m Design Conpkt.&D..pwr Contractual Doamcntetlon Project Start The project starts when the contract is signed or a Notice to Proceed (NTP) is issued. Design Reviews The Project Manager will initiate project implementation with a Project Kick-off Meeting followed by a Preliminary Design Review (PDR). Contractor and the City will mutually agree on the timing and schedule of these meetings. The objectives of the meeting include: • Introduction of all project participants • Review of the roles of the project participants Review of the overall project scope, objectives, and deliverab{es • Review of the current site status Review of the City -owned site documentation ■ Review of the current frequency plan • Review of the preliminary schedule • Schedule site surveys with the City and each site's knowledgeable personnel Attachment 8 — Statement of Work Project Management Plan Page 4 City of Miami, Florida Contract No. RFP 592382 The project team will use the information obtained during the Kick-off Meeting, PDR, and site surveys, along with the regulatory and engineering documentation, to deliver the final system design at the Detailed Design Review (DDR). The Contractor Team will present design drawings and documentation during the DDR with the City. Manufacturing and Staging After final design approval, the project team will procure material and schedule manufacturing using its material planning system. The factory will manufacture the RF equipment, integrate it with the key supplier items then test each rack of equipment. After manufacturing and test, system engineers will assemble the equipment in the factory staging facility. The system engineers will work with staging technicians to make all intra-rack connections for each site's equipment. Ethernet cable connections will simulate transmission networks and ensure the equipment connects to the network switches. Technicians will set the IP addresses and verify operation of the network and radio system. Radios will be configured to operate on a test user database programmed into the system. Several consoles will be set up to demonstrate dispatch operation. System levels will be verified, and all features will be tested to signify the system is ready for Factory Acceptance Test (FAT). Running the FAT will demonstrate the radio system functionality. The FAT will utilize functional Acceptance Test Plan (ATP) tests appropriate to run in the factory staging environment. The ATP defines each test, with instructions on how to set up and run the test and compares them to the expected results. The test team will conduct, score and initial each test. Shipping, Warehousing and Inventory At the conclusion of staging, Contractor will prepare the equipment for delivery to the sites. Wrapping each rack in clear plastic wrap and properly securing it ensures safe transportation. Contractor will arrange shipment of equipment and materials to a Contractor -provided storage area near the point of installation or directly to the City sites. Once delivered, the equipment is inventoried and completeness of the shipment is confirmed with the City. Subscriber equipment typically ships separately at a later date, since control stations, mobile, and portable radios are individually boxed. Site Development Upon Detailed Design Review (DDR) approval, the project team will place orders with the site development subcontractors and order required site materials from the suppliers. Shipments will be coordinated with the suppliers, based on the project schedule to ensure parts and materials are available as needed on each site. The site development work will occur in parallel to radio system equipment manufacturing and staging. Site development is performed in accordance with Contractor best practices and industry standards. Attachment 8 — Statement of Work Project Management Plan Page 5 City of Miami, Florida Contract No. RFP 592382 Contractor and its subcontractors will perform the site development and site improvements for each site. Figure 3 denotes the existing site facilities that will be re -used and those which require new facilities. Figure 3. Site Development Overview Site Name Fire College _ Shvc�re New Shelter! Equipment Roam Existing - Generator Existing Battery UPS New (dispatch) FoUce Decarm'nt Existing Existing Existing New (microwave) Existing Fire Station 3 Existing Existing Existing New NIA Existing Existing Existing New NIA Wells Fargo Existing Existing New NIA Fire Station 9 New New New NIA Fire Station 11 Existing New Existing New NIA The project manager will provide the site plot drawings for each site, using them to submit and obtain construction permits and electrical permits, as required. Contractor will submit permit applications within 20 business days of DDR approval. At locations where new facilities will be provided, Contractor will construct new foundations, set shelters, erect new towers, and hang antennas. Contractor will connect the City -provided AC service to each new shelter, install and connect the new generators, and construct site grounding systems to protect each new site. Existing sites will have the current ground systems tested and verified. Contractor will furnish all required power, RF, and control cables. Manufactured control and audio cables with molded connectors that plug into distribution panels will avoid the need for punch block connections. Cable ties will secure each cable run, with excess material folded back and neatly coiled. The final as -built documentation package will include all cables, with each properly labeled. Since the City intends to re -use most of the existing shelters/equipment rooms, facilities, and towers, Contractor assumes that all existing conduits, cable trays, AC power feeds, and other equipment are properly installed and grounded. Contractor has included all grounding and lightning protection equipment required to protect the radio system supplied for this project. Contractor will provide and install a new DC power plant at each RF site, Contractor will connect each new cabinet or rack it installs to the appropriate DC power plant distribution breakers. Installation technicians will properly ground all cabinets, racks, enclosures, and transmission - line surge protectors to the site's single -point grounding system. Ground connections will be connected using approved irreversible compression connectors or irreversible lugs and splices. All painted surfaces where ground connections are made will be scraped clean of paint. Dissimilar metal connections will be treated with an appropriate anti -oxidant compound. Attachment 8 — Statement of Work Project Management Plan Page 6 City of Miami. Florida Contract No. RFP 592382 Fixed Equipment Installation Contractor will be responsible for installation of all fixed equipment contained in the detailed description of work as approved in the DDR. Installation will be scheduled in conjunction with the delivery of equipment after factory staging and completion of site development work required at each site. Installation of all equipment will be completed in a neat and professional manner, employing a standard of workmanship consistent with Contractor's installation standards and in compliance with applicable NEC, EIA, FAA, and FCC standards and regulations. Standards and Codes Site development pricing is based on the International Building Code (IBC). IBC is a model building code developed by the International Code Council (ICC) and adopted throughout most of the United States. If local code requirements have not been considered and are more stringent than the IBC, a price adjustment could result. Grounding and Lightning Protection Contractor' grounding system design goal for every site is a measurable 10 ohms or less resistance between any connected point on the ground bus and earth ground. All grounding system improvements provided within this scope of work are based on soil conditions local to the RF site being typical and conducive to good grounding systems and the RF site geography can receive a standard grounding system. In the event these conditions do not exist or reasonable resistance unobtainable, the project team will work with the City to recommend the most cost effective grounding solution possible for that site. The project team will measure the site grounding system resistance using the three-point "fall of potential" testing procedure where possible. This procedure requires the following: powering down the entire site and any co -located sites; disconnecting the AC power utility side neutral by an electrician; and conducting - where there is open space - the test equivalent to five to ten times the diagonal of the fenced compound. Where these prerequisites are not possible, a "clamp -on" ground resistance test can be made if there is only one AC power utility feed to the site. In this case, the site and any co -located sites can be powered down or put on backup power; then the AC power utility side incoming neutral can be accessed. If the site conditions do not allow a valid "fall of potential" or `clamp -on" ground resistance test, then reverse engineering may enable estimation of the site ground resistance. If all existing ground systems are in good shape, a grounding consultant can use the soil resistivity measurements from the site and the as -built ground system drawings to input a design into a ground system -modeling program. This process would facilitate an estimate of the ground system resistance. Contractor's proposal does not include the cost of reverse engineering. For each new external grounding system it installs, Contractor will develop and provide the City a design that meets Contractor' Site Grounding and Lightning Protection AE/LZT 123 4618/1. Attachment 8 — Statement of Work Project Management Plan Page 7 City of Miami, Florida Contract No, RFP 592382 Towers Existing Towers For those sites that have existing towers, Contractor will perform tower analysis to verify the towers capability to hold the existing tower loads plus the loads for the new design. The Contractor team will review each tower and recommend the best location to mount the new system antennas. This data will be presented at the Detailed Design Review. New Towers For sites receiving new towers, the Contractor team will prepare the documents and studies required to obtain construction approval. The process starts with FAA approval for any tower over 200 feet or close to an airport or protected airspace. Following FAA approval the tower site is registered with the FCC. At this time the environmental studies, NEPA & SHPQ will be completed and circulated for approval. When the environmental and zoning studies have cleared the review agencies, Contractor' general contractor will file for the site construction permit. Shelters Existing Shelters The sites which have existing shelters for re -use will be surveyed prior to Customer Design Review to confirm there have been no substantial changes and adequate room remains available for the new system equipment. The Contractor team will work with the City to develop a plan that shows where the new system equipment racks will be installed. The existing electrical power, HVAC and standby power systems will be reviewed and discussed at the Customer Design Review. New Shelters Sites requiring new shelters will have plans developed indicating how the shelter will be positioned in the compound. Site plot drawings will be created to show the position of the tower, shelter, generator, fuel tanks and site perimeter fencing. Contractorwill obtain the site construction permit and construct the shelter foundation as per the approved plans. The shelter will be delivered, off-loaded and set in place. The electrical power will be connected as will the generator for standby power. A new cable ice bridge will be installed to support the RF cables. Tower/ Shelter Foundations All planned site development is based on normal compound soil conditions as defined in TIA- 222 standards for new towers and/or shelters. The site development assumptions does not cover unexpected issues such as: 1. Large rocks or rock strata that would prevent the excavation of the foundations or would require blasting, drilling, or breaking up 2. Removal of large rock material from the site 3. Underground water that would prevent the drilling and pouring of the foundations 4. Open caverns or open spaces that would greatly increase the amount of concrete needed Attachment 8 — Statement of Work Project Management Plan Page 8 City of Miami, Florida Contract No. RFP 592382 in the foundation pour System installation System equipment will be installed at sites based on the final design presented at the Detailed Design review (DDR). Qualified technicians will install the new equipment and integrate the proposed subsystems, as required. The installation plans will be developed during the detailed design phase of the project and presented to the City for review and approval at the DDR. Based on site surveys conducted by Contractor personnel or its subcontractors, the installation plan will include floor plan drawings, equipment rack -up drawings, antenna location details, as well as installation procedures. The installation plan will coordinate all activities of the project team, minimizing installation conflicts and ensuring that system implementation proceeds efficiently. The project team will take great care to ensure that there is minimal disruption in service when installing the new P25 Phase 2 System in existing equipment locations. The installation plan will determine the order for the installation process. The planned order will be determined by the City and the Contractor team based on the availability of the site locations and needs. Site equipment installations will follow industry standards, including Contractor Grounding and Lightning Protection. The project team will periodically review the installation work to ensure implementation of these standards. Installation activities will be separated between infrastructure equipment installation, and user radio installation. Infrastructure Equipment Installation Antenna Systems A key aspect of the infrastructure equipment work is installation of the new P25 Phase 2 Antenna Systems. Installation of new antenna systems will occur on existing towers in use by the City as part of their legacy radio system and new monopole structures. New antenna system installations will consider the location of the existing City antennas and the timing of their removal. However, the proposed location of the antenna systems on the tower must be coordinated with the tower owner when City obtains or modifies a site lease. Contractor will use experienced tower crews to install the antenna systems. The antennas will be mounted on side arm mounts and the RF cables will be supported with transmission line hangers secured to the tower cable ladder. The cables will have ground kits installed near the antenna and as they leave the tower as per the work plan and industry standards, Infrastructure Equipment Upon completion of the tower work, installation crews will install the base -stations and associated equipment. Once the infrastructure racks are secure in place, grounded and connected to power, technicians will verify proper levels and settings preparing the site for the acceptance test. Attachment 8 — Statement of Work Project Management Plan Page 9 City of Mlami, Florida Contract No. RFP 592382 Installation crews will also complete installation and commissioning of network cores, dispatch consoles, logging recorders, and other infrastructure equipment, according to the detailed implementation plan. The City personnel, and/or their representatives, will be provided advance notice to prepare for their participation in acceptance testing. The installation team will record the alignment and test data and provide copies to the City. Copies of the individual site alignment and test data will be available at each site. User Equipment The project team and the City personnel will work together to develop a mutually agreeable cutover schedule. The project team will provide overall management and planning of the installation and test activities and field service personnel will perform the installations. The project team will schedule and coordinate user training and distribution of the portable and mobile user equipment, according to the cutover plan installation schedule. All mobile radio installations will involve close coordination with the City and participating user agencies to minimize disruption to their operation and to reduce out -of -service and unproductive time. Experienced mobile installation crews will perform the installations at user locations, local shops, and central points, as specified in the cutover plan. System Optimization Upon installation of infrastructure equipment, the System Engineer(s) will work with the on - site technicians to optimize the equipment in preparation for acceptance testing. Acceptance Testing Contractor will perform systems acceptance testing according to the agreed upon Acceptance Test Plan (ATP) and system contract. The project team will notify the City when installation and optimization are complete and the system is ready for acceptance testing. The tests fall into the following categories: Site inspections Functional test procedures • Coverage test procedures Operational testing The System Engineer will provide documentation defining each of the test areas. The ATP procedures contain a short description, test methodology, and a record form for logging results and acceptance signatures for each test. A punch list will document any issues found. The team will work towards a swift resolution, Follow-up documents will show the corrective action required to resolve open items. Upon satisfactory completion of each testing phase, the Project Manager will present the system acceptance documentation to the City's Project Manager. With the City's approval, the project team and the City can proceed with cutover and begin transitioning users onto the new system. Attachment 8 — Statement of Work Project Management Plan Page 10 City of Miami. Florida Contract No. RFP 592382 Stabilization Period Contractor will conduct a performance test encompassing 60 consecutive days of stable operation following System Acceptance. The 60-day Stabilization period will demonstrate reliable system operation. Several important aspects of the reliability test are to have no disruption in communication and to have no reduction in the quality of communication. Contractor and the City will jointly define critical failures, failure modes, categories, and correction scenarios. Major Defined as Contractor supplied hardware or software failure which INTERRUPTS 60 Calendar Day System Reliability Test and will STOP testing. This event compromises the system's ability to operate as a "multi -site' radio system. Contractor and/or its authorized repair service will make the iecessary repairs/adjustments. A NEW 60 Calendar Day System Reliability Test will initiate upon esolution of the failure. Intermediate Defined as Contractor supplied hardware or software failure which INTERRUPTS 60 Calendar Day System Reliability Test and will STOP testing. Contractor and/or its authorized repair service wilt make the necessary repairs/adjustments, and 24 hours after the repair is complete. the 60 calendar day test period will resume at the point that it was discontinued and will continue until the 60th test day occurs without further interruptions. For example, if failure occurs on Day 15 of the reliability test. repairs will be made, and 24 hours after the repair has been made, the System Reliability Test will resume and continue on Day 15. The System Reliability Test will then be deemed successfully completed when Day 60 completes without further interruptions of failures. Minor Defined as Contractor supplied hardware or software failures that have no material effect on the overall operation of the system or major system components. Contractor and/or its authorized repair service wilt commence and complete repairs/adjustments in a timely manner. The 60 Calendar Day System Reliability Test is NOT INTERRUPTED and its cycle time is not affected Other Defined as one or any combination of the following type of events considered out of Contractor' Control: Radio call failures in "known" poor coverage areas. non -Contractor customer provided equipment, commercial power failures, customer staff/operator errors, previously agreed upon system maintenance downtime and/ or harsh environmental conditions or acts of God which cannot be prevented Transition Plan Contractor will work with the City to develop a comprehensive transition plan that describes the approach, technical details, schedule, and minimizes changes and disruptions to City operations. This plan requires project team coordination between the City, Contractor, and the City's end users. Because the end users experience the transition directly, their input and participation is required for project success. Contractor will utilize the developed Transition Plan to meet the City's coverage requirements, and capacity needs, using existing licensed frequencies. This Transition Plan outlines, at a high-level, the steps considered for the strategic transition of each subsystem, and addresses the parallel deployment, cutover approach, and timelines, where applicable. Contractor will work closely with the City's Project Manager to create detailed transition plans for each subsystem during the Detailed Design Review (DDR). Attachment 8 — Statement of Work Project Management Plan Page 11 City of Miami, Florida Contract No. RFP 592382 Planning The successful transition of the City to the new P25 system will be based on proper planning and execution by both the project team and the customer, and the utilization of proven tools and procedures. These include: ■ Developing a solid changeover and migration plan between Contractor and the City ▪ Providing seamless communications between the legacy system and the new infrastructure via the Encompass Gateway • Mobilizing adequate resources to ensure timely vehicle installations Cutover planning will occur in parallel with the steps discussed above. The City will identify personnel to be the system administrators who will attend training classes on the radio system. The training will cover the development of talkgroup plans, user radio and dispatch console profiles, system database management. Once the designated individuals have completed the classes, Contractor will send trainers to the City's location to hold workshops on how to develop effective talkgroup plans. The trainers will provide examples of what has worked for other customers and enable the City to develop the most suitable plan for them. System administrators will establish plans defining radio subscriber programming. Each radio profile contains talkgroups for their work department, control head displays, alias displays, and other information utilizable by each user. The following will be established: radio user training plans, dispatcher training plans, vehicle installation schedules, and portable radio distribution plans. The last step in the cutover planning process is to select the order in which user agencies transition on to the system. Methodology Since both the existing trunked system and the new P25 Phase 2 System will operate on the same twenty 800-MHz channels, the cutover process will require carefully established plans that will enable the System Engineer to set up channels and test the new P25 Phase 2 System. The System Engineer will work closely with the City's team to develop a rotational plan that will allow all of the frequencies on the new system to be tested. This affords the System Engineer an opportunity to tune, align, and verify proper operation of the new system on a channel -by -channel basis. The project team will request availability of certain channels as designated in the developed plan. The test can be suspended if an incident occur that requires the City's access to their full communications system assets. The next step will involve running the Acceptance Test Plan (ATP) to demonstrate system performance. Freeing up a sufficient quantity of channels will demonstrate trunking features and capabilities as well as measure coverage. The planning process for cutover must consider how many channels can be freed up for the new system initially while maintaining communications levels on the legacy system. For example, on the first day, a preliminary plan might have three channels removed from the legacy system and enabled on the new system. The users identified in the plan would migrate to the new system and then be removed from the legacy system. On the second day, disabling another channel on the legacy system and then enabling it on the new system can take place. With four active channels, additional users can migrate over, according to the plan. The Attachment 8 — Statement of Work Project Management Plan Page 12 City of Miami, Florida Contract No. RFP 592382 process can continue each day, or it can transpire when the next large group of users is scheduled to migrate to the new system. It is possible to remove channels until the existing system is down to three (the minimum number of channels that can be used to support users). The City's Project Manager and user department heads can review the final users and determine when to shut down the old system. At that point, all new system channels will be enabled. Activation After completion of cutover planning, a day and time will be selected for cutover to begin, The project team will be with the City to provide support and answers to users as they transition to the new system. The project team will also station dispatch support personnel in the dispatch center to be available if any questions arise. rival System Acceptance With the completion of Acceptance Test Plan (ATP) tests, cutover, and submission of the final drawing package, the Project Manager will submit the Final System Acceptance Letter for the City to sign. Upon final acceptance, the Project Manager will arrange a meeting with the field service team to review maintenance support during the warranty period. The team will provide the contact information and procedures used to obtain service during the warranty period. Contact numbers and procedures will be provided for standard business hours and after hours. Attachment 8 — Statement of Work Project Management Plan Page 13 City of Miami, Florida Contract No. RFP 592382 Attachment 9 Warranty DEFINITIONS DEMAND SERVICES. Means service requests beyond the scope of and not defined in this Agreement and will be performed at Harris' current rates. DESIGNATED SYSTEM(S). Means the Harris system(s) purchased by the City and identified in Equipment List. The Designated System does not include Third Party Software products, excluded products or other systems to which the Designated System may be linked. EQUIPMENT. Means the land mobile radio products and related systems, as listed in the Equipment List. EQUIPMENT LIST. Means the specific, serialized list of Equipment to be covered. NON-HARRIS SOFTWARE. Means software whose copyright is owned by a party other than Harris or its affiliated companies, including but not limited to the anti -virus updates, operating system patches, and signature files. RESPONSE TIMES. Means the expected timeframe to respond to unscheduled system problem or outage event. Response Times are described in this statement of work. Response Times are based on the assumption that the site is accessible by normal transportation methods and vehicles. On -site Response Time requirements exclude site locations that require extensive drive time due to traffic conditions, obstructions, distances, or site locations where specialized vehicles are required. SECURITY UPDATES. Means software updates that mitigate, address and/or resolve product security vulnerabilities in system components offered by Harris, including but not limited to, operating system updates, antivirus signatures, and other security related Windows -based third party updates (Microsoft security patches, Red Hat Linux security patches, and vulnerability updates for third party products). These updates may include Non - Harris software patches and/or a work -around. SECURITY UPDATE MANAGEMENT SERVICE ("SUMS"). Means Harris' automated patch management system that provides periodic, security -related software updates. SOFTWARE. Means the proprietary computer software of Harris as owned exclusively by Harris or Harris' suppliers, as appropriate, and as further defined in and licensed to the City pursuant to the terms of the Software License Agreement. SOFTWARE UPDATES. Means all Harris provided Software Updates to either Harris designated system components or Security Updates. Updates may contain enhancements and/or corrections to existing features. Attachment 9 — Statement of Work Warranty Page 1 City of Miami, Florida Contract No. RFP 592382 SUMMARY REPORT. Means email, phone call, or other communication to indicate action taken. TECH -LINK. Means Harris' secure web portal containing on-line support tools offered to the City. Access is restricted to authorized Customers via user ID and password login. TERMINALS. Means mobile radios, portable radios, control stations, vehicle repeaters, or back up dispatch radios that consist of mobile or portable radios as their prime radio transmitter, as listed in the Equipment List. THIRD PARTY (IES). Means any entity other than Harris that provides products or services to the City, whether managed by or processed through Harris. WORKING HOURS. Working Hours defined as 8:00 a.m. to 5:00 p.m. Monday through Friday excluding national holidays. 24x7x365, 30 MINUTE INFRASTRUCTURE RESPONSE, AND ESCALATION PLAN 1.0 Harris Responsibilities: 1.1 Provide 24x7x365 on -call system technicians that are trained, experienced and qualified to provide Services on the Equipment. 1.2 Technicians will be equipped with the required tools, test, network, and computer equipment needed to troubleshoot and repair the Equipment. Test equipment requiring annual calibration will have affixed at all times, calibration stickers showing the expiration date of the calibration or the date next calibration is due, 1.3 Technicians will have transportation in good working order to reach the required locations. 1.4 On -call technician will receive notification of system issues by one of the following: System Notification, Self -Notification, or Customer Notification. 1.4.1 System Notification: Equipment may directly or through an alarm monitoring system determine there is an active alarm that requires immediate attention and notifies a Harris technician. Harris technician will self -dispatch or will notify the on -call technician of the issue. Harris technician will notify Customer's single point of contact of the issue and will advise time of call initiation and estimated next steps to resolution. 1.4.2 Self -Notification: Harris technician aware of an issue through use or other activities related to the Equipment will self -dispatch or will notify the on -call technician of the issue. Harris technician will notify Customer's single point of contact of the issue and will advise time of call initiation and estimated next steps to resolution. 1.4.3 Customer Notification: Customer's single point of contact will contact Harris per the Escalation Plan and Response Matrix. Attachment 9 — Statement of Work Warranty Page 2 City of Miami, Florida Contract No. RFP 592382 1.5 Service information will be collected and reported to the City. Harris will utilize an electronic service ticket system to collect and report on the following: 1.5.1 Unique incident tracking number with date 1.5.2 Data pertaining to the current issue including equipment description 1.5.3 Assigned technician 1.5.4 Service activity 1.5.5 History or comparable incidents where applicable to assist with troubleshooting 1.5.6 Resolution Table 1 Response Matrix S >RI Y Severity Level 1 (Major Failures) YPE t EQUIPMENT v Any site inoperable 25% of system switches inoperable v 25% of site channels inoperable '- 25% of dispatching capability is inoperable Any major alarm that is leading to an inoperable state of 25%. a RESPONSE TIME 24x7x365 Within thirty (30) minutes to remotely respond to the problem. Arrive on site within two (2) hours, if necessary. 24 hour restoration. r Moderate issues that prevent the City's normal use of Equipment. Single site channel or subsystem 24x7x365 inoperable (single region) Within thirty (30) minutes to Severity Level 2 v Individual dispatch console remotely respond to the (Moderate Failures) inoperable problem. Arrive on site within >> Individual dispatch control stations inoperable eight (8) hours, if necessary. Minor alarms that do not prevent or prohibit use of Equipment % Operational, parts, and configuration questions .- Site environmental alarms Next Business Day Severity Level 3 (Non -Emergency) y Intermittent problems being reviewed or monitored that are not resulting in a Severity Level 1 or Level 2 issue Scheduled or routine maintenance Within the next business day, begin to remotely interrogate the problem and arrive on site, if necessary. ➢ Administrative issues Preventive maintenance protocol or questions. 2.0 City's Responsibilities: 2.1 Provide Harris with a single point of contact to notify of issues to which Harris responds. 2.2 Customer users experiencing an issue will notify Customer's single point of contact for issues. The Customer's single point of contact will contact Harris per the Escalation Plan and Response Matrix. Attachment 9 — Statement of Work Warranty Page 3 City of Miami, Florida Contract No. RFP 592382 2.3 Provide Harris unlimited, safe, physical and remote access to Customer sites and Equipment to support delivery of Services. 2.4 Provide the following information when initiating a service request: 2.4.1 Severity Level as per the Response Matrix. 2.4.2 Problem description and site location. 2.4.3 Information regarding Group ID, Unit ID and functionality impacted. 2.4.4 Provide contact information on user reporting issue, location of user reporting issue, and time experienced. 2.4.5 Other pertinent information requested by Harris. 2.5 Notify Harris when there is any activity that impacts the system, Equipment or Services. 2.6 Cooperate with Harris and perform all efforts that are necessary to enable Harris to provide the Services to Customer. 3.0 Additional Conditions Regarding Site Access and Response Times: 3.1 On -site Response Times are based on the assumption that the site is accessible by normal transportation methods and vehicles. On -site Response Time requirements exclude site locations that require extensive drive time due to traffic conditions or site locations where specialized vehicles are required. 3.2 Customer is responsible to ensure that all necessary clearances, escorts, ID cards, network access requirements including custom software or security credentials, or other special requirements have been provided to Harris in advance to allow technicians prompt access to any Equipment requiring service that may be located in a secured or limited access area under Customer's control. 3.3 Customer agrees to provide Harris an appropriate work environment and unlimited access, working space including heat, light ventilation, electric current and outlets, and local wireless and telephone access for the use of Harris' service personnel in the Equipment's physical location. CUSTOMERS LOCATION REPAIR AND MANAGEMENT 4,0 Harris Responsibilities: 4.1 For Harris Equipment 4.1.1 On -Site Troubleshooting 4.1.1.1 Dispatching Harris personnel to investigate problem at Customer's location after remote diagnostics are made. 4,1.1.2 Perform pre -diagnostics to confirm malfunction. 4.1.2 Repair or replacement of failed Equipment 4.1.2.1 If repairable, repair and perform testing to verify proper operation. 4.1.2.2 If replaceable, replace with Spare Part and perform testing to verify proper operation. 4.1.3 Shipment of failed Equipment to Harris Depot Repair and Return for repair 4.1.3.1 Obtain a Return Material Authorization (°RMA") from Harris. 4.1.3.2 Ship (at Harris' expense) Equipment to Harris Depot Repair and Attachment 9 — Statement of Work Warranty Page 4 City of Miami, Florida Contract No. RFP 592382 Return. 4.1.3.3 Manage and track repair status through the Depot Repair and Return process. 4.1.3.4 Receive and bench evaluate (where possible) repaired Equipment to meet original Harris specifications. 4.1.4 Return of repaired equipment 4.1.4.1 Return repaired Equipment to original Customer location, install, and perform testing to verify proper operation. 4.1.4.2 If a Spare Part was used, return the repaired Equipment to the Spare Paris inventory. 4.2 For third -party manufactured Equipment 4.2.1 On -Site Troubleshooting 4.2.1.1 Dispatching Harris personnel to investigate problem at Customer's location after remote diagnostics are made. 4.2.1.2 Perform pre -diagnostics to confirm malfunction. 4.2.2 Repair or replacement of failed Equipment 4.2.2.1 If repairable, repair and perform testing to verify proper operation. 4.2.2.2 If replaceable, replace with Spare Parts and perform testing to verify proper operation. 4.2.3 Shipment of failed Equipment to Original Equipment Manufacturer ("OEM") or other third party for repair. 4.2.3.1 Obtain a RMA from the third party repair center. 4,2.3.2 Ship (at Harris' expense) Equipment to the third party for repair. 4.2.3.3 Manage and track repair status through the third party repair process. 4.2.3.4 Receive and bench evaluate (where possible) repaired Equipment to meet original specifications. 4.2,4 Return of repaired Equipment 4.2.4.1 Return repaired Equipment to original Customer location, install, and perform testing to verify proper operation. 4.2.4.2 If a Spare Part was used, return the repaired Equipment to the Spare Parts inventory. 5.0 Other Harris Responsibilities: 5.1 Purchase the replacement of the failed Equipment when not repairable. 5.2 Provide Customer with a Summary Report. 5.3 Provide Customer access to http://pspc.harris.com/Service/CustomerService.aspx in order for Customer to submit an RMA request, 5.4 Provide quote to Customer for Demand Services repairs, if applicable. 5.5 Provide for repaired and returned equipment (i) a ninety (90) days warranty, or (ii) the remainder of the original warranty, or (iii) the third party warranty, whichever is g reater. 5.5 Trained, experienced, and qualified technicians to provide Services on the Equipment. 5.7 Technicians will be equipped with the required tools, test, network, and computer Attachment 9 - Statement of Work Warranty Page 5 City of Miami, Florida Contract No. RFP 592382 equipment needed to troubleshoot and repair the Equipment. Test equipment requiring annual calibration will have affixed at all times, calibration stickers showing the expiration date of the calibration or the date next calibration is due. 6.0 City's Responsibilities: 6.1 Provide Harris with a single point of contact for issues to which Harris responds. 6.2 Customer users experiencing an issue will notify Customer's single point of contact for issues. Customer's single point of contact will contact Harris. 6.3 Provide Harris unlimited, safe, physical and remote access to Customer sites and equipment to support delivery of service. 6.4 Notify Harris when there is any activity that impacts the system, Equipment, or Services. 6.5 Maintain Spare Parts in an environmentally controlled and easily accessible location. Supply sufficient Spare Parts in order for Harris to provide Services. 6.6 In the event that Customer does not maintain sufficient Spare Parts to replace the failed Equipment while the failed Equipment is under repair and Customer desires a more rapid repair, Customer is to provide Harris a method to pay for expedited repair service or the procurement of an additional spare part. 6.7 Cooperate with Harris to provide the Services described in this SOW. NOC NETWORK MONITORING AND DISPATCH 7.0 Description of Services Services to be performed under this SOW are Network Monitoring and Dispatch Services for Harris's P25 and OpenSky communications systems by the Network Operations Center ("NOC"). 7.1 Network Operations Center ("NOG"): 7.1.1 NOC provides network infrastructure monitoring and site environmental monitoring to assist the City in managing and maintaining their communications systems. NOC staff is alerted when alarm conditions occur in the City's system, the Customer's system notifies NOC, and NOC technologists react to such alarms per guidelines established with the City to define notification, escalation and response plans based on alarm Table 1 Response Matrix. 7.1.2 Harris provides dedicated connectivity using Generic Routing Encapsulation crypto tunneling technology from the Customer's system to the NOC. NOC technicians can perform 24x7x365 monitoring of system elements as defined in the Radio Network Monitor ("RNM") and covered in the Equipment List: 7.1.2.1 Packet routing network. 7.1.2.2 Controllers. 7.1.2.3 All servers. 7.1.2.4 Gateways. 7.1.2.5 Dispatch consoles. 7.1,2.6 RF Sites and environmental or housekeeping alarms. Attachment 9 — Statement of Work Warranty Page 6 City of Miami, Florida Contract No. RFP 592382 7.1.2.7 Microwave1T11Fiber14.9 GHz backhauls. 8.0 Harris Responsibilities: 8.1 Support for a network interface to the NOC via a secure connection. 8.2 Monitor the Customer's system/network on a 24x7x365 basis. 8.3 Upon detection of a system alarm condition per Table 1 Response Matrix, the NOC will initiate a service ticket. 8.4 Notify Customer's single point of contact. 8.5 Coordinate dispatch of a local technician. 8.6 Support to Harris engineering staff, Harris field technicians, subcontractors/vendors, and authorized Customer's representatives. 8.7 Escalation to Harris management when required. 8.8 Documentation of alarm activity, date/time of alarm, actions taken, and results of those actions using Advanced Management Maintenance System incident logging which provides: 8.8.1 Immediate recognition of note -worthy events. 8.8.2 Accurately documented data pertaining to the current issue. 8.8.3 Compare current incident against past occurrences to assist with troubleshooting. 8.8.4 Determine appropriate assignment. 8.8.5 Accurately update with relevant information. 8.8.6 Real time email notifications to appropriate personnel customized to specific equipment. 8.8.7 Real time web access to view work order status is available. 8.9 Monthly summary via email to customer documenting response activity. 9.0 City's Responsibilities: 9.1 Provide Harris with a single point of contact to notify of issues to which Harris responds. 9.2 Provide Harris unlimited, safe, physical and remote access to Customer sites and equipment to support delivery of service. 9.3 Notify Harris when there is any activity that impacts the system, Equipment, or Services including RNM system configuration changes. 9.4 Provide IT support for Generic Routing Encapsulation Tunnel termination at Routers and Firewalls as required. 9.5 Provide a virtual private network or better connection for all systems. 9.6 Provide all necessary licensing and software for equipment to connect to and be monitored by the Harris RNM. 9.7 Customer's single point of contact will initiate a service request directly to the NOC, through the toll -free telephone number (866) 537-7763 or the web based service request portal. 9.8 Provide Harris with Customer information before commencing NOC services, which include but are not limited to: Attachment 9 — Statem ent of Work Warranty Page 7 City of Miami, Florida Contract No. RFP 592382 9.8.1 Issue notification preferences and procedure. 9.8.2 Repair process and procedure. 9.8.3 Escalation process and procedure documentation. 9.8.4 Completion of required RNM alarm mapping and reporting requirement information for entire system. 9.9 Provide the following information to NOC when initiating a service request: 9.9.1 Customer call back phone number. 9.9.2 Problem description and site location. 9.9.3 Customer assigned issue ID number. 9.9.4 Other pertinent information requested by NOC to open a service order. 3.11 Cooperate with Harris to provide the Services described in this SOW. 10.0 Exclusions: Any system equipment not connected to Harris' RNM or listed in the Equipment List. SOFTWARE FX 11.0 Description of Services: Harris' Software FX is a comprehensive software maintenance program that provides periodic Software Updates to Harris developed software applications and system Security Updates. Software FX is made of three (3) elements. This SOW covers system software release 10A and succeeding versions. 11.1 The first element provides updates to Harris developed software programs. These Software Updates are baseline tested as system level releases and provided as a package to ensure compatibility across system infrastructure, radio components, and programming utilities. The Software Updates include enhancements to the existing software baseline, corrections to issues, and the ability to purchase and enable newly developed licensed features. All software media and revised software manuals are provided at the time of any software revisions, and are available in manual form or on-line through Harris' Tech -Link web portal. Harris will separate corrective revisions from enhancements; however, if new releases are necessary to provide corrections, then the entire release (including enhancements) shall be provided. 11.2The second element, SUMS, provides periodic security -related updates to mitigate identified software vulnerabilities. Harris monitors governmental and open source information databases to identify vulnerabilities applicable to the Designated System. Updates are tested on dedicated security verification test systems to ensure proper system operation prior to general release. Security updates may include Microsoft security updates, Sybase, SQL, Red Hat Linux and other security - related updates that are relevant to the Designated System. Security updates are electronically distributed to target devices via a client - server application running within the designated system. This application provides the full scheduling capabilities should an application restart or server reboot be necessary to complete the update process. 11.3The third element, Tech -Link, provides Customer access to various on-line support tools via a secure website. Customer will receive a user ID and password allowing Attachment 9 — Statement of Work Warranty Page 8 City of Miami, Florida Contract No. RFP 592382 them access to the secured website. In addition to providing access to Software Updates, the secure website gives Customer 24x7x365 access to technical service memos, the technical library, current software release notes, user documentation and answers to frequently asked questions. 11.4A11 updates shall be shipped to the Customer's Software FX contact as designated below. At or before inception of this service, a system audit may be performed to identify the Software Updates, Security Updates and any additional hardware necessary to bring the software programs within Customer's Designated System up to Harris' current software release level(s). 12.0 Harris Responsibilities: 12.1 Harris will provide Customer Software Updates, documentation updates and software release notes. 12.2 Prior to the general release of a major system release, Harris shall make available a system level release document announcing the impending release, and detailing its contents and impact. 12.3Provide Security Updates, security release notes, and installation instructions at periodic intervals targeting bi-monthly releases. More frequent Security Update distributions may be required to address urgent product security vulnerabilities. Security Update distributions on other than a bi-monthly basis do not constitute a contractual default or breach by Harris. 12.4 Provide method to deliver Security Updates to the target devices within the Customer's Designated System via an automated client - server distribution application. 12.5Monitor pertinent governmental, vendor, independent and open source databases for security vulnerabilities and any subsequent resolutions that affect products provided by Harris that are part of the Customer's Designated System. 12.6ldentify and document latest system vulnerabilities and compliance issues discovered. Provide a status and recommendations report via Tech -Link. 12.7Pretest the Security Updates to ensure that they do not adversely affect Harris' stated performance of the Customer's Designated System. Testing is performed on dedicated security verification test systems to ensure proper operation prior to general release. 12.8 Provide telephone support by Harris's Technical Assistance Center (TAC) personnel with respect to the installation of Software Updates. Such support will be available during Harris' normal business hours (8:00 a.m. to 5:00 p.m. Eastern Standard Time Monday through Friday, excluding holidays) and for a period of ninety (90) days from the date the Software Update is released to Customer. After- hours emergency support will be available through Harris optional system maintenance services at prices then in effect. 12.9Reassess the system configuration annually and provide revised pricing should any significant changes be made to Customer's Designated System(s) configuration. Unless otherwise identified in this SOW, revised pricing will be reflected in the following year's Software FX fee. If Harris's rates for Software FX should increase, the Customer will be notified in writing of any such increases at least one hundred twenty (120) days prior to the end of Subscriber's yearly Software FX period then Attachment 9 — Statement of Work Warranty Page 9 City of Miami, Florida Contract No. RFP 592382 in effect. 13.0 City's Responsibilities: 13.1 Cooperate with Harris and perform all acts that are reasonable or necessary to enable Harris to provide the services in this SOW to Customer. 13.2Designate a contact individual with sufficient technical expertise to be able to interact knowledgeably with Harris' technical support personnel. 13.31n the occasional event that a Software Update released requires a corresponding hardware change, Customer will be responsible for purchasing separately the compatible hardware required. 13.4 Purchase of all necessary software licenses to enable the automated distribution of Security Updates for new and existing devices not previously licensed as part of the original Designated System purchase. 13.5Customer hereby delegates, grants, and assigns to Harris, acting as the Customer's agent, all approval rights relating to the selection of vendor patches. All approvals given to third -party vendors shall be deemed as being granted by the Customer. 13.6 Provide the below designated contact information. The below designated contact will receive all notices and software and security updates provided under this SOW Name: Email Address: Shipping Address: 14.0 Other Charges: 14.1 Customer may be required to have currently executed service(s)/support agreement(s) with third -party vendor(s) separate from this SOW in order to receive certain Security Updates. Failure to do so may limit the Customer's right to receive the third -party software. Any charges or fees associated with the third -party vendors' service(s)/support agreement(s) are the sole responsibility of the Customer. 15.0 Exclusions: 15.1 Any Software products released by Harris for which an earlier generation or release level of software is not already contained within Customer's Designated System is not included in this SOW. 15.21n the event a Software Update released requires a corresponding hardware change, those updates are not included and Customer will need to purchase separately the compatible hardware required. 15.3NOTHING IN THIS SOW OR OTHERWISE REQUIRES HARRIS EITHER TO DESIGN UPDATES THAT REMAIN COMPATIBLE WITH DESIGNATED SYSTEM HARDWARE OR TO PROVIDE ADDITIONAL HARDWARE UNDER THIS SOW, AND CUSTOMER WAIVES ANY SUCH DUTY OR OBLIGATION BY HARRIS. Attachment 9 — Statement of Work Warranty Page 10 City of Miami, Florida Contract No. RFP 592382 SOFTWARE FX WITH SUMS INFRASTRUCTURE INSTALLATION 16.0 Harris Responsibilities: 16.1 Ensure that Customer's Equipment continues to function at peak performance by installing the Software Updates. 16.2 Provide Customer with a Working Hours installation schedule and approximate Equipment outage times (if any). 16.3Provide up to 48 hours of labor per year to install Infrastructure Software Updates (one full work day every two months). 16.4Provide Customer a Summary Report. 17.0 City's Responsibilities: 17.1 Decide whether to install or not install Software Updates based on the risks and benefits involved. 17.2 Provide a suitable service environment (HVAC, power, illumination, grounding, Internet access). 17.3Provide Harris unlimited, safe, physical, and remote access to Customer sites and Equipment to support delivery of Services. 17.4 Notify Harris when there is any activity that impacts the system, Equipment, or Services. 17.5Provide Harris instant and convenient access to all Equipment, data, and power points. 17.6Ensure Harris can perform Services in one continuous effort. 17.7Waive Services and reimbursement for Services when access is not provided to Harris for scheduled Services or the software installation is deemed not necessary by Harris or Harris is unable to provide Services due to Customer responsibilities. 17.8Cooperate with Harris and perform all efforts that are necessary to enable Harris to provide the Services to Customer. 18.0 Exclusions: 18.1 In the event a Software Update released recommends a hardware update, those updates of hardware, software, or services, are not included. Such update solutions will be purchased by Customer separately. 18.2 No Services will be provided on Equipment with no feature improvement. Attachment 9 - Statement of Work Warranty Page 11 City of Miami, Florida Contract No. RFP 592382 EQUIPTMENT LIST This Equipment List includes the items to be covered during the warranty period by this Statement of Work (SOW). If Customer purchases additional Equipment that becomes part of the same system as the initial Equipment, the additional Equipment may be added to this. HARRIS EQUIPMENT NON HARRIS EQUIPMENT TERMINAL EQUIPMENT Attachment 9 — Statement of Work Warranty Page 12 City of Miami, Florida Contract No. RFP 592382 Attachment 10 Recommended Spare Parts List **NOTE. It is recommended that all spare parts be stored at Fire Station 3 Radio Shop and distributed to Sites and/or Users as needed. RECOMMENDED SPART PARTS - INFRASTRUCTURE INFRASTRUCTURE Part Number Description Quantity CP-MD7A Network Sentry,IP Simulcast 1 CP-CN1Z POWER STRIP,-48VDC LOW PWR DIST,CAB 2 OC-016344-001 Net CIock,Simulcast,MASTR V 1 EA-555004-001 Traffic Control Module,MASTR V 3 EA-555005-001 Baseband Processor Module,MASTR V 2 EA-555007-012 Receiver Module,806-824 MHz,MASTR V 3 EA-555008-012 Transmit Module,851-870MHz,MASTR V 3 EA-555011-003 Power Supply Module,48VDC,MASTR V 5 EA-555012-041 Ethernet Switch Module,MASTR V 3 EA-555014-012 Assembly,HPA MDI,Lin,851-870,100W,MASTRV 5 VS-CR32 ROUTER,1921,AC,NO ENCRYPTION,CISCO 1 UD-ZN4Z CONSOLE, BUNDLE, PREMIER, W1N8.1 1 CP-N1D7B-DC Assy,Controller,SitePro,MME wi Cables DC 1 CP00732 (MISC-MTRL- PO-REF) Tower Top Amplifier, 799-816 MHz 1 CP00933 (MISC-MTRL- PO -REF) Receiver Ntulticoupler, 6 MHz Bandwidth, DC (-48V) Power 1 EA101292V1 Am plifier,Tx,800MHz, 100W, MASTR III 1 EA101685V5 Synthesizer,Tx,800 MHz,MASTR III 1 EA101684V5 Synthesizer,Rx,800 MHz,MASTR III 1 EA101794V1 Module,Rx IF.70.2MHz,Mill 4 Level 1 19D902589G2 MITI Power Module 1 19D902782G5 Assembly,PCB.RxIFE Mill 800 MHz 1 VSCRO5 ALCATEL 7705 SAR ROUTER 1 Attachment 10 — Statement of Work Recommended Spare Parts List Page 1 City of Miami, Florida Contract No. RFP 592382 RECOMMENDED SPARE PARTS- NEC MICROWAVE MICROWAVE Part Number Description Quantity IPASOLINK 250/650 INDOOR UNITS SPARES IPASOLINK 650 SPARE IDU COMPONENTS 13820-131 SPARE FAN UNIT FOR iPASOLINK 650 1 13820-151 SPARE FILTER UNIT FOR iPASOLINK 650 1 13820-11 1 POWER SUPPLY FOR -48VDC (-40.5 TO-57VDC), FOR iPASOLINK 650 2 IPASOLINK 250/650 SPARE CONTROL MODULES 13820-0B0 MAIN-B (CONTROL CARD (2GBE+16DS1) FOR IPASOLINK 650, GBE SFP NOT INCLUDED) 1 IPASOLINK 250/650 SPARE MODEM/TRIBUTARY MODULES A-86220-001 AMR MODEM CARD, EH, NO AES 1 13820-041 63xDS1 INTERFACE CARD 1 IPASOLINK IDU ACCESSORIES 13820-SSX SFP MODULE 1000BASE-SX --NOTE: MULTI MODE FIBER SFP--(550m, 850nm, LC CONNECTOR) 2 ALL -INDOOR MICROWAVE TRANSMITTER RECEIVER SPARES ALL -INDOOR ENHANCED COMPACT TRP SPARES A-79316-011 TRP-L6G-S01A, ECMP, SPARES EC2 UNIT, L6G TR UNIT NO SD (L6G LOW) 1 A-79316-012 TRP-L6G-S01A, ECMP, SPARES EC2 UNIT, L6G TR UNIT NO SO (L6G HIGH) 1 A-79321-002 TRP-11G-S01A, ECIv1P, SPARES EC1 UNIT, 11G, TR UNIT WITHOUT SD ( HIGH) 1 A-79321-001 TRIP-11G-S01A, ECMP, SPARES EC1 UNIT, 11G, TR UNIT WITHOUT SD ( LOW) 1 A-79313-001 SPARE ENHANCED COMPACT TRP, FAN UNIT FOR TR UNIT 1 M-49737-001 SPARE ENHANCED COMPACT TRP, AIR FILTER 1 ANTENNA AND TRANSMISSION LINE SYSTEMS MT500B-81315 LOW-PRESSURE MEMBRANE DEHYDRATOR, 19 IN RACK MOUNTABLE, 2.0-5.0 PSIG, WITH DISCRETE ALARM, 115 VAC, 60 HZ 1 MT500B-KIT-OVRHL OVERHAUL KIT FOR MT500B DEHYDRATOR 1 ALARM RTU / WITH VOIP ORDERWIRE D-PK-2160W- 12045.00001 NETGUARDIAN 216 VOIP WITH SPEAKER & HANDSET, -48VDC, ALARM, RIA, RS-232 1 DC POWER PLANT 242100-41 SMARTPACK S CONTROLLER 1 241122-105 FLATPACK S HE RECTIFIER 1000W 48V 1 Attachment 10 — Statement of Work Recommended Spare Parts List Page 2 City of Miami, Florida Contract No. RFP 592382 RECOMMENDED SPARE PARTS LIST —TERMINALS TEMINALS - MOBILES Part Number Description Quantity Spares, XG-75M Remote MAMW-SDMXX MOB I LE,XG-75M/M 7300, 76i4- 870MHZ,HALF DPLX 7 MAMW-NPL3R Feature,Max(1024+) SystemfGroups 7 MAMW-NPL5K FEATURE,PROFILE OVER-THE-AIR- PROGRAMMING 7 MW-PL4F Feature, P25 Phase 2, TDMA 7 MW-PL4U Feature, Single -Key DES Encryption 7 MAMW-PKGPT Feature Package,P25 Trunking 7 MAMW-NCP9E Control Unit,CH721,Scen,Remote Mount 7 MAMW-NZN7R ACCESSOR I ES,XG-75M/M 7300 REMOTE MOUNT 7 MAMW-NMC7Z MICROPHONE,STD,STRAIGHT CONNECTOR 7 AN-225001-001 Antenna,Element,700/800 IA wave 7 AN-125001-002 Antenna,Base,Standard Roof Mnt Low Loss 7 Spares, XG-75M Dash MAMW-SDMXX MOBILE,XG-75M1M7300,764- 870MHZ,HALF DPLX 2 MAMW-NPL3R Feature,Max(1024+) SystemJGroups 2 MAMW-NPL5K FEATURE. PROFILE OVER-THE-AIR- PROGRAMMING 2 MW-PL4F Feature, P25 Phase 2, TDMA 2 MW-PL4U Feature. Single -Key DES Encryption _ 2 MAMW-PKGPT Feature Package,P25 Trunking 2 MAMW-NCP9G Control Unit,CH721,Scan,Front Mount 2 MAMW-NZN6W ACCESSORIES,XG-75M/M7300 FRONT MOUNT 2 MAMW-NMC7Z MICROPHONE,STD,STRAIGHT CONNECTOR 2 AN-225001-001 Antenna,Element,7001800 'A wave 2 AN-125001-002 Antenna,8ase,Standard Roof Mnt Low Loss 2 Spares, XG-75M Dash/Dual Head , MAMW-SDMXX MOBILE,XG-75M1M7300,764- 870MHZ,HALF DPLX 1 Attachment 10 — Statement of Work Recommended Spare Parts List Page 3 City of Miami, Florida Contract No. RFP 592382 RECOMMENDED SPARE PARTS LIST — TERMINALS TEMINALS - MOBILES Part Number Description Quantity MAMW-NPL3R Feature,Max 1024+ S stern/Groups 1 MAMW-NPL5K FEATURE,PROFILE OVER-THE-AIR- PROGRAMMING MW-PL4F Feature, P25 Phase 2, TDMA 1 MW-PL4U Feature, Single -Key DES Encryption 1 MAMW-PKGPT Feature Package,P25 Trunking 1 MAMW-NCP9G Control Unit,CH721,Scan,Front Mount 1 MAMW-NZN6W ACCESSORIES,XG-75M/M7300 FRONT MOUNT 1 MAMW-NMC9D Microphone,Noise Cancelin.,CH-721 CU 1 MAMW-NZN7C Control Unit,2-6,CH-721 Scn wllnstl Hdwr 1 MAMW-NMC9D Microphone,Noise Cancelinq,CH-721 CU 1 AN-225001-001 Antenna,Element,700/800 '4 wave 1 AN-125001-002 Antenna,Base,Standard Roof Mnt Low Loss Spares, XG-75M Desktop Radio MAMW-SDMXX M O B I LE,XG-751v1/M 7 300, 764- 870MHZ,HALF DPLX 3 MAMW-NPL3R Feature,Max(1024+) System/Groups 3 MAMW-NPL5K FEATURE,PROFILE OVER-THE-AIR- PROGRAMMING 3 MVV-PL4F Feature, P25 Phase 2, TDMA 3 MW-PL4U Feature, Single -Key DES Encryption 3 MAMW-PKGPT Feature Package,P25 Trunking 3 MAMVV-NZN8L Desktop Stetion,CS-7000,Local/Remote 3 MAMVV-NCP9G Control Unit,CH721,Scan,Front Mount 3 MAMW-ZN9F Microphone, Desktop 3 Spares, XG-25M Dash DM-M786 MOBILE,XG-25M,700/800 MHZ,35VV 5 DM-SP2V FEATURE, FEDERAL/INTERNATIONAL STANDARD 5 DM-PL5K FEATURE,PROFILE OTAP 5 DM-PL7Z Feature,512 Systems/Groups 5 DM-PL4F Feature, P25 Phase 2, TDMA 5 Attachment 10 — Statement of Work Recommended Spare Parts List Page 4 City of Miami, Florida Contract No, RFP 592382 RECOMMENDED SPARE PARTS LIST —TERMINALS TEMINALS - MOBILES Part Number Description Quantity DM-PL4U Feature, Single -Key DES Encryption 5 DM-PKGPT Feature Package,P25 Trunking 5 DM-ZN9X Kit,Accessories,XG-25M 5 DM-MC9R Microphone,Standard,XG-25M 5 AN-225001-001 Antenna,Element,7001800 1! wave 5 AN-125001-002 Antenna,Base,Standard Roof Mnt Low Loss 5 TERMINALS - PORTABLES Spares, XG-15P XR-PF78B-T-PH2 PORTABLE PKG,XG-15P,768- 861 MHZ,P25T,TDMA 31 XR-PL5K FEATURE,PROFILE OTAP OVER-THE- AIR PRGM 31 XR-HC7P BELT CLIP, METAL 31 XR-NC5K ANTENNA, 764-870 MHZ, 1/2 WAVE END -FED 31 i XR-CH9T CHARGER. SINGLE.TRI-CHEMISTRY 31 Spares, XL-200P, Fire/Rescue Dual Band, DES XL-PFM1M PORTABLE,XL-200P, FULL,MIDNT BLK,US 20 XL-PL5K XL-PL4F FEATURE,PROFILE OTAP OVER -THE - AIR PRGM FEATURE,P25 PHASE 2 TDMA 20 20 XL-PL4U FEATURE,SINGLE-KEY DES ENCRYPTION 20 XL-PKGPT XL-PKGF4 FEATURE PACKAGE,P25 TRUNKING FEATURE PACKAGE,DUAL BAND UHF+71800 20 20 XL-PA2A XL-N C5Z BATTERY,LION,3100,HAZLOC RADIO C1D2,UL ANTENNA,FLEX,HELICAL,136-870 MHZ 20 20 XL-AEIX SPKR MIC,PREM,FIRE,NC,HI-VIS- YELLOW 20 XL-HC4L CASE,LEATHER,PREMI UM, SHOULDER STRAP 20 Attachment 10 — Statement of Work Recommended Spare Parts List Page 5 City of Miami, Florida Contract No. RFP 592382 RECOMMENDED SPARE PARTS LIST — TERMINALS TEMINALS - MOBILES Part Number Description Quantity Spares, XL-200P Police Single Band, DES XL-PFM1M PORTABLE.XL-200P,FULL,MIDNT BLK,US 30 XL-PL5K FEATURE.PROFILE OTAP OVER-THE- AIR PRGM 30 XL-PL4F FEATURE,P25 PHASE 2 TDMA 30 XL-PL4U FEATURE,SINGLE-KEY DES ENCRYPTION 30 XL-PKGPT FEATURE PACKAGE,P25 TRUNKING 30 XL-PL4L FEATURE,SINGLE BAND 7/800 30 XL-PA3V BATTERY,LI-ION,3100 MAH 30 XL-NCSD ANTENNA,WHIP,1/2 WAVE 762-870MHZ 30 XL-AE4B SPEAKER MICROPHONE, EMER BUTTON 30 XL-HC4K CASE,LEATHER,PREMIUM,BELT LOOP. D-SWIVEL 30 Spares, XL-200P Options XL-HC3L BELT CLIP,METAL i 83 XL -CHOW CHARGER,VC4000 20 XL-NC8E ANTENNA, WHIP, DUAL -BAND, UHF/700/800MHZ 30 XL-NC8D ANTENNA, WHIP,1/2 WAVE 762- 870MHZ 50 Attachment 10 — Statement of Work Recommended Spare Parts List Page 6 City of Miami, Florida Contract No. RFP 592382 Attachment 11 Training Program The Training Plan for the City of Miami encompasses the following categories: s System Administrator Training Operational (Radio User) Training Y Console Operator Training • Maintenance Training NEC Microwave Network Training • Refresher Training (Optional) The first four categories define the training program for City of Miami personnel in distinct job classifications. Each category includes a description of the training, the course length, and timing of course delivery in relation to project implementation. The optional Refresher Training category includes operational refresher training for radio users and dispatch console operators using a web -based training solution. 1) System Administrator Training The System Administrator Training Program consists of on -site training and a self -paced online training course so that system administrators can meet their responsibilities. On -site training consists of multiple courses that will be delivered one (1) time each at a faciiity provided by the City for up to twelve (12) participants. Each participant will receive a hardcopy of the training presentations, associated hands-on exercises, and applicable technical documentation. Figure 1 summarizes the System Administrator Training Program: Figure 1. System Administrator Training Program orkshap Name P25 System Administration Course Length 4'/% days P25 Fleet Mapping Workshop 3 days Implementation Support Workshop 3 days Unified Administration System Course 2 days Regional Network Manager Course 2 days Radio Programming Course 3 days ISSI Configuration & Administration Course 1 day Active Directory Course Online (Self -paced) 2) Operational {Radio User) Training Contractor shall provide Operational Training based on a train -the -trainer approach. In this approach, Contractor shall provide model training and support materials for designated City Attachment 11 - Statement of Work Training Program Page 1 City of Miami, Florida Contract No. RFP 592382 of Miami trainers to use during the implementation phase. Each train -the -trainer session on radio operation will be scheduled for one (1) day and will include the following: • An overview of the City of Miami P25 radio system • A description of system operation including failure modes • A discussion of radio/system coverage expectations • A discussion and demonstration of the differences between analog and digital voice • A demonstration of basic radio operations including proper radio use • Hands-on practice with the radios • A discussion of basic radio care including battery maintenance Contractor shall provide customized presentation material for the City of Miami instructors as well as electronic copies of the training materials to allow for additional customization, if desired. Contractor shall conduct three (3) train -the -trainer sessions over three (3) consecutive days for up to twenty (20) participants per session. This training shall be conducted approximately two -to -four weeks prior to the start of the performance period to allow time for the trainers to practice using the equipment as well as to hold training sessions for their trainees. This training shall be conducted at a facility provided by the City of Miami and utilize Contractor radios purchased as part of the system. 3) Console Operator Training Dispatcher training consists of Console Configuration Training for System Administrators followed by Console Operational Training for designated dispatch trainers. Console Configuration Training This two-day session shall provide System Administrators with the knowledge and skills to configure the Symphony Dispatch Console including operational functions and screen layout. Participants learn how to setup the operation and layout of the console using the console's configuration program. Additionally, dispatch supervisors will be able to describe the relationship between Active Directory and the Symphony Dispatch Console with reference to access and account creation; utilize the Configuration Editor to create and modify setups and workspace tabs; describe the function and settings of the audio box component: and describe basic and licensed operational functions, as applicable. This training shall be conducted one (1) time in a dispatch facility after the Symphony Dispatch Consoles are installed and made operational but prior to console operational training and cutover. Each System Administrator will receive a copy of the training presentation and any applicable technical documentation. Class size is limited to a maximum of four (4) participants. 4) Console Operational Training Instructor -led, hands-on training sessions on the operation of the Symphony Dispatch Console are one (1) day in length. This training shall be conducted using a train -the -trainer Attachment 11 - Statement of Work Training Program Page 2 City of Miami, Florida Contract No. RFP 592382 format and operational consoles installed in the dispatch facility. The training includes an overview of the new P25 radio system and the following tasks performed using the Symphony Dispatch Console: • Select communication modules • Transmit and receive group and individual calls • Transmit, receive and clear emergency calls • Review call history and play back audio • Modify communication modules • Create, modify and transmit on patches and simulselects • Control conventional channels « Utilize the paging function • Change console setups • Use special and enhanced console features Contractor shall conduct two (2) train -the -trainer sessions over two (2) consecutive days with up to eight (8) participants per session. These sessions shall be scheduled just prior to implementation to allow participants to promptly begin using the skills learned. Each participant will receive a hardcopy of the Symphony Dispatch Console Operation Quick Reference Guide. 5) Maintenance Training Contractor shall conduct instructor -led P25 radio system training for City of Miami technicians who are encouraged to participate in system implementation, optimization, and testing activities. This includes on-the-job training on peripheral equipment and a two-hour session covering UPS use and operation conducted by Eaton Corporation, and a DC Power Plant course conducted by Eltek. Contractor shall conduct a series of training courses to prepare maintenance technicians to meet their responsibilities. These courses are identical to the training attended by Contractor Authorized Service Centers. Each course shall be delivered on site one (1) time at a facility provided by the City. Contractor understands that the training shall be attended by at least four (4) personnel who in turn shall train the remainder of those people needing training. Maximum class size is ten (10) participants. Each course shall require access to the applicable system equipment. Figure 2 summarizes the Maintenance Technician Training Program. Attachment 11 -- Statement of Work Training Program Page 3 City of Miami, Farina Contract No, RFP 592382 Figure 2. Maintenance Technician Training Program Course Name P25 System Maintenance Course Length 7 days Regional Network Manager Course 2 days Introduction to Networking Course 5 days Network Operation & Maintenance Course 4 days MASTR V Station Maintenance Course 1% days P25 Simulcast System Maintenance Course 3 days RF (Portable & Mobile Radio) Maintenance Course 4%4 days Active Directory Online Course Self -Paced Eltek DC Power Plant Course 1 day Each participant will receive a hardcopy of the training presentations, associated hands-on exercises, and applicable technical documentation. Maintenance technician training shall be conducted on mutually agreeable dates, typically during the warranty period. 6) Refresher Training (Optional) Courses can be purchased individually. The student will have access to the course for 30 days from date of purchase, which allows the student to review selected modules or the entire course multiple times to reinforce the learning. Dispatch Console Operation C3 Maestro Dis•atch Console O.eration S m.hon Dispatch Console Operation VIP Console Operation (30 Day Access) Per User $180.00 $180.00 $35.00 P25 Radio User Operation BeOn IOS Operation (30 Day Access) Per User $30.00 _ BeOn Android Operation $30.00 CH721 Scan Model Radio Operation $45.00 CH721 System Model Radio Operation $45.00 __ P7300 Scan Model Radio Operation $45.00 P7300 System Model Radio Operation $45.00 XG-100M (CH100) Radio Operation $45.00 XG-100P Radio Operation $45.00 XG-15P Radio Operation $45.00 XG-25M Radio Operation $45.00 Attachment 11 - Statement of Work Training Program Page 4 City of Miami, Florida Contract No. RFP 592382 XG-25P Scan Model Radio Operation $45.00 XG-25P System Model Radio Operation $45.00 XG-75P Scan Model Radio Operation $45.00 XG-75P System Model Radio Operation $45.00 XL-200P Radio Operation $45.00 ;Administrative Overviews Advanced Access Control (AAC) (30 Day Access) Per User Included with RPM Radio Personality Manager (RPM) $150.00 Radio Personality Manager 2 (RPM2) $150.00 Regional Network Manager (RNM) Overview $120,00 Unified Administration System (UAS) Overview $120.00 7) Site License Option Contractor offers a one-year site license to access the standard web -based training program. The available courses are the same as the individual purchase list. The following are some of the additional benefits the City will experience by purchasing a site license instead purchasing individual courses: • Students have access to training courses for an entire year instead of only a 30-day window. • Students have access to all courses that are applicable to your system. • Courses are automatically updated based on software releases that introduce new features or functions. • Newly developed courses can be added to the training program at no additional cost during the term of the license if the courses are applicable to the City's system. • Contractor shall provide a designated individual with administrative rights to the Learning Management System so that the City can directly monitor student activity and progress in completing courses, and generate reports. • The base package one-year site license can be more cost effective than purchasing individual courses. The following table provides price information for a one-year site license and the renewal price for a secnnd ear, which is discounted b 50%. Base Package (Up to 500 students) Price Year 1 $10,125.00 Price Year 2 $5,062.50 Each additional student above 500 $20.25 $10.13 Each additional student above 5,000 $13.50 $6.75 Attachment 11 — Statement of Work Training Program Page 5 City of Miami, Florida Contract No. RFP592382 Exhibit B1 SCOPE OF SERVICES/STATEMENT SECTION 1 PART 1: INTRODUCTION/PROJECT OVERVIEW AND GENERAL REQUIREMENTS 1.1 PURPOSE OF REQUEST FOR PROPOSALS (RFP) The City of Miami (hereinafter "City"), Florida has contracted with a professional firm to provide a fully featured 800 MHz P25 Digital Trunked Simulcast Network System (hereinafter "System or "Project") as described herein, as part of its ongoing efforts to upgrade and enhance two-way radio communications throughout the City, for the benefit of all public safety and local government users and the citizens that they serve. The project includes several related networks and project components: 1. 800 MHz P25 Digital Trunked Simulcast network. 2. Full featured Radio Dispatch Console System. 3. VHF High Band and Marine, UHF and 800 MHz Base Stations to provide for interoperability with adjacent localities but not limited to; Miami -Dade County and the State of Florida. 4. High capacity, digital microwave site connectivity. 5. Integrated Network Alarm and Control System 6. Assets and network management systems 7. Network traffic logging recorder system 8. Site modifications to include shelter, tower and emergency generators. 9. Replacement of Site on Wheel (SOW) 10 channel standalone trunked P25 System Upon authorization by the City, other agencies such as municipalities in the City, and agencies located outside of the City that are dispatched or regularly communicated with by the City, shall be offered the same equipment, at the same pricing as that offered to the City for a period of thirty-six (36) months from system acceptance date. 1.2 GLOSSARY/DEFINITIONS Capitalized terms that are used shall have the meanings assigned to them in the Contract Documents. The following words and expressions used in this Contract shall be construed as follows, except when it is clear from the context that another meaning is intended: ANSI: American National Standards Institute APCO: Association of Public Safety Communications Officers ATP: Acceptance Test Plan — a formai plan defining specific requirements and procedures for testing to determine if the System as installed meets those requirements. Examples include Staging Acceptance Test Plan, Coverage Acceptance Test Plan and Final System Acceptance Test Plan ATS: Automatic Transfer Switch AVL: Automatic Vehicle Location 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 1 of 190 Rev. 4.4.17 Introduction and General Requirements City of Miami, Florida Contract No. RFP592382 Base Station: BER: BHP: Bidder: CAD: CATP: Combiner: Console: Contract Documents: Contract: Contractor: Control point: CRT: CTCSS: Customer: DADE: DAQ: DTE: DTE: Duplex, Full: Duplex, Half: Duplexer: EIA: EMI: Engineer: ERP: FAA: FATP: Fault Tolerant: FCC: A radio station licensed by the FCC to operate at a certain location, at a specific frequency, at a specified power output for the purpose of communicating with other base stations and/or mobile radio units. Bit Error Rate; A rate at which errors occur on a digital channel. Brake Horsepower Entity providing a submittal in response to the requirements. Synonyms include Offeror, Contractor, Respondent and/or Vendor. Computer Aided Dispatch Coverage Acceptance Test Plan as outlined in Scope of Services Section 3, Paragraph 2.5 — Coverage Testing A device that will permit multiple transmitters to share a common antenna. A device that has the capacity to control transmissions and monitor reception of multiple remote located base stations Shall mean the City's Request for Proposals and those documents specifically identified in the Request for Proposal, including, but not limited to, the following documents: Professional Services Agreement, Software License Agreement, Software Escrow Agreement, Proposal Bond, Payment Bond, Performance Bond, Waiver of Liens, Official Proposal Form, Non -Collusion Affidavit, Sections 1 -10 of the Request for Proposal, Appendices to the Request for Proposal, Addenda (which pertain to the Contract Documents), Specifications, Drawings, together with all Change Directives or Change Orders issued on or after the effective date of this Agreement. Shall mean Professional Services Agreement. Successful Proposer to whom a Contract is awarded Any location from which a base station's operation may be controlled. Cathode ray tube display Continuous tone coded squelch system. Same as Owner, and City of Miami Differential Absolute Delay Equalizer, as related to microwave terminal equipment. Delivered Audio Quality Digital Transverse Equalizer, as related to microwave terminal equipment. Data Terminal Equipment, as related to Mobile Data and LAN networks. A communication circuit that permits simultaneous operation in both directions. A communications circuit that allows operation in both directions, one direction at a time. A device that will permit a transmitter and receiver to share a common antenna. Electronic Industries Association Electromagnetic Interference The City's technical representative for the project. Effective radiated power Federal Aviation Administration Final Acceptance Test Plan as defined in Scope of Services Section 2 Paragraph.3.8 A system that upon failure of major components is still able to provide operation. Federal Communications Commission 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 2 of 190 Rev. 4.4.17 Introduction and General Requirements City of Miami, Florida Contract No. RFP592382 FDMA: (Frequency Division Multiple Access) A communications technique in which individual traffic channels are separated by being routed over separate frequencies. FRP: Fiberglass Reinforced Plastic Furnish: To supply and deliver, ready to install Gain: The level a signal is increased beyond its original level. GUI: Graphical User Interface Hertz (Hz): Unit of frequency. Used to specify the frequency of operation, or the block of frequencies used by a communications system or device. IEEE: Institute of Electrical and Electronics Engineers Install: Position for service, ready for use Interference: The reception of unwanted radio emissions that degrade or interrupt the reception of the desired signal. Leaky coax: A type of transmission cable that has multiple perforations along its inner shield that permits radio transmissions to radiate outward along its length. This type of coax is used to provide coverage inside tunnels and buildings. LCD: Liquid Crystal Display LNA: Low noise amplifier MTBF: Mean time between failures. MCE: Master Control Equipment, related to dispatch console electronics MPE: Maximum permissible RF radiation exposure level MHSB: Monitored - Hot Standby, as related to microwave terminal equipment. MSE: Master Station Equipment, related to alarm and control Multicoupler: A device that permits several receivers to share a single antenna. Mux: Multiplex or channel bank equipment Narrowband: A radio channel that requires 12.5 KHz or less of bandwidth to provide intelligible information. Non -fixed Equipment: Mobile, portable, and control station radios, and pager units, as distinguished from infrastructure equipment. NWS: New World Systems (CAD vendor) NPSPAC: National Public Safety Planning Advisory Committee Offeror: Entity providing a submittal in response to the requirements. Synonyms include Bidder, Respondent andfor Vendor. Omni Directional: A type of antenna that theoretically radiates RF energy equally in all directions. OPE: Operator Position Equipment, related to dispatch console electronics. Owner: Entity that will issue final contract to procure, and assume possession of, the system upon final acceptance. Synonyms include City, Customer, User. Polyphaser: A brand name of a device installed in transmission lines between antennas and radio equipment that is used to prevent damage from lightning strikes to the antenna from reaching the radio equipment. Prime Contractor: Contractor in overall charge of the work, including other Contractor or sub - Contractor Product: All supplied materials, systems, equipment, and services Proposal: To mean the properly signed and completed written submission in response to the Solicitation by a Contractor for the Services, and as amended or mod- ified through negotiations. Proposer: Entity providing a submittal in response to the requirements. 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 3 of 190 Rev. 4.4.17 Introduction and General Requirements City of Miami, Florida Contract No. RFP592382 Provide: PTT: PTT-ID: Queuing: RDCS: Refarming: Remote unit: RFI: RFP: Repeater: RTU: SATP: SCADA: Scope of Work/ Services: SINAD: Solicitation: Subcontractor: Subscriber Equipment: Sweep Testing: Talk -around: Talkgroup: To furnish and install, ready for use. Push to talk. A common radio industry term referring to the keying of a microphone transmit button. Each time a radio unit transmits a call, the individual ID of the radio unit shall be made available to the system management and displayed to the dispatcher. This ID can be "aliased" to a user name or radio unit number. Properly equipped wireless dispatch or field radio units can display the ID and optionally display the alias as well. The holding of overflow calls in memory until a channel becomes available. Radio Dispatch Console System FCC initialize to provide additional channel assignments, primarily by reduces the bandwidth of existing channels below 512 MHZ. A device that is used to control transmission and monitor reception of a single distant base station. Radio Frequency Interference Request for Proposal A radio device that receives a signal on one frequency and rebroadcasts it over another frequency. Remote Terminal Unit Staging Acceptance Test Plan as defined in Scope of Services. Supervisory Control and Data Acquisition Section of this Contract, which details the work to be performed by the Con- tractor. (Signal noise and distortion) A measurement of receiver performance that is typically listed in equipment specification information. To mean the RFP document, and all associated addenda and attachments Any person, firm, entity or organization, other than the employees of the Con- tractor, who contracts with the Contractor to furnish labor, or labor and ma- terials, in connection with the Services to the City, whether directly or indi- rectly, on behalf of the Contractor. Same as non -fixed equipment Frequency and Time Domain Reflectometry on site testing of installed antenna, line, jumpers and associated transmission lime components which verify installed systems are operating within acceptable specifications. Talk -around is the ability of voice radio units to operate unit -to unit without going through the radio tower site base repeater stations. Generally, the radio subscriber units transmit and receive on the base repeater station's transmit frequency or some other frequency(s) not operational at the fixed radio sites. Range is limited to the power of the subscriber radio units. Talk- around allows unit to unit operations when out of range of the system or allows a tactical operation to exist within the system range but not load the system talk - paths. A Talkgroup is an operational group of radio users requiring two-way radio communications. An agency shall have multiple talkgroups within their overall operations. Unique digital ID's allow talkgroups to provide a "virtual RF channel" to radio users, even if there is only a single talk -path to be shared between multiple talk groups. 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 4 of 190 Rev. 4.4.17 Introduction and General Requirements City of Miami, Florida Contract No. RFP592382 TDMA: Time division multiple access is a channel access method for shared medium networks. It allows several users to share the same frequency channel by dividing the signal into different time slots. The users transmit in rapid suc- cession, one after the other, each using its own time slot. TMA: Tower Mounted Amplifier TTA: Tower top amplifier UHF Band: Ultra High Frequency - A group of communications channels operating the 450 to 470 MHz band. UHF-T Band: A group of communications channels operating in the 470 to 512 MHz band that share the bandwidth with UHF television channels. Vendor: Entity providing a submittal in response to the requirements. Synonyms include Bidder, Offeror, Contractor and/or Respondent. VOX: Voice Operated Transmit as related to PTT applied through a headset/boom microphone. Wideband: A radio channel that requires 25 KHz of bandwidth to provide intelligible information. Work/Services/ Project: All matters and things that will be required to be done by the Contractor in accordance with the Scope of Services and the terms and conditions of this Contract. Yagi: A narrow beam directional antenna used for directing a radio transmission towards a distant point. 1.3 GENERAL REQUIREMENTS Drawings and general provisions of the contract, including general and supplementary conditions, apply to this Section. This Section describes the system and components considered necessary to provide complete, working, fully functional networks for voice and paging communications, and the project background in general terms, the overall system desired, its configuration, and the required features, function, and performance, and is divided into three Parts. • Part 1 describes general project requirements. • Part 2 describes specific project requirements and references detailed specifications. • Part 3 describes installation and commissioning requirements. The requirements in this Section shall be coordinated with all other sections of the Scope of Services, In the event that requirements are stated in more than one section and appear to conflict, the more stringent requirement shall apply. 1.4 PROJECT SUMMARY A. The Project includes several related networks and Project components: 1. 800 MHz P25 Digital Trunked Simulcast network. 2. Full featured Radio Dispatch Console System. 3. VHF high band and marine, UHF and 800 MHz Base Stations, to provide for interoperability interface with adjacent Cities, Counties, State, and Federal agencies. 4. High capacity digital microwave site connectivity. 5. Integrated Network Alarm and Control System. 6. Communications asset management application 7. Site work to include in some instances towers and shelter site development. 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 5 of 190 Rev. 4.4.17 Introduction and General Requirements City of Miami, Florida Contract No. RFP592382 8. Replacement of Site on Wheels (SOW) trunked and conventional communications equipment. B. General requirements for all components of this Project include: 1. Robust and fault tolerant network infrastructure with sufficient capacity to support all users on a common platform. 2. Interface with legacy systems. 3. Use of common time synchronization of all systems. 4. Capability to cost effectively upgrade equipment in a structured manner as new technologies emerge, avoiding major equipment replacement. 5. Complete services including design, project management, permitting, installation, testing, documentation, training, and warranty maintenance. 6. Suitable test equipment to troubleshoot and maintain each system. 7. Work shall be conducted with minimal interruption of service to existing critical systems including: a. Existing legacy radio networks; b. Existing City microwave links; c. Existing logging recorder, d. Computer Aided Dispatching Systems; and e. 9-1-1 Telephone system. C. General requirements for 800 MHz P25 Digital Trunked Simulcast Radio Network: 1. P25 Phase I and Phase II compliant network. 2. City-wide portable 12/24 dB in -building coverage, according to the map in Appendix A. 3. Critical in -building coverage to specific buildings listed in Appendix B. 4. Dispatching capabilities focused on ease of use, programmability, and interface to other E9-1-1 technologies such as paging, CAD and voice loggers. 5. Access and connectivity to back up consoles, radios and other integrated systems in the event of primary equipment failures to minimize loss of emergency communications capabilities. 6. The City Police backup dispatch facility is located at the Miami Fire College. 7. The City Fire backup dispatch facility is also located at the Miami Fire College. 8. The City desires redundancy of system design to minimize the chance of system downtime due to the loss of a central control site. For systems using centralized control equipment, Contractor shall design the system with redundant, separately located controller equipment. 9. Contractor should plan for redundant control equipment to be installed in the Miami Fire College. 10. Interfaces to support operations on existing legacy radio systems and facilitate migration to the new system. 11. Interfaces to other adjacent City and state radio systems to allow interoperability and regional communications. D. General Requirements for a full featured Radio Dispatch Console System (RDCS) 1. The RDCS system shall be fully modular and based on a configuration which supports a large number of both local and remote operator positions. 2. The RDCS shall be able to monitor and transmit on all proposed and existing trunked repeaters, conventional repeaters, base stations, and receivers. 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 6 of 190 Rev. 4.4.17 introduction and General Requirements City of Miami, Florida Contract No. RFP592382 3. RDCS system shall be designed for high reliability with no single points of failure. Any RDCS position shall be capable to back-up any other position with full features and functions. 4. New features and screen configurations shall be supported through software programming and not reconfiguration of hardware. 5. Capability to program, store, retrieve, and edit multiple, custom operator screens and configurations for each operator position shall be provided. 6. Operator screen configurations and alias database shall be stored on a centrally located server. All operator positions shall be linked in a LAN configuration, which allows the supervisors or system administrators to access and update all positions from the central location. E. General requirements for a VHF/UHF/800 MHz Conventional Base/Repeater Interoperability Radio Network: 1. Contractor shall provide VHF (High Band), UHF (Ultra High Frequency) and 800 MHz conventional base stations, as necessary, to permit first responders from surrounding Cities, Counties, State, and Federal agencies to communicate with the City radio system users. 2. Miami City Police Department Miami Police Department — 5 each 800MHz Interoperability bases Miami Police Department — 1 each VHF Marine Miami Police Department — 2 each VHF InterCity 3, Wells Fargo Building Wells Fargo Building — 1 each 800 MHz State Mutual Aid Wells Fargo Building — 3 each (CURRENTLY MSF 800 MHz CONV) Wells Fargo Building — 4 each 800 MHz CONV EQUIPMENT USE FREQUENCY (MHz) FREQUENCY (MHz) LOCATION Cony / Trunked Repeater 1 800MHz 857.8125 812.8125 Wells Faro Conv f5 Repeater 2 800MHz 859.8125 814.8125 Wells Fargo Conv f5 Repeater 3 800MHz 855.6125 810.6125 riells Fargo Conv f5 Repeater 4 800MHz 854.3625 809.3625 Wells Fargo Conv f5 Repeater 5 800MHz 854.7875 809.7875 Wells Fargo Conv f5 Repeater 6 800MHz Interop 854.6375 809.6375 Wells Fargo Conv Base 1 VHF InterCity 155.3700 155.3700 Wells Fargo Conv Base 2 VHF InterCity 155.3700 155.3700 Wells Fargo Conv Base 3 VHF Marine 16,21 A,22A,81 A , 82A,83A Wells Fargo Conv Base 4 UHF County Fire Regular Disp. Channels Park Place Conv Base 5 800MHz Interop 8 Call Channels Park Place Conv Base 6 800MHZ Interop 8 Call Channels Park Place Conv Base 7 800MHz Interop 8 Call Channels Park Place Conv Base 8 800MHz Interop 8 Call Channels Park Place Conv Base 9 800MHz Interop 8 Call Channels Park Place Conv F. General Site Requirements Contractor shall provide site facilities for each site where needed, a. Concrete shelter with 200 Amps electrical service. 800 MHz P25 Digital Trunked Simulcast. Network System Rev. 4.4.17 Section 1 Page 7 of 190 Introduction and General Requirements City of Miami, Florida Contract No. RFP592382 b. Generator and automatic transfer switch sized for 200% of the capacity necessary for the proposed trunked radio, interoperable radio, and microwave systems. c. Diesel storage for 7 days of backup generator runtime for proposed systems. d. Any tower necessary for a raw land development or replacement site. G. General Requirements for Microwave Network: 1. Provide interconnect and back haul network for radio, and legacy equipment between sites, dispatch centers and control points. 2. Digital, monitored hot/standby or looplroute protected network. a. The City requires that the microwave network, where possible, be designed using loop/route protected topology. b. Contractor may use spurs where it is impossible to integrate a site in a looped configuration. Contractor must demonstrate to the City and its consultant/engineer that the site cannot be integrated into a loop, and the City must approve the use of a monitored hot standby spur site. c. Back Haul network must be capable of routing through fiber where available. 3. Capacity: a. Contractor shall provide a microwave network using Loop/route protected Topology, and provide for a native Ethernet (minimum 150 Mb/s) architecture. b. Native Ethernet radios will include equipment for conversion to T1 format for any legacy radio systems. 1.5 PROVISION OF NEW EQUIPMENT All equipment shall be provided in new condition, and be covered by a full factory and/or manufacturer's warranty. Used, refurbished, or previously installed equipment may not be used. All equipment supplied as part of the system(s) shall be subject to system warranty. 1.6 WORK INCLUDED A. 800 MHz P25 Digital Trunked Simulcast Radio Network, consoles, control points, conventional base stations, and user equipment: 1. Complete system design; 2. Network infrastructure including RF and control; 3. Dispatch console equipment; 4. User equipment including mobile, portable, and control station radios; 5. Project management; 6. Installation and programming; 7. Testing; 8. Training; and 9. Documentation. B. Microwave Site Connectivity: 1. Complete system design; 2. Network infrastructure including RF and all control; 3. Project management; 4. Installation and programming; 5. Testing; 6. Training; and 7. Documentation. 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 8 of 190 Rev. 4.4.17 Introduction and General Requirements City of Miami, Florida Contract No. RFP592382 C. Migration of Existing Systems 1. The City requires that the Contractor consolidate existing radio assets into the sites used for the new trunking system. This will permit these systems to take advantage of the new microwave network for backhaul and integration with the new system. 1) The City currently operates a 20 channel radio system with trunked 800 MHz channels. 2) The City currently operates a dispatch location at Miami City Police Department and Miami Fire College. 2. The City currently operates conventional interoperability stations at the Miami Police Department and the Wells Fargo Building that will be consolidated at the Wells Fargo Building. a. The radio resources located at the Wells Fargo Building provide wide area coverage for interoperability on conventional channels. 3. The Contractor shall enter into collaborative discussions with the City and its engineer/consultant to formulate a cutover plan that minimizes disruption to City communications during the migration from the legacy system to the new system. Only when the City approves the cutover plan, will the Contractor be permitted to cutover to the new system. D. Grounding and Bonding 1. As part of the work to be performed, all RF equipment, antenna systems, transmission lines, and the design of the antenna support structures (towers), shelters, electrical and generator systems must be designed and installed in compliance with a "single -point" grounding design and Installation standard such as: 1) Motorola R-56; 2) M/A-COM 4618/1 R3A; or 3) MIL 188-124B. 2. Contractor shall detail which grounding and installation standard(s) are to be used in the construction of the City's system. E. Turnkey Responsibility 1. Provide a total system design including any and all subsystem components. 2. Provide all systems necessary to meet the specification and as outlined in Contractor's proposal, regardless of manufacturer. 3. Provide full turnkey installation and optimization services for all systems, subsystems and components, as outlined in Contractor response, regardless of manufacturer. 4. All Contractor and/or subcontractor labor, travel, lodging, delivery, and other expenses shall be provided as part of the project. No additional charges for expenses shall be paid by the City unless expressly agreed to in writing. F. RF interference 1. Contractor shall demonstrate good engineering practice in design and installation such that all proposed equipment is configured and installed to minimize RF interference to, from, or with co -located equipment. 2. Contractor shall be responsible to identify and analyze potential interference sources during system design activities that may be determined by visual inspection of the equipment and FCC license database searches. 3. Contractor shall provide suitable inter -modulation calculations as part of final system design. 4. Suitable filtering, isolation, and other means shall be proposed to correct any identified interference between the proposed and existing systems. 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 9 of 190 Rev. 4.4.17 Introduction and General Requirements City of Miami, Florida Contract No. RFP592382 5. Contractor shall be responsible to correct mutual interference between proposed and existing systems. 6. Construction of new towers shall not interfere with existing broadcast systems per FCC rules Section 22.371. 7. Interference caused by the proposed systems or equipment shall be corrected by the Contractor at no additional cost to the City. G. Project Manager 1. Contractor shall assign an on -site, in -state Project Manager who is a full time employee of the Contractor, and has a minimum of five years of previous experience on at least three similar projects. 2. Contractor's Project Manager shall: a. Be responsible for managing the project for the Contractor, including close coordination with the City's Consultants and Project Manager. b. Be capable of effectively managing scope, time, cost and quality; differing stakeholder needs and expectations along with identified and unidentified requirements or specifications. c. Be the primary point of contact between the Contractor and City for all items within the scope of this project. d. Certify that their Project Manager has the power to make significant decisions relevant to the project, and that they have direct access to the Contractor top management for resolving issues beyond the Project Manager's direct authority. 1.7 CITY'S RESPONSIBILITIES The City will provide reasonable access to City facilities where equipment is to be installed including a designated work area with adequate heat, light and a secure storage area for equipment delivered for installation to the City designated location. The City will also provide any agency contact or relevant information that may assist Contractor in obtaining building permits required in conjunction with this project, where practical. 1.8 PROJECT SUBMITTALS A. General: 1. All Project submittals shall be subject to review and approval by City. 2. All submittals shall be provided in hard copy, paper format, and in electronic format on CD-ROM, DVD-ROM, or USB flash drives. 3. All drawings will be provided in PDF and Visio Formats. 4. All hard copy, paper media submittals shall be appropriately bound separately or in three ring ' D-ring" binders. Loose sheets are not acceptable. 5. Each page shall be numbered and contain a footer that includes the name and number of any section or chapter. 6. All submittals shall include a signed and dated cover letter or transmittal sheet fully describing the contents of the submittal, 7. All softcopy shall be submitted using the following software versions: a. Microsoft Office 2010 or Office 2013; b. Adobe Acrobat v7 or later; or c. Visio 2007 or later. B. The City relied on the Contractor's Proposal for the following information: 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 10 of 190 Rev. 4.4.17 introduction and General Requirements City of Miami, Florida Contract No. RFP592382 1. A detailed description of the proposed system(s) and services to be provided (Refer to Appendix 1). 2. A detailed description of the proposed system duty life cycle. 3. Preliminary detailed project schedule indicating project duration and critical path items (refer to Appendix 4). 4. Project organization chart including personnel assigned and responsibilities (Refer to Appendix 10). 5. System design including complete description, block diagrams, equipment layouts, and equipment lists shall be included to provide a complete and comprehensive description (Refer to Appendix 2). 6. Complete product descriptions including all standard and optional hardware and software available, descriptive literature, and cut sheets (Refer to Appendix 5). 7, Preliminary SATP, FATP, CATP testing methodology, and procedures to assure complete and fully operable system at project completion (Refer to Appendices 8 and 9). 8. Warranties: General and Extended warranties specified in this Section (Refer to Appendix 11). 9. Training descriptions for each type of training. 10. List of five (5) references. 11. Point of Manufacture 12. Test Equipment: A list of tools and equipment (common and specialized, and including any built-in testing facilities that are functionally equivalent to external test equipment) to be provided as part of the project and necessary to install, operate and maintain all equipment proposed in the quotation. In addition, sources and list prices are required for all listed tools and test equipment not included in the quotation. 13. Spare Parts: A list of all recommended spare parts and replaceable modules required to adequately support the system shall be supplied by the Contractor (Refer to Appendix 12). 14. Statement that the Contractor shall supply all drawings in PDF and Visio Formats. C. The following information shall be submitted within 20 working days of Contract award: 1. The name of the person(s) who will act as the Contractor's official contact with the City's Project Manager. 2. The Contractor shall obtain all required permits and provide copies to the City. 3. Detailed project schedule indicating all project milestones and specific dates relating to the installation of the system. The schedule shall include the following milestones: a. Procurement; b. Pre -Shipment Integration Testing; c. Start and Finish of Equipment Installation; d. Start and Finish of Antenna System Installation; e. Start and Finish of System Equipment Testing; f. Start and Finish of Coverage Testing; g. Operator Training h. End User Training i. Network Administration Training j. Start and Finish of Coverage Testing k. Final Inspection; I. Delivery of final documentation; and m. System Certification. 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 11 of 190 Rev. 4.4.17 Introduction and General Requirements City of Miami, Florida Contract No. RFP592382 D. The following information shall be submitted within 40 working days of Contract award: 1. System Block and level diagrams. 2. Patching schedules and termination details for all horizontal cables necessary for a complete record of the installation. 3, Radio and microwave channel plans. 4. Site Drawings including: a. Site Plan Drawings which indicate scale, orientation and locations of proposed and existing features including towers, buildings, ice bridges, fuel tanks, security fences, gates, utility service entrances and all other pertinent features. b. Equipment Shelter/Room Plan drawings which indicate scale, orientation, termination and proposed and existing hardware placement. The name of the building, room number and the title of room shall be included. The Contractor must show dimensions of space designated for future expansion of equipment. c. Equipment Rack/Cabinet Elevations. The name of the building, room number and the title of room shall be included. The Contractor must show dimensions of space designated for future expansion of equipment. d. Tower Profile Drawings indicating current and planned antenna mounting locations of all new existing and modified sites. e. Full documentation of all existing communications systems with which the new system will interact including Legacy systems identified in Exhibit C1. 5. Detailed list of materials for each site, including size and quantity, required to achieve calculated availability (i.e., antennas, waveguide, connectors, and hardware). 6. Detailed configuration information for each site, including link and launch delay settings, signal level settings, antenna manufacturer, model number, tilt, orientation, and mounting height required to achieve specified design coverage performance. E. Final Design; The following information shall be submitted within 90 working days of Contract award: 1. Any updates to previously submitted design information. 2. System operation and maintenance manuals for all equipment including: a. Instructions for installation, alignment procedures, testing, commissioning; b. Information, procedures, and recommendations for maintenance and troubleshooting of the equipment. c. Factory test data. 3. Installation Site Drawings: Drawings shall be coordinated with architectural and electrical power plans and shall be produced at the same scale as the architectural and electrical power plans. Installation Site Drawings shall include: a. Site Plan Drawings which indicate scale, orientation and locations of towers, buildings, ice bridges, fuel tanks, security fences, gates, utility service entrances and all other pertinent features. b. Equipment Shelter/Room Plan drawings which indicate scale, orientation termination and hardware placement. The name of the building, room number and the title of room shall be included. The Contractor must show dimensions of space designated for future expansion of equipment. 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 12 of 190 Rev. 4.4.17 Introduction and General Requirements City of Miami, Florida Contract No. RFP592382 c. Equipment Rack/Cabinet Elevations. The name of the building, room number and the title of room shall be included. The Contractor must show dimensions of space designated for future expansion of equipment. d. Tower Profile Drawings indicating antenna mounting locations. F. System Staging, Delivery and Installation: The following information shall be submitted as equipment is staged, delivered and installed: 1. Detailed Staging Acceptance Test Plan (SATP), for City review and approval, specifically describing the comprehensive series of tests that will demonstrate proof of performance and readiness for shipment. The SATP shall include but not be limited to: a. Radio Console Features 1) Instant Transmit 2) Talkgroup selection and calling 3) Talkgroup patching (Trunking and conventional) 4) Multi -Select 5) Multi Talkgroup calls 6) Private calls 7) Emergency Notification 8) Alert Tone Generation b. Radio Network Features 1) Emergency Call 2) Emergency CaII with System Busy 3) Transmit Grant Tone 4) System Busy Tone 5) Out of Range Tone 6) System Busy Queuing and Call back 7) Reaction to failed base station(s) 8) Reaction to failed backhaul link(s) 9) Recovery from failed base station 10) Recovery from failed backhaul link(s) 11) Reaction to Failed Controller/Server 12) Recovery from Failed Controller/Server c. System Monitoring and Network Management Features 1) Display current system activity 2) Display individual site status 3) Display individual base station status 4) Start/Stop individual base station 5) Radio enable/disable 6) Fault Management / Alarm indicators 7) Reporting Capabilities 2. Detailed SATP shall be submitted no later than 90 days before the testing starts. 3. Final SATP shall be approved no later than 30 days before the testing starts. 4. User Manual: One (1) copy per unit, to be kept at the installation site, plus five file copies delivered to City. 5. installation Manual: One (1) copy to be kept at the installation site plus five file copies delivered to City. 800 MHz P25 Digital Trunkod Simulcast Network System Section 1 Page 13 of 190 Rev. 4.4.17 Introduction and General Requirements City of Miami, Florida Contract No. RFP592382 6. Maintenance Manual: One (1) copy to be kept at the installation site plus five file copies delivered to City. 7. Bill of Materials: One (1) copy per shipment plus five file copies delivered to City 8. Installation documentation shall include complete system and site drawings. 9. Full documentation of all existing communications systems with which the new system will interact including existing Legacy systems G. System Acceptance and Commission: The following information shall be submitted upon completion of installation and prior to Final System Acceptance and commissioning: 1. Detailed Final System Acceptance Test Plan (FATP), for City review and approval, specifically describing the comprehensive series of tests that will demonstrate proof of performance and readiness for Final System Acceptance by the City. 2. Detailed FATP shall be submitted no later than 90 days before the testing starts. 3. FATP shall be approved no later than 30 days before the testing starts. 4. Five (5) final and complete sets of as -built documentation, bound and containing all previous submitted manuals and materials including: a. Documentation index; b. List of deliverables; c. Field Test reports; d. Coverage testing reports; e. Maintenance Data; f. Detailed list of materials used for each path, including size and quantity (i.e., antennas, waveguide, connectors and hardware); g. As -Built System Block and Level Diagrams; h. As -Built Microwave Channelization Plan Diagrams; and i. As -Built Site Drawings including: 1) Site Plan Drawings which indicate scale, orientation and locations of towers, buildings, ice bridges, fuel tanks, security fences, gates, utility service entrances and all other pertinent features. 2) Equipment Shelter/Room Plan drawings which indicate scale, orientation termination and hardware placement. The name of the building, room number and the title of room shall be included. The Contractor must show dimensions of space designated for future expansion of equipment. 3) Equipment Rack/Cabinet Elevations. The name of the building, room number and the title of room shall be included. The Contractor must show dimensions of space designated for future expansion of equipment. 4) Tower Profile Drawings indicating antenna mounting locations. 5) Full documentation of all existing communications systems with which the new system will interact including: 6) Existing Legacy systems. H. Post Acceptance Service Information Contractor shall coordinate with equipment manufacturers or service providers to supply to the City, on a periodic and as needed basis, any bulletins, revisions, corrections, field upgrade notes, recall notices pertaining to any installed equipment, hardware, or software. 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 14 of 190 Rev. 4.4.17 Introduction and General Requirements City of Miami, Florida Contract No. RFP592382 1.9 QUALITY ASSURANCE A. The City relied on the Contractor's Proposal to determine the ability of Contractor to furnish the required equipment and services, the qualifications of Contractor, manufacturer and installer of any equipment the Contractor proposed, and technical capabilities of the Contractor, and startup personnel, as well as any brochures, general descriptions, or other material provided by the manufacturer that adequately illustrates and describes the system being proposed. B. All design and implementation shall comply with: 1. American National Standards Institute (ANSI). 2. National Electrical Manufactures Association (NEMA). 3. Telecommunications Distribution Methods Manual (TDMM). 4. National Electrical Code (NEC). 5. Institute of Electrical & Electronics Engineers (IEEE). 6. Federal Communications Commission (FCC). 7. American Society of Testing Materials (ASTM). 8, NFPA 1221. C. Governing Codes and Conflicts: If the requirements of a Section or Sections conflict to governing codes and regulations, then the more stringent of the two shall apply. 1.10 DELIVERY, STORAGE, AND HANDLING Contractor shall be responsible for, and bear the costs of, the delivery, storage, and handling of all equipment prior to System Acceptance. 1.11 COORDINATION A. General: Contractor shall be responsible for: 1. Execution of all work and shall coordinate installation of ail work with the City and other Contractor and/or Sub- Contractor, if used. 2. All permits, approvals and any fees associated with the permitting and approval process, unless otherwise agreed to in writing. Note: The City shall assist Contractor in obtaining local permits required by the City or municipalities townships where work is performed by providing information needed for permit applications. B. FCC Licenses New and/or modified FCC licenses may be needed for this project. The City currently has radio and microwave licenses that are located in Appendix D. Contractor shall: 1. Be responsible to identify any new or modified licenses needed for the proposed system. Contractor shall indicate required emissions for immediate and future use. 2. Research and prepare any FCC forms and submittals needed for existing and/or new sites or channels and for Coordination and Submittal to the FCC. 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 15 of 190 Rev. 4.4.17 Introduction and General Requirements City of Miami, Florida Contract No. RFP592382 3. Be responsible for all costs associated with all FCC Licensing except for LMR coordination fees if needed. 4. Be responsible for regularly updating license status as system construction progresses. 5. Be responsible for FCC tower registration and posting as required. C. FAA Contractor shall: 1. Be responsible for any FAA tower studies that may be needed for this project. 2. Be responsible to identify any new or modified registrations needed for the proposed system. 3. Research and prepare any FAA forms and submittals needed for existing and new towers/structures to determine if lighting is needed. Vendor shall be responsible for any necessary fees. 4. Be required to replace the lighting systems on any existing towers/structures that require lighting as determined by the FAA. 5. File any FAA forms needed to allow discontinuing lighting on any structure currently lit and found not be a hazard and remove the existing lighting system. 1.12 TRAINING The Contractor shall: A. Develop and conduct professionally prepared training programs (operational, user, system administrator, and maintenance) to allow the City operating personnel to become knowledgeable with the system, and the operation of their individual equipment. The Contractor shall be required to submit all training plans to the City ninety (90 days) in advance of the scheduled training. The training programs shall include: 1. Model specific; 2. Hands-on technical maintenance; 3. Hands-on System Administrator;; 4. Hands-on Radio Console; 5. Test equipment, as needed. The City reserves the right to approve/disapprove all training plans. B. Provide training, certification and all required approvals for City GSA staff to perform operation, management, and maintenance of the Radio Network. Since the City is self - maintained, the Contractor shall extend the same service and training courtesy and related cost to the City as it would normally extend to its authorized maintenance vendors. C. Provide training that shall be oriented to optimum use of the equipment, proper non- technical care and operation, and characteristics of faulty operation. D. Provide training that shall include the function and operation of all controls. E. Provide an instructor to provide operational demonstrations of all Contractor supplied equipment and should permit "hands-on" operation of equipment by trainees. F. Be required to train (`Train the Trainer") approximately twelve (12) trainers and four (4) System Administrators, who in turn will train Console Operators. 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 16 of 190 Rev. 4.4.17 Introduction and General Requirements City of Miami, Florida Contract No. RFP592382 1. The training shall be scheduled to allow sufficient time for all participants from all shifts to be trained. The Contractor shall provide a preliminary training schedule for review and approval by the City for each type of training to be provided. 2. Training materials shall be provided for all students covering all aspects of the training. Students will retain all such training materials. 3. Training materials shall be professionally produced, provided in either bound form or in three ring binder. Loose leaf materials are not permitted. 4. Illustrations and photographs where provided shall be specific to the City installation. 5. City trainers shall receive both standard operations training and "train the trainer" specific training, 6. Contractor shall provide fully editable versions of all training materials so that the City trainers can update the course materials over time. G. The Contractor shall provide unit pricing for all media (CDs, DVDs, Manuals, etc.) used for training to allow the City to purchase additional training materials as necessary. The negotiated pricing shall be valid for a period of one year following System Acceptance. 1.13 WARRANTY A. Warranty: One (1) Year After Final System Acceptance 1. The system described herein shall be the total responsibility of the Contractor prior to system acceptance, and for one (1) year following Final System Acceptance, at no additional cost to the City. The City reserves the right to negotiate future maintenance costs with the Contractor. 2. The warranty period shall begin on the date of Final System Acceptance. 3, System performance, and all hardware, parts and materials shall be warranted, including all related equipment labor, installation, handling, inspection, return and delivery charges and fees. 4. All software and firmware associated with system features, functions, and capacity as required by this specification shall be warranted. 5. During the one (1) year warranty period malfunctioning mobile and portable non -fixed equipment units will be provided by the City's personnel for exchange by the Contractor. The Contractor shall state the method for handling and the turnaround time for the repair of mobile and portable radios during the warranty period. 6. During the installation and warranty periods, the Contractor shall provide, at no additional cost, commercially available upgrades of any and all software and firmware sold to the City as part of the turnkey installation. The frequency and timing of installation of upgrades during this period will be at the sole discretion of the City based on availability by the Contractor. a. This covers only upgrades by the Contractor or Original Equipment Manufacturer or Original Software Contractor that are: 1) Patches for defective software; and 2) New releases that are corrective revisions for earlier versions and/or; No -cost enhancements to earlier releases. b. New software releases that contain enhancements (i.e., new features and capabilities) will be purchased at agreed upon prices. c. The Contractor should make every effort to separate corrective revisions from enhancements. If the Contractor is unable to do so, and new releases are necessary to correct problem(s), then the entire release (including enhancements) shall be provided to the City at no additional expense. 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 17 of 190 Rev. 4.4.17 ntroduction and General Requirements City of Miami, Florida Contract No. RFP592382 7. All back-up media and revised software manuals shall also be provided to the City at no extra cost at the time of any software revisions. If deemed necessary by the City, software upgrades shall be performed by the Contractor during evenings or weekends at no expense to the City. 8. All software releases for all program -controlled devices shall be brought to the same release level prior to the conclusion of the warranty period. 9. All system definition parameters and other unique information (data sets) used to operate the mobile radio system or any associated sub -system included in this turnkey project shall be backed -up onto removable media on a quarterly basis during the installation and warranty period by the Contractor at no cost to the City. 10. These diskettes or tapes shall be turned over to the City for safe, off -site storage. 11, Backup shall be designed to run in an unattended mode with no requirement to change disks or tapes during the process. 12. Any notices either generated and circulated internally by the Contractor or received by the Contractor from the original Software Provider, alerting the Contractor to software problems found elsewhere, shall be passed onto the City within 30 days of receipt of such material. 13. All conditions above also apply to all firmware installed in any products included as part of this turnkey system. 14. Contractor shall provide updates for documentation of all system components (hardware, software etc.) at the completion of the system warranty period. B. Latent Defects: 1, The Contractor, at no cost to the City, shall correct latent design defects or recurring problems relating to software, hardware or overall system design, for a period of 4 years after final system acceptance. 2. System malfunctions due to software shall be corrected at no cost to the City. C. Extended Warranty Beyond First Year 1. Contractor shall provide extended warranty services on an annual basis for years two through five. 2. The extended warranty specified shall not deprive City of other rights City may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by Contractor under requirements of the Contract Documents. 3. Contractor shall provide repair/return services for a period of 15 years from date of system acceptance. 4. Radio unit programming software shall be supported on current and future standard PC platforms for a minimum of 15 years from date of system acceptance. 5. The City shall be provided with a total of ten licenses for the radio programming software. 6. Contractor shall provide ten cables necessary for programming each type of radio provided. 7. Notification shall be given at least one year in advance of any change of status from products available from regular production to maintenance only. D. End User Equipment 1. End User equipment warranties may have terms of longer than one year, Contractor is expected to provide warranty service throughout the term of the warranty for all end -user equipment. 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 18 of 190 Rev. 4.4.17 Introduction and General Requirements City of Miami, Florida Contract No. RFP592382 2. During the full term of the warranty period malfunctioning mobile and portable non - fixed equipment units will be replaced by the Contractor. 3. Contractor personnel will remove and re -install equipment at the City's location. City or other agency personnel will not be required to travel to Contractor service shop for repair. 4. During the full term of the warranty period cost of unit removal and re -installation shall be borne by the Contractor, 5. The Contractor shall state the method for handling and the turn -around -time for the repair of mobile and portable radios during the warranty period. 1.14 MAINTENANCE SERVICE A. General Requirements: 1. The approach to maintenance of this system shall be preventive maintenance. 2. Comprehensive maintenance services shall be provided for each network. 3. Maintenance for all items in the system shall be provided on a standard maintenance contract basis for two-hour response time, seven days a week, unless otherwise specified. 4. Provide 24 hour system alarm monitoring capability where users can dial one toll free number to report problems. a. Contractor staff will then dispatch the proper technician in the allotted response time to resolve problem. b. Contractor staff shall generate a trouble report detailing who called, what the problem was, how it was resolved, response turn time and how much it cost to repair. c. Trouble report must be deliverable in softcopy format by email to addresses specified by the City. d. City requires Contractor to maintain a trouble ticket database with secure remote access for authorized City personnel. 5. Maintenance plans shall include: a. Radio unit drive-in service; b. Radio unit on -site service; c. Fixed equipment on -site service; 1) Two- (2) hour response time; 2) Eight- (8) hour response time; 3) Next day response time; and 4) Stocking of replacement units at shop. d. Fixed equipment mail in board repair; 1) Normal response - seven (7) day; 2) Emergency response - Next day; and 3) Full time on -site technician availability. B. Maintenance Standards: 1. Replacement parts shall be equal in quality and ratings as the original parts, rebuilt parts are not permitted. 2. Equipment shall be maintained in a clean condition. Oil, dust and other foreign substances shall be removed on a routine basis. 3. Equipment and system performance shall be maintained at the level initially described in these equipment and systems specifications. The service organization shall maintain records to confirm that this has been done. 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 19 of 190 Rev. 4.4.17 introduction and General Requirements City of Miami, Florida Contract No. RFP592382 4. Records shall be available for City's inspection upon request. Records shall be maintained by the Contractors radio maintenance shop throughout the warranty period (and any subsequent maintenance contract period), and shall revert to the City upon termination of the warranty (or maintenance contract). 5. Contractor shall provide only factory trained and authorized maintenance personnel. 6. Contractor shall maintain comprehensive installation and instruction manuals for all systems equipment. These manuals shall be the property of the City, and shall revert to the City at such time as the City assumes the maintenance responsibility for the system. 7. Maintenance of non -fixed equipment shall be on a unit replacement basis, such that the amount of time Users spend in the maintenance shop shall be minimized. Maintenance facilities for each subsystem area shall be located within the boundaries of that subsystem area. 8. Contractor shall provide documentation of all system maintenance performed to the City by the fifth day of each month detailing the previous month's work. This report will include all repairs or exchanges on all fixed or non -fixed equipment. The report shall also include a list of all units repaired and the cost and all units exchanged. The report will also include a list of any repairs pending and their current status. 9. If a fixed equipment module or a non -fixed unit (or control head if applicable) fails twice during the acceptance test and one year warranty period, the Contractor shall meet with the City to discuss and explain such failures. If, in the opinion of the City, these failures indicate that the equipment is potentially prone to continuing failures, the Contractor shall replace it at no cost to the City. C. Preventive and Routine Maintenance Routine maintenance procedures recommended by the equipment manufacturer shall be followed. D. Response Times 1. Catastrophic Failures a. Catastrophic failures are defined as those failures which severely impact the overall performance some examples are: 1) System down, communications unavailable; 2) Site down, communications severely impacted; 3) Radio console system down; and 4) Microwave system failure. b. Declaration of a catastrophic will be at the sole discretion of the City. c. The Contractor shall have a qualified technician available to respond to the location of catastrophic failures within one (1) hour during normal working hours (8:00 AM to 5:00 PM weekdays), and within one and one half (1.5) hours at other times. d. Catastrophic failures not caused by outside effects such as Acts of God will be expected to be resolved within two (2) hours after arrival of the technician. e. The City and the Contractor recognize that certain catastrophic failures may occur as a result of extraordinary multiple and/or sequential failures of individual parts, systems, or components, or as a result of secondary events (e.g., fire) which are beyond the reasonable control of the Contractor. In such instances, where specially fabricated parts or components will be required to repair the system, or where necessary repairs clearly exceed those which are reasonably considered as "field repairs", Contractor will not be required to make necessary repairs within the 2 hour time frame noted above. Contractor will be required to meet with the City's 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 20 of 190 Rev. 4,4.17 Introduction and General Requirements City of Miami, Florida Contract No. RFP592382 representative within that time frame however, to reach a mutually agreeable timetable for both interim repairs and total system restoration. f. If the City declares a catastrophic failure that proves to be a limited impact failure, the City will pay the prevailing rate for the labor hours of the Contractor technician responding to the trouble. g. For each occurrence that the Contractor cannot meet the above criteria for any reason, the Contractor shall provide sixty (60) days of additional warranty service beyond that originally contracted. 2. Non -catastrophic Failures All other failures are considered non -catastrophic and require the following responses: a. 0000- 1600: Same working day; overtime if needed. b. 1601- 2400: Next working day; start job in AM. 3. Response times shall be the same as above during the Acceptance Test period. E. Escalation Procedures Contractor shall describe escalation procedures to be used if the trouble is not resolved within required times. F. Hardware Maintenance Contract: 1. Contractor shall provide separate one (1) year hardware maintenance contracts for each non -radio component proposed. Maintenance contracts shall commence immediately following the expiration of the warranty period. 2. Contractor shall offer a maintenance contract for the system fixed equipment and non - fixed equipment, that maintenance contract to take effect immediately following the expiration of the warranty period, and to be renewable on a yearly basis. This system maintenance contract shall be based on the initial system configuration for fixed equipment and on a per unit basis for non -fixed equipment. G. Software Maintenance Contract: 1. Contractor shall offer a software maintenance contract to take effect immediately following the expiration of the warranty period, and to be renewable on a yearly basis. 2. During the software maintenance contract period, the Contractor shall provide at no additional cost, periodic upgrades of any and all system operational software. The frequency and timing of these upgrades during this period will be at the sole discretion of the City. This covers only upgrades by the Contractor or Original Equipment Manufacturer or Original Software Contractor that are: a. Patches for defective software; b. New releases that are corrective revisions for earlier versions; and/or c. No -cost enhancements to earlier releases. 3. New software releases that contain enhancements (i.e., new features and capabilities) will be purchased at agreed upon prices. 4. The Software Provider should make every effort to separate corrective revisions from enhancements. If the Provider is unable to do so, and new releases are necessary to correct problem(s), then the entire release (including enhancements) shall be provided to the City at no additional expense. 5. All back-up media and revised software manuals shall also be provided to the City at no extra cost at the time of any software revisions. 6. Software upgrades shall be performed by the Contractor during evenings or weekends at no expense to the City, if so directed by the City. 7. All software releases for all program -controlled devices shall be brought to the same release level prior to the conclusion of the maintenance period. All system definition 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 21 of 190 Rev. 4.4.17 Introduction and General Requirements City of Miami, Florida Contract No. RFP592382 parameters and other unique information (data sets) used to operate the mobile radio system or any associated sub -system included shall be backed -up onto movable media on a quarterly basis during the maintenance period by the Contractor at no cost to the City. These media shall be turned over to the City for safe, off -site storage. 8. All conditions above also apply to all firmware installed in any products included as part of this system or in any spare parts in possession of the City at the end of the warranty period. 9. Any annual software license fees or software maintenance fees should either be rolled into this software maintenance contract fee or paid in full as part of the initial turnkey system price. 10. Contractor shall provide a software support package that provides periodic non - corrective upgrades that enhance the proposed software package. This package shall be separate from the corrective software support required as part of the Maintenance Contract, H. Service Shops 1. The City relied on the Contractor's Proposal to determine the capabilities of the service shops or organization(s), they proposed to provide installation and warranty service to support the proposed system. 2. All technicians and management staff shall pass a Police Criminal Background Check. This will require the shop to either provide evidence of clearance, or submit names, DOB, SSN, and aliases for all personnel to the City to permit the City to secure the clearances. 3. Provide a list of all maintenance shops within the City or adjacent counties including the following information: a. Shop name; b. Address; c. Phone number; d. Manager's name; and e, Whether it is a Contractor, manufacturer, or privately owned shop. 4. If the service organization(s) is not wholly owned by the Contractor, a copy of the agreement between the Contractor and the service organization(s) must be submitted with the proposal. Alternatively, a statement of intent to pursue such an agreement will be accepted. A final agreement will be required to be provided to the City prior to the awarding of any contracts. 5. Contractor shall provide the location of their maintenance shop recommendations. 6. The City's current radio system is self -maintained. The Contractor shall plan necessary interface with the City's maintenance shop to permit proposed work on new and existing systems. I. Spare Parts Depot Each Contractor should include the details of a factory depot used for obtaining spare parts with a 24-hour replacement guarantee if the City desires to be self -maintained. 1.15 SPARE PARTS Contractor shall: A. Provide appropriate and sufficient spare parts to the City. 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 22 of 190 Rev. 4.4.17 Introduction and General Requirements City of Miami, Florida Contract No, RFP592382 B. Submit a comprehensive list of all proposed spare parts and equipment, which lists each recommended component and a description of its function. Refer to Appendix 12, Recommended Spare Parts List. C. Provide the spare parts and equipment detailed in list. D. Package all spare parts and equipment with protective covering for storage and identified with labels describing contents. E. Draw upon this spares inventory as necessary during the warranty/maintenance period, replacing those used on an as -used and timely basis. The spares complement shall include sufficient non -fixed units to enable maintenance on a unit replacement basis. F. At the end of the warranty/maintenance period, deliver the full complement of spares to the City. G. For non -fixed user equipment, supply five percent (5%) of the number of each non -fixed unit, with a minimum of one (1) unit of each different model as part of the spares complement. H. Make available spare parts for shipment on an expedited basis 24 hours a day, 365 days a year including weekends and holidays. The manufacturer shall provide a 24-hour hotline telephone number for the handling of such orders. I. Make available spare parts, including system assemblies, and supported by the manufacturer for no less than ten (10) years after Final System Acceptance of this Project. J. Give notification at least one (1) year in advance of any change of status for products available from regular production to maintenance only (MO). The balance of this page is intentionally left blank. 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 23 of 190 Rev. 4.4.17 Introduction and General Requirements City of Miami, Florida Contract No. RFP592382 PART 2. SYSTEM REQUIREMENTS 2.1 GENERAL REQUIREMENTS Systems shall meet the requirements here and in other Sections of this Scope of Services. A. New system minimum requirements. The following items reflect the basic objectives for minimum system performance as identified by City users. Proposed systems shall meet these requirements: 1. TIA P25 compliant trunked radio network. 2. Digital capability with AES encryption. 3. RF coverage for the trunked radio network is belt -mounted portables w/swivel carry case and lapel speaker microphones to a standard of 98/97 percent (area defined by City borders), 12/24 dB in building coverage specific to the map provided in Appendix A, and specific critical building coverage listed in Appendix B, as part of the Contract. 4, System shall be configured so that system users shall have system access with less than 1 % probability of encountering a system busy. a. Contractor shall provide Erlang — C calculations showing Grade of Service using the following parameters. 1) 30% of all subscribers in use at busy hour 2) Seconds average call duration 3) Push to Talk (PTT) messages per user per hour 5. Unit ID displayed at dispatcher positions and available for field units with unit ID - capable displays 6. Emergency button. 7. AVL availability on select units. 8. Field unit priority administratively selectable. 9. Regrouping, re -fleeting of field units administratively selectable. 10. OTAR encryption re -keying capable. 11. Intra-operability within the system. 12. Inter -operability with surrounding mutual aid jurisdictions. 13, MINIMUM 10-11 GHz 99.9999 % microwave system availability, 14. All user equipment built to Mil. Spec. 15. "Self -healing" system with remote diagnostics. SCADA capable for system alarming/maintenance and control via microwave, landline or fiber link. B. The radio networks for voice, and microwave connectivity will have some infrastructure components in common and some will be specific to each. C. Primary site selection shall be driven by the 800 MHz P25 Digital Trunked Simulcast voice network. D. Infrastructure includes the radios, combiners, antenna systems, controllers, switching equipment, dispatching console systems, and alarm and monitoring sub -systems and all related equipment. E. Non -fixed equipment includes subscriber field equipment such as mobile and portable radios, control station radios, and accessories and other equipment such as batteries and power systems, speaker microphones, and antenna systems. Non -fixed user equipment shall be proposed in several levels or grades of equipment. F. Digital microwave links are required for links between and among remote transmitter sites. G. All printers provided must be business/professional grade laser. Ink jet printers are not acceptable. 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 24 of 190 Rev, 4.4.17 Introduction and General Requirements City of Miami, Florida Contract No. RFP592382 2.2 800 MHz PUBLIC SAFETY VOICE RADIO NETWORK The Public Safety Voice Radio Network shall contain two separate systems; a P25, 800 MHz Digital Trunked Simulcast Radio System, and a VHF/UHF/800 MHz Interoperable solution. A. The 800 MHz P25 Digital Trunked Simulcast voice radio network shall include the following: 1. Complete system design; 2. Network infrastructure including RF and all control; 3. Dispatch console equipment; 4. User equipment including mobile, portable, and control station radios; 5. Alarm and control system; 6. Project management; 7. FCC licensing; 8. Installation and programming; 9. Testing; 10. Training; and 11. Documentation. B. Coverage 1. The basic requirement for the P25 Trunked Radio System is for 95/95 12/24- dB Portable in -building coverage shown in Appendix A, as well as critical building coverage listed in Appendix B. 2. The VHF, UHF, and 800 Conventional Base/Repeater Mutual Aid Radio Systems do not have a coverage requirement except to perform as specified from a given location by the Contractor. C. Analog and digital equipment 1. P25 Trunked radio system infrastructure shall support digital trunked user equipment. Support of analog trunked 800 MHz user equipment is not required but is desired. 2. VHF/UHF/800 Conventional Base/Repeater Mutual Aid radio system infrastructures shall support analog user equipment and AES encryption. 3. User equipment, fully compatible with the infrastructure shall be provided. D. Anticipated acceptable system configurations include: 1. Full digital network; 2. Hybrid analog and digital network; 3. Simulcast network; and 4. Hybrid simulcast and non -simulcast network. E. VHF/UHF/800 Conventional Licenses 1. The City currently holds conventional licenses in the VHF, UHF, and 800 MHz bands, listed in Appendix D, and will require the Contractor to accomplish all modifications necessary to authorize usage at alternate requested locations.800 MHz FCC Licenses 2. The City currently holds licenses in the 800 MHz band, listed in Appendix D, and will require the Contractor to accomplish all modifications necessary to use current channels for the proposed system. F. Dispatch Consoles 1. Dispatch consoles shall be provided that integrate the following functions: Radio dispatch — conventional and trunked. 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 25 of 190 Rev. 4.4.17 Introduction and General Requirements City of Miami, Florida Contract No. RFP592382 2. Fully integrated, graphic based dispatch consoles shall be provided at the following locations: a. The City of Miami Police Department a. Console count in Console Section. b. The Miami Fire College. a. Console Count in Console Section. 3. The Console controller and/or switch and related equipment shall be designed to fully support expansion by 50% minimum over the initial installation. 4. Reference Section 5 for detailed console requirements. 5. Current dispatch consoles shall be kept operational during the transition period. 6. The City requires that dispatch personnel be able to use ONE headset to interface with the existing 9-1-1 and administrative telephone systems AND with the new radio dispatch console system. H. User Equipment: 1. Current mobile radio, portable radio, and control station subscribers are provided in Appendix E. 2. Reference Section 10 for detailed user equipment list. I. Alarm and Control An integrated alarm and control system shall be provided for network management. Reference Section 6 for detailed alarm and control requirements. 2.3 MICROWAVE A. The microwave site connectivity network shall include the following: 1. Complete system design; 2. Network infrastructure including RF and all control; 3. Channel banks, if necessary; 4. DC power supply; 5. Complete Enterprise Grade Network management subsystem; 6. Project management; 7. Installation and programming; 8. Testing; 9. Training; and 10. Documentation B. General Requirements 1. A complete microwave network linking all radio sites and dispatch centers shall be provided. 2. Auto -switched loop/route configuration where possible. 3. Monitored Hot Standby configuration with City approval when sites cannot be incorporated into a loop configuration. 4. Native Ethernet (minimum 150 MB) capacity per Zink shall be provided. C. Detailed Requirements Reference Section 13 for detailed Microwave link requirements. 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 26 of 190 Rev. 4.4.17 Introduction and General Requirements City of Miami, Florida Contract No. RFP592382 2.4 SITE SELECTION AND ACQUISITION A. The City has provided a list of tower sites and raw land development sites that may be used in engineering the specified coverage. These sites are summarized in Appendix B. Except as noted in B below, use of these sites in the system design is preferred but not required, so long as the requirements in this Scope of Services are met. 1. Miami Fire Station 3 2. Miami -Dade County Administration Building: 3. Miami Fire Station 9: 4, Miami Fire Station 11; 5. Miami Fire College 6. Miami Police Department 7. Park Place 8. Wells Fargo Financial Center 9. Key Biscayne Fire Department (Optional) C. The City`s intent is to allow Contractor to use any set of sites that will result in an efficient and cost effective design. D. Regardless of the sites proposed, Contractor shall retain complete responsibility for system performance and coverage. In support of the design, Contractor will submit documentation ensuring that appropriate due diligence has been performed with respect to tower space availability, pricing, shelter space, and other such items. E. Information submitted for each site shall include: 1. Name of the site; 2. Site location; 3. Overall tower height: 4. Highest available antenna mounting location(s); 5. Projected monthly rental costs of tower space; 6. Projected monthly rental cost of equipment shelter space; and 7. Site Improvements and/or enhancements necessary to support installation and operation of the proposed equipment. F. Sufficient data shall be presented to permit adequate cost/ benefit analysis of lifecycle costs to aid trade-off decision processes. G. Information shall also be provided on the site standards to which sites are designed. 2.5 MASTER TIME STANDARD (MTS) A. Contractor shall provide a Master Time Standard which will be used to synchronize all network components such as, but not limited to, radio, dispatch consoles, logging system etc. B. Time shall be synchronized across the systems within one (1) second maximum. C. All necessary hardware and software shall be provided to allow the time/date generator of all systems to be synchronized to the Master Time Source Equipment using an EIA RS-232 and other interfaces as specified by network design. 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 27 of 190 Rev. 4.4.17 Introduction and General Requirements City of Miami, Florida Contract No. RFP592382 D. Contractor shall provide up to four (4) digital wall display clocks synchronized to the Master Time Source and mounted at the locations of the existing displays in the primary and backup dispatch centers. The balance of this page is intentionally left blank. 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 28 of 190 Rev. 4.4.17 Introduction and General Requirements City of Miami, Florida Contract No. RFP592382 PART 3. EXECUTION 3.1 INSTALLATION PLANNING A. The Project Manager shall convene a project planning session with City within 20 days of contract award and together they will jointly develop a project plan. The project plan shall include: 1. Project description statement. 2. A description of the project management approach or strategy. 3. A work statement that includes the project deliverables and project objectives. 4. A Work Breakdown Structure (WBS) to the level at which control will be exercised. 5. Updated Cost estimates, scheduled start dates, and responsibility assignments that support the WBS. 6. Performance measurement baselines for schedule and cost. 7. Major milestones and target dates for each. 8. Key and required staff. 9. Key risks, including constraints and assumptions, and planned responses for each. 10. Subsidiary (supporting) management plans including scope management plan, schedule management plan, project budget(s), change control process, acceptance testing, project closure process, etc. 11. Project communications plan or strategy, including periodic reporting requirements and milestone achievement determination. 12. A written list of open issues and pending decisions. 13. Supporting detail for all the above. B. The project plan shall be presented to City not more than fifteen (15) days after the Planning Session meeting. 3.2 GENERAL INSTALLATION REQUIREMENTS A. Installation of equipment shall not begin prior to the City's approval of Shop Drawings and other required submittals. B. Installation shall include a complete, tested, system to include placement of associated cabling, appropriate system layout and terminal connections. Contractor shall provide associated power supplies and any other hardware, adapters and or connections to deliver a complete operable system to the City at the time of acceptance. C. All installations shall be performed by factory authorized or Contractor affiliated service shops. Other shops or installers may be used upon mutual agreement between the City and Contractor. Qualified, adequately trained personnel familiar with this type of work shall perform all installations. D. Prior to the start of the system installation, the Contractor shall participate in a mandatory project site survey with the City or City's representative to confirm actual equipment location within each space. At that time the exact equipment locations will be determined and documented by the Contractor. E. Contractor shall coordinate with others, as appropriate, to confirm that any prep work, such as tower work, coring, bracing, conduit, electrical, etc. that affects the installation of any equipment is complete before final inspection. 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 29 of 190 Rev. 4.4.17 Introduction and General Requirements City of Miami, Florida Contract No. RFP592382 3.3 FACTORY TESTING AND STAGING A. Products and Equipment: 1. Each individual assembly or equipment shall undergo factory testing prior to shipment. 2. Standard factory test documentation, indicating successful completion of testing, and fully documenting the tests performed, shall be submitted to the City to demonstrate compliance. B. System Staging: 1. The complete System shall be staged and tested at the factory to the greatest extent practical. 2. The Contractor shall provide all necessary technical personnel, and test equipment to conduct staging tests. The Contractor shall remedy all deviations, anomalies, and test or specification failures in a timely manner and at the Contractor's sole expense. 3. Staging tests will be conducted using final, approved Staging Acceptance Test Plan (SATP). 4. The intent of the staging tests is to demonstrate to the City that the System is ready for shipment and installation. Therefore, the Contractor is expected to execute the SATP and correct all deficiencies before the System is on -site. 5. The City or Engineer shall conduct and/or witness staging tests. The City's cost of travel and expenses associated with staging will be borne by the City. 6. Each section of the SATP will be sequentially executed, signed and dated by representatives of both the Contractor and the City, and shall indicate the status of the section as either passed or failed. 7. Failed tests will be documented, corrected, and retested. All defective components shall be replaced and re -tested. Defective components that cannot be corrected shall be replaced at the expense of the Contractor. 8. Retest of the failed SATP section or the entire plan shall be at the City's sole discretion. 9. The fully executed and completed SATP document shall be provided to the City. 3.4 LABELING AND IDENTIFICATION All equipment, cables, connections, etc., shall be clearly and permanently labeled per the project drawings, manufacturer's requirements, and TIA/EIA-606A. Any other signage or labeling as required by law shall be provided. 3.5 FIELD QUALITY CONTROL A. Installation monitoring and meetings 1. The Contractor shall attend mandatory monthly project and construction meetings to discuss status, problems, and schedule with individuals deemed necessary by the City prior to and during installation. More frequent meetings may be held at the request of the City. 2. Contractor shall revise the written Project Schedule on a monthly basis or more frequently if necessary to properly reflect Project activities. B. Inspection 1. When installation is substantially complete, Contractor shall schedule with City and its Consultant/Engineer an inspection of the work. 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 30 of 190 Rev. 4.4.17 Introduction and General Requirements City of Miami, Florida Contract No. RFP592382 2. The City and its Consultant/Engineer will conduct an inspection of the work. Any deficiencies will be documented in a punch list format and delivered to Contractor for resolution. C. Pre -final testing Before final testing, Contractor shall completely execute the final approved ATP to verify proper installation and operation of all equipment before presentation to the City. D. Meeting Minutes and Reports 1. Contractor shall provide written minutes of all meetings no later than or five days after the meeting or two days prior to a subsequent meeting relating to the same issue(s). 2. Contractor shall submit a written status report at the end of each week noting progress to date, meetings held, schedule adherence, and variances. 3. Contractor shall provide written reports of corrected punch list items. E. As -Built Documentation: 1. Contractor shall provide two (2) copies of all as -built documentation 2. All submittals shall be provided in hard copy, paper format, and in electronic format on CD-ROM or USB "thumb drives." 3. Documentation shall be professionally produced, and provided in heavy duty three ring "D ring" style locking binders. Loose leaf materials are not permitted. Paper shall be shall be 8 %2 x 11" whenever possible. If larger paper is utilized it must be professionally incorporated into the document. Minimum paper quality permissible shall be 24# bond and ISO brightness of 90. Binders shall be color coded where it will provide an organizational benefit. 4. Contractor shall provide system design services (development of specific details consistent with the contract documents) as required to complete shop drawings for the installation, including detailed documentation for City review and detailed documentation of as -built conditions. 5. Contractor shall provide complete as -built documentation detailing all aspects of the installation including: a. Equipment provided; b. Plan and elevation drawings of all equipment including antennas on tower; c. Cabling and terminations; d. Installed location; e. Block and level diagrams; f. Termination panels;; g, Programming; and h. Set-up and alignment information. i. System (s) configuration(s) on USB thumb drive 6. Equipment/Terminal Elevations: Furnish details showing equipment racks, terminal block and backboard elevations, including all cable terminals, spaces for equipment, equipment racks, and station cable routing. Communications equipment distribution frames shall be arranged to maximize the utility and growth potential available in spaces shown on the floor plans. Terminal elevations shall be based on detail elevations included in the Contract documents and shall show additional detail as indicated herein. 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 31 of 190 Rev. 4.4.17 Introduction and General Requirements City of Miami, Florida Contract No. RFP592382 3.6 CLEANING Clean equipment and devices internally and externally using methods and materials recommended by manufacturers, and repair damaged finishes. Worksites shall be left neat and broom swept upon completion of work. All trash shall be removed weekly. 3.7 FINAL INSPECTION A. Upon notification of completion of all installation and resolution of all punch list items, City or its Consultant/Engineer will conduct final inspection of the installation. B. Any deficiencies will be noted on the punch list and provided to the Contractor, for resolution. C. Final System Acceptance Testing (FSAT) will not commence until all punch list items are resolved. 3.8 FINAL SYSTEM ACCEPTANCE TESTING A. Contractor shall verify and document that all equipment, assemblies, hardware, software, and firmware are upgraded to the latest factory revision before the start of FSAT. Multiple revision levels among similar equipment are unacceptable. B. City shall be given two weeks written notice that the system is ready for FSAT. C. The Contractor shall provide all necessary technical personnel, and test equipment to conduct final testing. D. The Contractor shall remedy all variances or deficiencies in a timely manner and at the Contractor's sole expense. E. Final tests will be conducted using the complete and approved Final System Acceptance Test Plan (FATP). F. The intent of the FSAT is to demonstrate to the City that the system is complete and ready for commissioning and operation. Therefore, the Contractor is expected to perform preliminary execution of the FATP prior to final execution with the City. G. The City or Consultant/Engineer shall conduct and/or witness execution of the FATP. H. Each Section of the FATP will be sequentially executed, signed and dated by representatives of both the Contractor and the City and shall indicate the status of the Section as either passed or failed. I. Failed tests will be documented, corrected, and retested. All defective components shall be replaced and re -tested. Defective components that cannot be corrected shall be replaced at the expense of the Contractor. J. Retest of the failed FATP section or the entire plan shall be at the City's sole discretion. K. The fully executed and completed FATP document shall be provided to the City. 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 32 of 190 Rev. 4.4.17 introduction and General Requirements City of Miami, Florida Contract No. RFP592382 3.9 TRAINING A. The Contractor shall develop and conduct Operational Training session(s) and Maintenance Training session(s) to allow the City's personnel to become knowledgeable with the system and the operation and maintenance of the equipment. B. The Operational Training shall be oriented to optimum use of the equipment, proper non- technical operation and care, and the characteristics of faulty operation. Operational Training shall include the function and operation of all controls. The instructor shall give operational demonstrations of all Contractor supplied equipment and shall permit "hands- on" operation of equipment by trainees. The Contractor will be required to provide operational training courses for three (3) separate groups of at least twenty (20) personnel each, who in turn will train the remainder of those people needing training. The Contractor will also be required to provide two soft media (CD or DVD) copies of the operational training course. C. The Maintenance Training shall be oriented to technical maintenance, certification, care, and the characteristics of faulty operation. Maintenance Training shall include troubleshooting, repair and alignment in accordance with equipment manufacturer's recommendations. The instructor shall give maintenance demonstrations of all Contractor supplied equipment and shall permit "hands-on" maintenance of equipment by trainees. The Contractor will be required to conduct training for at least four (4) of the City's personnel who in turn will train the remainder of those people needing training. 3.10 FINAL SYSTEM ACCEPTANCE "Final System Acceptance" shall mean the date on which the Contractor delivers all required documentation to the City and completes all of the work on the Project as required by the Contract Documents, including, without limitation, the date on which the Contractor completes all of the following requirements and demonstrates that the Project is complete in all respects, as determined by the City in its sole discretion, as evidenced by written notice from the City to the Contractor: A. Receipt and approval of the Staging Acceptance Test Plan (SATP). B. Satisfactory completion of the Staging Acceptance Test and resolution of punch list items. C. Completion of System installation. D. Final inspection and resolution of installation punch list items. E. Receipt and approval of the as -built documentation. F. Receipt and approval of the Coverage Acceptance Test Plan (CATP). G. Satisfactory completion of the Coverage Acceptance Test and resolution of punch list items. H. Completion of all training required by the Contract Documents. 1. Receipt and approval of the Final Acceptance Test Plan (FATP) and related test. J. Satisfactory completion of the Final Acceptance Test and resolution of punch list items. 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 33 of 190 Rev. 4.4.17 Introduction and General Requirements City of Miami, Florida Contract No. RFP592382 End of Section 1 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 34 of 190 Rev. 4.4.17 lntroductlon and General Requirements City of Miami, Florida Contract No. RFP592382 800 MHz P25 Digital Trunked Simulcast Network System Section 1 Page 35 of 190 Rev. 4.4.17 Introduction and General Requirements City of Miami, Florida Contract No. RFP592382 SECTION 2—TRUNKED RADIO NETWORK PART 1: GENERAL SPECIFICATIONS SUMMARY A. This Section provides specifications and requirements for an 800 MHz P25-compliant digital trunked simulcast radio system for voice communications. The System is comprised of several main subsystems or components. 8. Contractor is required to disclose any non-P25, proprietary features being proposed. If the feature is proprietary because the P25 has not yet been confirmed, the Contractor must disclose their intent to become P25 compliant on that feature, and what will be required by the City to upgrade to that current level of P25 compliance. C. The scope includes: 1. Basic system configuration criteria. 2. Coverage requirements. a. RF infrastructure: b. Repeaters; c. Receivers; d. Combiners; e. Antenna systems; f. System controllers and switch equipment; and g. System Configuration and Control. MANUFACTURERS Subject to compliance with requirements, this Section is open to all manufacturers of trunked radio equipment and/or systems integrators offering products that meet or exceed specifications herein. SYSTEM CONFIGURATION A. Contractor shall: 1, Provide P25 Phase I system and the upgrade of that system from P25 Phase compliant FDMA operation to P25 compliant Phase 11 TDMA operation at no additional cost to the City; 2. OR 3. Provide a fully compliant P25 Phase II TDMA system. 4. Regardless of which approach above is used, all channel loading calculations shall be based on a Phase 1 deployment (one talkpath/channel). B. Contractor shall outline a migration path to P25 Phase 2 TDMA CAI as it applies to the proposed solution. C. This System specification describes a radio system providing "public safety grade" performance in general, and to the specific requirements as described herein. 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 36 of 190 Rev. 4.4,17 Base Stations City of Miami, Florida Contract No. RFP592382 D. The Contractor's offering must be P25 standard compliant. E. Any feature required in the System specification must function with all TIA102 P25 compliant subscriber units regardless of manufacturer in order to be considered compliant. F. Manufacturers must declare any feature included which is based on a proprietary interface. G. No manufacturer specific feature will be permitted if it limits, disables or defeats multi - Contractor interoperability unless the Contractor fully described in their proposal the functionality provided by the feature and how subscriber hardware from Contractor other than the Contractor will function/integrate. H. The Contractor shall provide the appropriate Supplier's Declarations of Compliance (SDOC) and Summary Test Reports (STR) Posted to the www.rkb,us website. I. The Contractor's proposed System shall be provided with documentation showing verification in a recognized Compliance Assessment Program (CAP) lab and listed on the website http://www,rkb.us. Contractor shall provide information on where and when the testing took place to verify their P25 system equipment and/field units. J. The Contractor's proposed System shall provide for a balanced system design where talkback performance is the same or better than talk out performance. K. The new System shall comply with the standard features and functions defined in the following documents. The City relied on the Contractor's proposal to determine that the Contractor shall comply with each element: 1. TSB-102, Revision A, APCO Project 25 System and Standards Definition, November 1995. 2. TIA-102.AAAB, Revision A, Project 25 Security Services Overview, January 2005. 3. TIA-102.AAAD, Project 25 Block Encryption Protocol, July 2002. 4. TIA-102.AABA, Revision A, Project 25 Trunking Overview, June 2004. 5. TIA-102.AABB, Revision A, Project 25 Trunking Control Channel Formats, July 2005. 6. TIA-102.AABC, Revision B, Project 25 Trunking Control Channel Messages, January 2005. 7. TIA-102.AABC, Revision B, Addendum 1, Trunking Control Channel Messages Addendum for Link Layer Authentication, November 2006. 8. TSB-102.AABD, Project 25 Trunking Procedures, October 1997. 9. TIA-102.AABF, Revision A, Project 25 Link Control Word Formats and Messages, December 2004. 10. TIA-102.AABF, Revision A, Addendum 1, Link Control Word Formats and Messages Addendum 1 Link Layer Authentication Service, December 2006. 11, TSB-102.AABG, APCO Project 25 Conventional Control Messages, July 1996. 12. TIA-102.AACA, Project 25 Digital Radio Over-The-Air-Rekeying (OTAR) Protocol, April 2001, 13. TIA-102.AACA, Addendum 1, Project 25 Digital Radio Over-the-Air-Rekeying (OTAR) Protocol — Key Management Security Requirements for Type 3 Block Encryption Algorithms, November 2002. 14. TIA-102.AACA, Addendum 2, Project 25 Digital Radio Over-the-Air-Rekeying (OTAR) Protocol — Data Link Independent OTAR, March 2003. 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 37 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 15. TIA-102.AACB, Project 25 Over-The-Air-Rekeying (OTAR) Operational Description, November 2002. 16. TIA-102.AACC, Revision A, Conformance Tests for Project 25 Over-The-Air-Rekeying (OTAR) Protocol, August 2006. 17. TIA-102.AACD, Project 25 Digital Land Mobile Radio - Key Fill Device (KFD) Interface Protocol, February 2005. 18. TIA-102.BAAA, Revision A, Project 25 FDMA Common Air Interface, September 2003. 19. TIA-102.BAAB, Revision B, Project 25 Common Air Interface Conformance Test, March 2005. 20. TIA-102.BAAC, Revision A, Project 25 Common Air Interface Reserved Values, December 2003. 21. TIA-102.BAAD, Project 25 Common Air Interface Description for Conventional Channels, December 2003. 22. TIA-102.BABA, Project 25 Vocoder Description, December 2003. 23. TIA-102.BABB, Project 25 Vocoder Mean Opinion Score Conformance Test, May 1999. 24. TIA-102.BABC, Project 25 Vocoder Reference Test, April 1999. 25. TIA-102.BACA, Project 25 lnter-RF Subsystem Interface Messages and Procedures for Voice Services, August 2006. 26. TIA-102.BACA, Addendum 1, Project 25 Inter-RF Subsystem Interface Messages and Procedures - Erratuml to Fix Errors and Omissions, April 2007. 27. TIA-102.BACA, Addendum 2, Project 25 lnter-RF Subsystem Interface Messages and Procedures for Voice Services -Trunked Console ISSI, August 2006. 28. TIA-102.BACA, Addendum 3, Project 25 Inter-RF Subsystem Interface Messages and Procedures for Voice and Mobility Management Services -, Supplementary Data August 2006. 29. TSB-102.BACC, Revision A, Inter-RF Subsystem Interface Overview, December 2003. 30. TIA-102.BACD, Project 25 Inter-RF Subsystem Interface (ISSI) Messages and Procedures for Supplementary Data, April 2007. 31. TIA-102.BAEA, Revision A, Project 25 Data Overview, June 2004. 32. TIA-102.BAEB, Revision A, Project 25 Packet Data Specification, March 2005. 33. TIA-102.BAEC, Project 25 Circuit Data Specification, June 2000. 34. TIA-102.BAEE, Revision A, Project 25 Radio Management Protocols, September 2004. 35. TSB-102.BAFA, Revision A, Project 25 Network Management Interface Overview, July 1999. 36. TIA-102.BAHA, Project 25 Fixed Station Interface Messages and Procedures, June 2006. 37. TIA-102.CAAA, Revision B, Digital C4FM/CQPSK Transceiver Measurement Methods, October 2004. 38. TIA-102.CAAB, Revision B, Project 25 Land Mobile Radio Transceiver Recommendations C4FM/CQPSK Modulation, July 2004. 39. TSB-102.CAAC, Project 25 Mobile Push -to -Talk and Audio Interface - Definitions and Methods of Measurements, September 2002. 40. TSB-102.CABA, Project 25 Interoperability Test Procedures Conventional Voice Equipment, February 2002. 41. TIA-102.CABB, Interoperability Test Procedures OTAR, August 2003. 42. TIA-102.CABC, Interoperability Testing for Voice Operation in Trunked Systems, September 2006. 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 38 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 43. TIA-102.CACA, Inter RF Subsystem Interface (ISSI) Measurement Methods for Voice Services, April 2007. 44. TIA-102.CACB, Inter-RF Subsystem Interface (ISSI) Performance Recommendations for Voice Services, April 2007. 45. TIA-102.CADA, Fixed Station Interface Conformance Test Procedure, April 2007. L. Multiple Sites: 1. Multiple sites will be needed to provide City-wide coverage. This wide -area, multiple - site network will consist of simulcast radio sites. 2. The System must seamlessly integrate all sites such that field users can freely roam throughout the service area without the need to manually select sites. 3. Preferred Sites a. The following sites are considered in the System design. These site locations are specified in Appendix C: a. Miami -Dade County Administration Building (TX/RCV Site) b. Fire Station 9 (TX/RCV Site) c. Fire Station 11 (TXIRCV Site) d. Fire Station 3 (TX/RCV Site) e. Miami Fire College (TX/RCV Site and Dispatch Backup) f. Miami Police Department (Dispatch) g. Wells Fargo Building h. Park Place i, Key Biscayne Fire Department (Optional) M. Environmental 1. All equipment rooms are air-conditioned; however, the Contractor shall provide the guaranteed operating temperature range and the BTU's of heat generated for each primary piece of equipment in the proposed system. 2. Equipment will function properly under the following environmental conditions: a. Temperature: a. Operating Range: 0°C to +50°C b. Storage: -40°C to +65°C b. Humidity a. to 95 percent non -condensing c. Altitude a. 0 to 16,400 ft. (5000 meters). AMSL INTEROPERABILITY A. The System shall interface with existing conventional and trunked radio systems in a way that enables seamless dispatch and field communications to support incident communications. B. Contractor shall include a detailed interoperability plan with equipment lists, installation requirements to provide communications between legacy and new systems. C. Conventional Interoperability Requirements: 1. Contractor shall provide conventional interoperable base stations to provide portable radio coverage and dispatch control for mutual aid responders. The conventional systems in place now are: a. Miami Police Department — 5 each 800MHz Interoperability bases 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 39 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 b. Miami Police Department -- 1 each VHF Marine c. Miami Police Department — 2 each VHF InterCity d. Wells Fargo Building — 1 each 800 MHz State Mutual Aid e. Wells Fargo Building — 3 each (CURRENTLY MSF 800 MHz CONV) f. Wells Fargo Building — 4 each 800 MHz CONV 2. These base stations shall be located at the Park Place. 3. The anticipated base station/repeaters shall be similar to base station requirements in Attachment 4. 4. To decrease the overall cost of the interoperability overlay multi-frequencylmultiband transmit and receive antennas shall be used if practical when base stations from multiple frequency bands are deployed at a transmit site. 5. Contractor shall provide interoperability gateways to interface the interoperability channels to the trunked system. 6. Theinteroperability channels will be mapped to trunked talk groups by the system and at the dispatch consoles. D. Telephone Interconnect 1. The Contractor shall provide a telephone interconnect solution that: a. Enables radio users in the field to be patched to any dispatch console telephone line. b. Provides the radio users in the field the capability to access a dedicated telephone land line. E. Special Interoperability Requirements The City desires the capability to: a. Seamlessly interface their existing dispatch center and administrative phones to the trunked radio network using trunked radio emulation software. b. Use trunked radio emulation software to permit Smartphone access to the radio network. VOICE RF COVERAGE REQUIREMENTS A. Channel Performance Criteria (CPC): 1. RF coverage is defined as the digital bit -error -rate (BER) that provides a minimum delivered audio quality (DAQ) 3.4 audio signal to the operator as defined in TIA TSB- 88-C (or latest revision) for both talk -out and talk -back to portable radios on hip and mobile radios trunk mounted used outdoors throughout the City. 2. The DAQ 3.4 performance level shall provide 95 percent reliability throughout 95 percent of the geographical area of the City. B. Minimum Radio System Coverage Requirements (MRSCR): 1. The City seeks to implement a System design that best meets its operational coverage needs. Therefore, the MRSCR must be based on a geographic area basis using grids sized in order to provide a statically valid results. 2. The System shall provide a minimum service area reliability of 95 percent voice radio coverage, by area, for the City for mobile radios and for portable radios carried on the hip and used within 12/24 dB buildings according to the map in Appendix A, as well as specific critical buildings listed in Appendix B. 3. The System shall meet or exceed the CPC throughout 95 percent of the defined geographical area taking population bases and urban structure density into account and shading the grid maps. 800 MHz P25 Digital Trunked Simutcast Network System Section 3 Page 40 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 C. Coverage Maps: 1. Contractor shall submit both talk -out and talkback system composite coverage maps for the proposed configuration, showing system gain calculations, for P25 mobile radios as well as P25 portable radios within 12/24 dB buildings according to the Appendix A map, 2. Contractor shall provide talk -out, talk -back, and roundtrip system composite coverage maps for the proposed configuration, showing system gain calculations for mobile and portable radios. 3. In addition to the standard coverage maps developed by Contractor's coverage tool, Contractor shall also provide maps showing the correlation of the proposed coverage to the grid map that has been provided in Appendix A of this Scope of Services: a. Each map shall be provided in two formats: a. 11 "x17" (minimum) full color hardcopy PDF format; and b. Associated Arc View files format on CD-ROM, b. For each sub -area, the map shall overlay proposed coverage onto the MRSCR grid map. Shading shall be transparent so that key map features such as roads, towns, and rivers are visible. 4. Map Criteria: a. The operating parameters and factors pertaining to the coverage commitment for a specific map must be shown for that map (preferably on the map). All maps must have this information. b. The following minimum information must be clearly defined, relating to each map and each site: a. The base/repeater RF power output; b. The base/repeater antenna gain and directivity (if applicable); c. The "down tilt" angle (in degrees) of the base/repeater antenna; d. The transmit Effective Radiated Power (ERP); e. The effective receiver sensitivity; f. Receiver tower top amplifier gain; g. The base/repeater transmit and receive antenna height above ground; h. The base/repeater transmit and receive antenna height above average terrain;; i. The mobile or portable antenna type; j. The mobile or portable antenna height above ground for transmitting position and for receiving position, if different; k. The mobile or portable RF output power; and I. Any areas within the coverage contours shown on a map that are predicted to have a reliability of less than 95 percent for the conditions and operating parameters applicable to that map must be clearly marked on the map. c. If backup or standby sites are proposed, appropriate maps showing system coverage utilizing these sites shall be provided. D. Coverage Model: 1. A description of how the Contractor calculated the coverage shall be include. List the coverage model(s) used (Okumura.) "Proprietary" is not acceptable. Contractor shall state the model used within any proprietary software. E. Guarantee of Proposed Coverage: 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 41 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 1. The City has identified minimum coverage requirements in this Scope of Services. The Contractor's System shall guarantee 98% coverage for mobiles and portables outdoors and in 12 dB buildings, and 97% for portables in 24 dB buildings. 2. The City anticipates that the proposed coverage will not exactly match the required coverage on a grid -by -grid basis. In each sub -area, some required grids may not be covered and other non -required grids may be covered. 3. The Contractor shall guarantee the proposed System coverage based on the submitted grid maps and the testing methodology of the RFP. Any subsequent design changes based on mutual agreement between the City and Contractor that impact coverage will require revision of the coverage grid maps and guarantee based on the grid maps. 4. The City requires a solution that permits agencies to use subscriber equipment from multiple manufacturers. The Contractor shall provide a detailed list of subscriber equipment that will provide users with the same or better coverage guarantee. F. TIA TSB-88-C—Annex E User Choices 1. [E.1] User Choices a. Coverage predictions, design and proof of performance testing must be conducted in accordance with TIA TSB-88-B, or latest revision, to the greatest extent possible. The following criterion is provided in accordance with TIA TSB-88-C, Annex E. 2. [E.2] Service Area a. The service area is defined as the City of Miami and Key Biscayne, Florida. b. Coverage testing shall be performed within the City and Key Biscayne boundaries. c. The target device, usage and location are: a. Portable radios —standard portable radio (for in -building applications): 1) Talk -out to portable radio on hip with swivel belt clip; and 2) Talkback from portable at shoulder level, or on -hip with shoulder microphone. b. Basic network coverage shall be designed to accommodate vehicles traveling at speeds up to 65 MPH. c. Basic network coverage shall be designed to accommodate supplemental in - building coverage as identified in the Appendix A map. 3. [E.3] Channel Performance Criterion (CPC) a. Minimum CPC shall be DAQ 3.4 for digital channels. 4. [E.4] Reliability Design Targets a. The CPC reliability design target is a service area probability of 95 percent. 5. [E.5] Terrain Profile Extraction Method a. Either the bilinear interpolation or the snap to grid method of terrain profile extraction is acceptable. 6. [E.6] Interference Calculation Method a. Either the equivalent interferer or the Monte Carlo Simulation Method of interference calculation is acceptable. 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 42 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 7. [E.7] Metaphors to Describe the Plane of the Service Area a. The tiled method is preferred. b. Grid mapped from radial method is also acceptable. 8. [E.8] Required Service Area Reliability a. The CPC is required for 95 percent of the service area. 9. [E.9] Willingness to Accept a Lower Area Reliability in Order to Obtain a Frequency a. The City is not willing to accept a lower area reliability in order to obtain a frequency. 10. [E.10] Adjacent Channel Drift Confidence Factor a. Adjacent channel drift confidence factor shall be 95 percent. 11. [E.11] Conformance Test Confidence Level a. A conformance test confidence level of 99 percent is required. 12. [E.12] Sampling Error Allowance a. A sampling error allowance of ±1 percent is required. 13. [E.13] Pass/Fail Criterion a. The "greater than" test is required. 14. [E.14] Treatment of Inaccessible Grids a. All inaccessible grids will be eliminated from the calculation. RF COVERAGE TESTING A. General: 1. RF coverage testing is critical to verifying that the proposed System design meets the City's requirements. 2. Both the City and the Contractor shall agree upon the final CATP and method to be used no later than 90 days after award of contract. 3. Contractor shall use alternative test methods consistent with the requirements, and achieving the same results, however the City shall make the final determination as to whether the proposed alternative is acceptable. 4. Coverage testing shall be conducted after the System is fully installed, tested and aligned. 5. Significant changes to System alignment will require re -testing of coverage. B. Types of Testing 1. Two types of coverage testing will be conducted in all areas: a. Automated mobile drive testing for overall grid acceptance testing purposes; and b. Non -automated intelligibility testing to verify DAQ and base -lining purposes for both mobile and portable radio configurations. 2. Automated and intelligibility testing shall be complementary and serve to fully verify that coverage requirements are met both technically and operationally. 3. Automated testing shall be objective and quantitative in nature and used to: a. Verify that system coverage meets signal level and BER threshold requirements on a grid basis. 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 43 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 b. Automated testing results may also be used as a baseline of system performance such that system alignment and coverage performance can be re -tested at a later date to determine if degradation has occurred. 4. Intelligibility testing shall be subjective and qualitative in nature and used to: a. Verify that system DAQ meets requirements in grids tested as covered. b. Contractor shall provide audio samples to permit City personnel to grade audio quality. c. City personnel will evaluate audio quality based on Contractor provided audio samples. C. Test Configurations 1. Testing configurations for automated and intelligibility testing shall correspond as closely as possible to anticipated typical operating configurations. 2. Testing configurations shall use typical mobile and portable radios delivered with the system. Contractor and City shall mutually agree on a testing plan utilizing a selection of Contractor's multi -featured low and high -tiered mobile and portable radios. 3. If test configuration does not use delivered mobile or portable radios, Contractor shall fully describe and demonstrate correlation between test 4. City personnel and/or representatives will participate in and witness all coverage testing at the City's option. D. Automated Mobile Drive Testing 1. To verify coverage for final system acceptance, the Contractor must, to the satisfaction of the City, measure the signal level and/or BER, as applicable, at a statistically significant number of test locations randomly and homogeneously distributed throughout the City, for each coverage sub -area. 2. The intent of this procedure is to define a coverage testing method that is consistent with TSB-88-C and Annex E. 3. The City of Miami is approximately 55.27 square miles in area. This yields a maximum number of 1,825 grids (or bins) that are .03 square mile in area. 4. The map in Appendix A shows, the area of the City of Miami and Key Biscayne that must be shown in each one of the three following thresh -old requirements: a. Portable in -street b. Medium building (12 dB loss) c. Heavy building (24 dB loss) 5. For testing purposes, each sub -area of the area of the City shall be divided into .03- square mile bins (918 feet on a side) in a map that is acceptable to the City. Contractor may evenly subdivide grids, if necessary, to provide a statistically significant number of grids in a sub -area as is acceptable to the City. 6. Using automated drive testing equipment, the signal level or BER shall be measured and recorded in each accessible bin. 7. Contractor shall provide propagation studies and coverage tests demonstrating that each of the sub -areas defined above meets or exceeds the respective coverage threshold. 8. Contractor may evenly subdivide grids, if necessary, to provide a statistically significant number of grids in a sub -area as is acceptable to the City. 9. Inaccessible bins will not be counted for in any calculations. 10 The automated test equipment shall be capable of making and recording a measurement within each bin per TSB-88-C to produce the test result for that bin. All samples shall be stored and retained as part of the test data. 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 44 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 11. A PASS shall be scored for each average bin measurement that exceeds the threshold determined to correspond with each bin as shown in proposed/contracted coverage map. 12. Ninety-five percent (95%) of the bins tested, in each sub -area, must PASS the corresponding threshold or the test will be graded as "FAILED." 13. If in any area of the City, a tested bin and all adjacent/contiguous tested bins fail, the coverage test will be graded as "FAILED." 14. If the test is graded as 'FAILED," the coverage deficiency must be corrected and the test re -done. E. Non -automated Intelligibility Testing 1. Non -automated intelligibility coverage testing will be conducted using Contractor and City mutually -agreed on and Contractor -supplied mobile and portable radios, 2. Digital audio quality coverage will be tested at each location. 3. Both talk -out and talkback will be recorded. 4. Testing shall be performed using typically configured portable radios. 5. Testing will be done in teams with one part of the team in the field and the other at a dispatch console: a. Field personnel will document talk out testing; and b. Dispatch personnel will document talk back testing. 6. A standard test result form, shall be used to document test information for each test location including: a. Date; b. Time; c. Personnel; d. Digital; e. Talk -out or talkback; f. Equipment; g. Location; and h. Pass or fail status. 7. Data from the testing forms will be analyzed to determine the percentage of tested locations that passed. 8. At least ninety-five percent (95%) of the test locations must PASS or the test will be graded as "FAILED." 9. If the test is graded as "FAILED," the coverage deficiency must be corrected and the test re -done. F. Test Unit Configuration 1. Portable units operating in this system may be traveling on any street, road (paved or unpaved), or highway at any time within the coverage area. 2. Vehicular antennas are to be center mounted on each vehicle unless specifically noted elsewhere in this specification for any particular vehicle or class of vehicles. 3. Contractor shall fully describe vehicular antenna to be used, including: a. Make; b. Model; c. Frequency range; and d. Gain. TRUNKED RADIO SYSTEM FEATURES A. General 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 45 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 1. The System shall provide the following general features: a. Compliance with all currently accepted P25 features. Contractor shall fully describe in the proposal current and planned P25 features provided. b. Digital talk group and voice call operation. c. Digital data call operation. d. Network management. 2. Required features are grouped and described in the following paragraphs. B. Trunking Modes 1. Digital P25-compliant voice calls. 2. Digital P25-compliant data calls. 3. Digital talk group calls. 4. Message or transmission trunked. C. Dispatch Consoles 1. The City plans to purchase digital radio consoles as part of the Contract. 2. Remote console positions at the City's backup facility shall be directly connected to the trunked radio network via the digital microwave System. 3. The multiple site network system shall support cross muting of radio consoles. 4. Any console position must be able to communicate with any talkgroup it is equipped for in the System regardless of the site or sites involved in the call. 5. The connection of the multiple site network system to the console network must be completely digital end -to -end. 6. Console Subsystem Interface (CSSI) a. Contractor shall describe the capabilities they offer related to CSSI and its current compliance with the P25 standard. D. Non -fixed User Equipment 1. System shall support the following: a. P25-compliant mobile radios; b. P25-compliant portable radios; and c. P25-compliant control station radios. 2. Field units shall be capable (via programming) of accessing or being denied access to any and all sites within the system. E. Network Site Capacity 1. The network core/switch and associated control equipment must be capable of fully interconnecting all sites in the system. 2. Spare capacity, sufficient to integrate additional sites equal to twenty-five percent (25%) of the initial proposed sites, shall be supported. 3. Site Configuration a. The network shall be capable of the following site configurations: a. Single site trunking; b. Multiple site simulcast cells; and c. Satellite receiver sites. b. A simulcast cell consisting of several physical sites shall count as one site and not as a total of the simulcast sites. c. The number of channels supported must also range from a standard single channel conventional repeater to a 20-channel trunking system. d. Contractor shall fully describe all site/repeater configurations proposed. 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 46 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 e. Contractor shall provide a design that will provide users system access with less than one percent (1%) probability of encountering a system busy. f. Contractor shall fully describe the number of channels necessary for each site for loading based on the number of subscribers in Appendix E. Information provided shall include all parameters used in creating sufficient loading capacity. g. The City requires the following parameters for use in Erlang C calculations to determine channel loading a. Number of on -air users is thirty percent (30%) of total subscriber count b. Calls per user 4.0 per hour c. Length of call 3.5 seconds. F. Control Data 1. The trunked system shall operate using the P25-compliant control channel protocol as defined in TIA-102. All working and control channels will function on frequencies licensed for this system. 2. Broadcast of talkgroup assignments, emergency assignments, individual signaling calls, and special signal calls shall occur on the control channel. G. P25-Compliant Integrated Data The System shall provide support for P25-compliant integrated data calls in addition to voice traffic. The System shall provide the ability to interface to external data applications and hosts at different locations. H. Channel Assignment 1. A system control computer shall allocate all RF channels or timeslots such that any and all system users (field units and console dispatchers) will have access to all voice channels via a system priority protocol. 2. Channel access time, assuming a channel is available, shall be less than 850 milliseconds. Access time is defined as the time period from the radio Push -to Talk until the receiving unit speaker is un-muted and audio is emitted from that speaker. I. Talkgroups 1. The System shall have initial capability to support at least 500 talkgroups. 2. Each talkgroup must be capable of consisting of any and all individual unit ID's. 3. Any field unit or console dispatcher can be programmed to be a member of any talkgroup either at initial implementation or at any time in the future. 4. All field units (mobiles, portables, and RF control stations) and console dispatch positions will be capable of being assigned talkgroup address designators that shall permit communications between groups of field units or groups of field units and individual dispatch positions. 5. All units operating within the same talkgroup must receive both sides of every conversation addressed to or from the talkgroup. J. Number of Individual Discrete Addresses 1. The signaling protocol will permit the system to assign not less than 16,256 discrete field unit addresses (unit ID). 2. All discrete addresses must have the capability of being a member of any or all talkgroups. Regardless of the talkgroup affiliation, the discrete unit address for a unit will not change. Each unit will have a unique discrete unit address, independent of talkgroup and/or telephone interconnect capability. 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 47 of 190 Rev, 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 K. Call Management 1. Call types supported: a. Talk group calls; b. Individual calls; c. Encrypted calls; and d. Telephone interconnect calls. 2. Call processing: a. All call types must be maintained across the network. b. Talkgroup calls and management commands such as unit -to -unit calls, console operator calls, individual unit disable commands, remote radio assignments, data messages, etc., must follow a user or group throughout the area of operation. c. Call processing shall be highly channel efficient and not unnecessarily tie up multiple channels at multiple sites for the same user. The system shall optimize the number of channels used in any given conversational scenario. 3. Call Routing Management a. Site Registration a. For multi -site networks, the System shall automatically perform site registration and de -registration on a talkgroup and radio unit basis. b. The System controller shall maintain the site registration status of all units active on the network. c. Real-time and logged status of units and talk groups shall be available via the system management subsystem, d. All unassigned units that are turned on within, or move into, the RF coverage area will initiate a registration process with the network in a manner that is consistent with the trunking protocol in use. b. Site Hand-off and Roaming a. System shall automatically detect loss of signal and control roaming from one site to another. b. Audio loss during site hand-off shall not exceed one second. c. Default Site a. Any or all sites within the multiple -site network shall be capable of being designated as a default site. These sites must always be included in a talkgroup call before the call can proceed. d. Preferred Site a. In areas of overlapping coverage from two or more sites, one site may be designated as a preferred site. b. Designation shall be on a talkgroup or unit basis. e. Call Busy a. System shall issue a busy status for a talkgroup call if a channel is not available at all sites where talk group units are registered. b. Busy calls shall be placed in queue on a priority basis. c. System shall allow programmable override of call busy on a site, talkgroup, or unit basis. 4. Priority Levels a. A minimum of eight (8) levels of operational talkgroup priority will be incorporated into the system. 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 48 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 b. The network manager terminal shall allow authorized personnel to assign individual and/or talkgroup priority levels to all field units. c. The signaling protocol shall be structured so that access to the system will be in accordance with the level of priority involved. d. Dispatch consoles shall be capable of temporarily elevating the operational priority of a talkgroup to facilitate channel assignments in critical situations. e. Contractor shall provide information explaining how the voice and emergency call features have priority over data -messaging traffic. f. Emergency Priority: All public safety and other identified subscriber units in the system will have a preemptive "emergency" capability. 1) Within 500 milliseconds of activation of the emergency button, the field unit's ID must be displayed at the dispatch terminal and other talkgroup units and an audible alert shall also be activated. 2) A channel shall be immediately assigned to handle the emergency communications regardless of system loading condition. 5. Queuing of Request for Voice Channel a. When all available talking channels are assigned, the second and lower precedence level requests for a talking channel will be placed in a queue according to the priority levels involved. The queue will cause the system to assign talking channels (as they become available) on a priority level basis. If multiple talkgroups with the same priority are in the queue, they will be assigned a channel on a first - in, first -out (FIFO) basis. b. The queuing protocol shall process and assign channels to requesting units that have been involved in recent conversations before processing and assigning channels to units not involved in any recent conversations (assuming both talkgroups have equal priorities). The desired result is to keep current conversations from becoming fragmented by any delays that might be caused by a new user request for a channel. 6. Busy Queuing Callback a. The System shall provide a callback feature when any unit is placed into a system busy queue. The unit requesting the channel must be notified automatically by the system when the System assigns the unit a channel. The System will cause the field unit to emit an audible alert, specific for callback, and the unit shall automatically access the assigned channel. b. The channel shall be reserved for a short period of time to allow the requesting unit's user to activate the PTT switch and broadcast the message. The talkgroup members will automatically be assigned to the talking channel so they will hear the voice message and can reply as necessary. L. Unit ID 1. Each unit will send its unique discrete address identification to the system each time the unit transmits regardless of whether the System is operating in the message trunking mode or transmission trunking mode. M. Private Conversations 1. The trunked system shall permit designated radios to have private conversations with one another. This mode shall allow two units to have a conversation so that no other user on the trunked system can monitor, or is aware of its being requested. Field units 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 49 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 shall be capable of viewing the sending party's unit ID or alias during this mode of communications. 2. Enabling or disabling of private conversation capability shall be programmable and provided via the system management function. 3. Contractor shall describe any limitations that may exist in their Systems with respect to what units can be privately called from any other unit. N. Encrypted Calls 1. The network and user equipment shall be capable of providing secure, encrypted communications to users. 2. AES Encryption Protocol, compliant with the P25 standards in general and TINEIAIIS- 102-AAAA Rev A (or latest revision), shall be provided. O. Selective Alerting 1. The System shall provide a means for selectively alerting one unit from another unit or from a dispatch location (for field units equipped with the selective alerting feature). 2. Field units shall be capable of viewing the sending party's unit ID or alias during this mode of communication. P. System Database Update: 1. Whenever a field unit is turned on (with this System ), and the unit is within range of the System, the unit's discrete address and talkgroup affiliation shall be transmitted to and recorded into the System database. 2. Whenever a field unit is on, this trunked system is, and is in range of the system, any change of talkgroup affiliation for the field unit will automatically update the System database with the unit's ID (discrete data signaling address) and current talkgroup affiliation. This will allow authorized personnel to have up-to-date information on which talkgroup any radio is currently. O. Continuous Talkgroup Affiliation Notification 1. The System shall provide for continuous talkgroup affiliation updates. The System shall broadcast a continuous update of the talkgroup channel assignments to field units. The field units shall monitor this signaling. Those units that become activated during a conversation, or those which leave the System coverage and return, will use this process to immediately affiliate with their proper talkgroup conversation. R. Out of Range Indication: 1. Whenever a field unit leaves the coverage area of the signaling channel or is otherwise unable to receive the signaling channel a unique audible alert shall be sounded when it attempts to access the system (PTT), 2. This alert shall have a different "sound" than any other audible alert capable of being generated by the field unit. S. Individual Unit Disable 1. Hardware and software must be included in the System that allows a dispatcher, using a system management terminal, to selectively disable any field unit(s) currently operational on the system. The disabling of a field unit must prevent the unit from monitoring any voice communications on any channel or talkgroup in the System. A disabled unit must not be able to transmit or otherwise join into any voice conversation on the system. The disabling function must occur while the field unit is on the System anywhere within RF coverage. 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 50 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 2. The System must have the capability to automatically search multiple times for the unit to be disabled if so requested by the dispatcher. The terminal must indicate to the dispatcher when the unit is disabled. The field unit and System must "handshake" so that the System will have a positive indication of success. This process must be able to take place even if the dispatch console or network manager terminal is inoperative. 3. The enable/disable control operation should not require the use of any talking channel. Contractor shall describe what resources (i.e., control channel, working channel, etc.) are required for the unit disable feature to be implemented. 4. A disabled unit can only be re -enabled by authorized personnel. If for any reason the blinked system is shutdown or disabled, any disabled units must stay disabled. If the unit is not on the System at the time the disabling function is initially invoked, the System must have the ability to capture the unit when it comes into the system. When the target unit accesses the System, the System must have the capability to automatically disable the unit. . 5. The System must have the ability to enable a disabled unit by request of the dispatcher using an appropriately configured console. The System must have the ability to search for a turned on, disabled unit in the System. When the System finds the unit, it will re - enable the unit, give an indication to the dispatchers, and log the reactivation. T. Wide Area Talkgroup Scan 1. A multiple site network talkgroup scan feature must be available in specified radios. This scan feature must allow the user to listen to any talkgroup that is using the same site as the user, and is in the user's scan list. 2. It is not required to allow a user to listen to talkgroups that are not assigned at the site in question due to traffic loading considerations. 3. The ability to become a member of an active talkgroup, even though a user is listening to another talkgroup, shall be supported. This switching is to be made to predetermined higher priority talkgroups only. Each radio shall be capable of handling a higher priority talkgroup, not including the talkgroup the user has. PROPRIETARY FEATURES The City is interested in using features described in this Section when available under P25 standards. A. Dynamic Regrouping 1. The System shall include all hardware and software necessary to allow a dispatcher(s) to initiate change in the operating talkgroup of any field unit from a system management terminal. This change of talkgroup affiliation will occur while the field unit is operating on the system anywhere within RF coverage of the System. The System must handshake with the target unit and must confirm that the requested change has been accomplished. 2. To maximize system capacity, this operation shall not require the use of any working channel. 3. The System must include the ability to perform this function manually, and also with a stored software plan, to allow for the automatic programming of many units into predetermined talkgroups. This preprogramming must allow for the saved "plan" to be initiated at any future time by the dispatcher(s). B. Multi-talkgroup Call 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 51 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 1. It shall be possible to group any combination of talkgroups into a higher -level group for purposes of multi-talkgroup calling. 2. Multi-talkgroups shall allow a consolidation of at least twenty-five (25) talkgroups from any of the talkgroups within the overall system. 3. Multi-talkgroup calls shall be capable of being configured to interrupt talkgroups calls or wait until all talkgroup traffic has ceased before being processed. 4. Field units must be able to respond to a multi-talkgroup call without requiring the units' user to change the talkgroup affiliation or have it changed via a dispatchers regrouping command. 5. Each multi-talkgroup conversation shall require only one RF talking channel to conserve frequency resources. C. Over -the -Air Programming (OTAP) The City desires the ability to re -program subscriber equipment without the need for a technician to access each individual radio. 1. At a minimum, the System and subscribers shall support the ability to reprogram the subscriber configuration and operational features that can be addressed via local radio programming software connected to the radio. 2. Contractor shall include the reprogramming of all City radios as follows: a. Year 1 — four times; b. Year 2 — three times; and c. Year 3 — two times. D. P25-compliant Integrated Data The System shall provide support for P25-compliant integrated data calls in addition to voice traffic. The System shall provide the ability to interface to external data applications and hosts at different locations. TRUNKED RADIO SITE REQUIREMENTS A. Basic Trunked Network Configuration 1. The City currently holds licenses for twenty (20) 25 kHz assignment (Non-NPSPAC) 800 MHz channel pairs at specific site locations within the City. 2. For initial system design and configuration, Contractor shall provide a design that will provide users system access with less than one percent (1%) probability of encountering a system busy. 3. Each transmitter and receiver will be capable of operating independently of, and simultaneously with, any or all of the others assigned to the system. 4. Contractor shall either; a. Provide P25 Phase I base stations and upgrade of those base stations from P25 Phase I compliant FDMA operation to P25 compliant Phase II TDMA operation at no additional cost; or b. Provide a fully compliant P25 Phase II TDMA system. c. Regardless of which approach above is used, all channel loading calculations shall be based on a Phase I deployment (one talkpathlchannel). 5. Repeaters shall be of modular design and consist of a transmitter, receiver, power supply, and all related control and signaling circuitry. 6. Repeaters shall be capable of dynamic operation, on a per call basis, in any of the following modes: a. P25-compliant digital trunked voice and data; and b. P25-compliant digital trunked encrypted. 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 52 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 7. Repeaters shall employ frequency -synthesized transmitters and receivers such that any repeater can be programmed for any channel. Base stations using crystal controlled or discrete channel elements are not acceptable. 8. Repeaters shall employ an integral isolator to provide necessary protection and isolation to and from collocated equipment. 9. Repeaters shall be under the control of the system controller. All interface circuitry and cables will be provided. 10. The City desires a design that provides as few simulcast cells as possible. 11. The quantity of base stations required will depend upon the coverage design and number of sites and channels required, and the quantity of base stations shall be based on P25 Phase I channel loading requirements. 12. Final system layout will be coordinated with the City. B. The equipment offered will be capable of meeting full specifications when operating in the general vicinity of FM and TV transmitters and vehicular mobile UHFIVHFI700/800 transm itters. SYSTEM RELIABILITY, AVAILABILITY, AND BACKUP A. The network system will support a large number of users and cover a densely populated area. B. No Single Point of Failure. The System must continue to operate with all specified features if any single system controller device fails. 1. The City requires that for any design requiring central controller equipment, in addition to the equipment redundancy normally provided at the control site, that the Contractor provide for back up equipment at a backup control site to guard against the complete loss of the primary location. Transition to this back-up control location shall occur automatically upon loss of the entire primary site or failure of any multiple redundant components at the primary site. A first level of backup cannot reduce the operational capabilities of this advanced trunked system. 2. Complete Toss of one of the redundant control sites will not impact system performance 3. The network control processor must be of a fault -tolerant design. This shall prevent a single point failure from reducing the call processing capabilities of the system. C. Cold standby, redundant multiple -site network processors are unacceptable. D. When a hardware failure occurs, backup hardware must be automatically and instantaneously activated to prevent loss of any call processing capability or feature. E. The data on the backup system in the network control processor, if used, must be synchronized with the main system's data. There shall be no interruption of service when the switch occurs. F. The failure of a critical sub -system shall trigger software and/or contact closure notification to a system administrator via a text message interfaced to the monitoring network, a commercial paging network, and/or email. G. If using a network control processor and audio switch configuration, the network control processor shall be paired with and control a collocated audio switch. The link between these two devices must be redundant. In the event of a link failure between 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 53 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 the network control processor and the audio switch, the redundant link shall provide uninterrupted service. H. If using a network control processor and audio switch configuration, the audio switch shall not fail due to a single point failure. Intra-network communication redundancy shall be provided for each remote radio site. All signals entering the switch must be in a digital format. The audio switch must be able to handle 24 or more simultaneous digital data streams. I. Voice and data communication channels between the network system central site and the remote radio sites are required. Such communications transport can be achieved by various means. The communication transport shall be route -protected Non - Standby licensed microwave, with Monitored Hot / Standby where route protecting a site is not available. J. The System's network control processor shall have the capability to "down" a failed site and allow the remaining sites to operate in a multiple -site network environment. K. The System's network control processor shall be capable of supporting alternate end - to -end path configurations. L. The remote radio site controller shall allow continued trunking operation in the event of a link failure. In dual controller, [a redundant (standby) configuration], equipped sites, a failure of the first controller must not stop trunking at the site. In the event of a failure in the second controller, the remote radio site shall operate in a reduced -capability mode. CONVENTIONAL INTEROPERABILITY REQUIREMENTS A. The anticipated base station shall be similar to base station requirements in Attachment 4 operating in simplex mode. B. Contractor shall provide interoperability gateways to interface the interoperability channels to the trunked system, within the console system. C. The Interoperability channels will be mapped to trunked talk groups by the system and at the dispatch consoles. FIXED END TRUNKED RADIO SYSTEM EQUIPMENT A. System and Site Controllers 1. General Requirements: a. The System and site controller shall perform all functions and control activities necessary to completely control the trunked radio system. The Contractor shall provide a redundant or distributed processing system and site controllers. b. The City requires that primary system control equipment be located in the equipment room at Station 3. Contractor shall assess the existing equipment room power capacities and shall provide additional power capacity for the equipment. c. Contractor whose designs use central system control equipment shall propose a redundant configuration with diversely located control equipment to avoid losing system control in the event that a single location is lost. 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 54 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 d. Contractor proposing centrally located control equipment shall plan on locating the redundant equipment at Miami Fire College. This shall include all of the necessary hardware and software for overall monitoring and control of the trunked radio system. The controllers shall fully support all functions described in the functional requirements section of this Scope of Services; including automatic RF channel assignment in accordance with priorities, call queuing, late entry assignment, telephone interconnect, secure voice communications, recent user priority option, and logging system activity. e. The controllers shall be capable of controlling all voice, data, and control channels in a trunked, multi -site system. The controllers shall have sufficient processing capacity and memory to fully support these functions during system overload conditions. The controllers shall fully support P25 features, and performance objectives, including the common air interface (CAI), and trunking procedures. f. Voice and data signals from the dispatch console shall be processed and routed via the backbone transmission system to the repeaters, All dispatch consoles shall be based on a decentralized architecture to assure minimal points of failure. The controllers shall process and execute requests for service from field radio units, RF control stations and dispatch positions. Channel assignment shall be automatic and user -transparent. The controllers shall recognize group, subgroup, and unit ID, organization, and shall direct messages accordingly. g. The system controller and other elements of the trunked radio system shall correctly assign an RF channel within 500 milliseconds of the receipt of the initial request for service, assuming an available RF channel and loading at full -system design capacity. h. The system controller shall interface with the system manager, console system, logging recorders, and site controllers to monitor system and equipment parameters. i. The controllers shall be capable of detecting the failure of any repeater or other system element and taking the appropriate corrective action to maintain system trunking. The site controllers shall be capable of supporting successive fallback modes to maintain trunking to the extent practical before reverting to conventional repeater operation. j. The controllers shall be capable of removing a single site from a multi -site system, upon failure of the site, without the effected site reverting to a fallback operation. Any equipment failure or out -of -tolerance condition must immediately be reported to the system manager terminal for subsequent analysis and resolution. 2. Simulcast Equipment a. The entire 800 MHz system shall be of simulcast design. Contractor shall state the frequency of manual alignment and optimization necessary to maintain system performance as specified. b. The Contractor shall provide all necessary simulcast components and signal processing elements that are required to optimize transmission quality in coverage overlap areas. The system design shall minimize the potential for simulcast distortion by using a GPS-disciplined, high -stability, precision frequency source at each transmitter location to assure that each of the simulcast transmitters operate at precisely the correct frequency. Intelligent digital channel bank equipment, in conjunction with GPS-directed digital audio delay buffers, shall be used to automatically maintain the modulating signal amplitude and phase at each simulcast transmitter site. Non -captured overlap areas with delay spreads in 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 55 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 excess of those required to meet the DAQ objective shall be minimized inside the service area. c. The System shall not require constant manual alignment to maintain the specified system level performance. The simulcast equipment, including the transmitters, timing elements, intelligent channel banks, and other system components proposed shall be designed to support long-term stability and maintainability. The trunked simulcast system shall operate without the need for frequent manual optimization. All alignment and adjustments shall be automated where possible, (i.e. signal conditioning adjustments for channel banks, signal launch times at sites, etc.). d. Centralized, automated simulcast test equipment shall be provided at the prime site to assure that the system operates within the specified system design parameters. e. Precision Frequency Source With simulcasting as part of this system design, each repeater site shall be equipped with a redundant GPS receiver and precision frequency source that will act as a master oscillator and control the carrier frequency of each simulcast transmitter. The precision frequency resource must meet or exceed the performance of a rubidium frequency standard, and shall maintain short-term and long-term stability to support the performance requirements outlined in this RFP. The proposed standard must meet the simulcast frequency stability requirements when selective availability impairs the accuracy of the GPS system or when GPS timing clocks are lost. 3. Receiver Voting a. The receiver voting equipment shall monitor all receivers in a simulcast cell or multiple sites and select the best signal for processing and re -broadcast through the network. b. Receiver voting equipment shall meet the following minimum requirements: a. Voter shall have audio processing capability for digital and encrypted signals for all configurations of conventional, trunking, multiple site and simulcast configurations. b. Technical specifications: 1) Data signaling rate 2) Channels voted 3) Channel bandwidths 4) Input sensitivity 5) Input impedance 6) Output level 7) Output impedance 8) Analog output audio distortion 9) Voting rate (analog) 10) Through delay (analog) 11) Voting rate (digital) 12) Through delay (digital) TRUNKED LOGGING RECORDER 9600 baud. 20 minimum. 25/12.5/6.25 kHz selectable. 0 to -37 dBm selectable. 600 ohms balanced. 0 to -20 dBm selectable. 600 ohms balanced. 3 percent max 1 kHz. 20 votes/sec minimum. 25 ms maximum. 50 votes/sec. 80 ms maximum. The Contractor shall provide a digital voice logging recorder capable of capturing voice conversations as they occur without requiring recombination of the individual voice segments 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 56 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 (non-trunked). The logging recorder shall have the capability to record trunked and analog non- trunked communications. NETWORK MANAGEMENT SUBSYSTEM A. Network Management Subsystem Requirements 1. Provide at least two levels of administrative access for managing functions and features. a. The first level is the multiple site network administrators who assure the system stays operational and sets the parameters for the system's operation. b. The second level is the multiple site network dispatcher or radio user supervisors. 2. Provide secured access via a multiple level password scheme. 3. Connectivity to the multiple site network processors via microwave or wireline. Radio frequency connection to the multiple site network processors is not acceptable. 4. Networking interfaces shall use TCP/IP (or Ethernet) protocols. 5. The network management sub -system must support at least five computer terminals with the capability to expand up to eight terminals without modification to the computer network. 6. This system shall include printers to print alarms and customizable reports. B. Network Manager Features 1. The network manager subsystem shall allow authorized operators to perform the following radio network configuration and control tasks: a. Add/delete field units permitted to access the system; b. Assign alias names to augment numeric ID of units; c. On/off control of individual repeater channel; d. Adjust system -timing parameters; e. Report channel activity/status ; f. On/off control of individual telephone interconnect; g. Report airtime and telephone interconnect usage by unit, talkgroup, or organization; h. Display alarm status; Configure emergency call parameters; j. Modify priority level assignments of units, talkgroups or both; k. Query and report dispatch interconnect call -loading information for each 15-minute period, for the previous seven days (minimum) of operation; I. Regrouping —dynamically or in real time—talkgroup assignments; m. Display in real-time the unit ID and talkgroup affiliation; n. Display unit ID and annunciate "emergency" activation; o. Disable an individual unit; p. Selectively call one or more field units; q. Provide status/message displays; and r. Backup the radio subscriber and telephone interconnect databases 2. Local and Remote Terminals. The terminal users may be located anywhere within the system and have VPN access, hence the need to provide remote access to the multiple site network processor. The fixed terminals must be a standard video display terminal, including a keyboard and display device. 3. Remote terminals must be available by laptop computer with the capability to access the system through VPN or other secure route. C. Report Requirements 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 57 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 1. Provide the following traffic reports: a. Airtime summary report that lists, by talkgroup or unit ID, the number of calls and the amount of airtime used; and b. Transaction summary that lists, by call type, the talkgroup or unit id. 2. Provide the following system configuration reports: a. User Access Control Report. List by user identification number, the types of calls the user can initiate and which sites they may use. A desired feature is the ability to record affiliations of radios even though they might be denied service at the specific site. b. Talkgroup/fleet map report. 3. Database reports that are customizable through a report writer package. 4. Ability to print standard summation reports on system usage. 5. Display of status of a particular radio, including unit ID, last talkgroup . Whether it was disabled or regrouped. 6. Provide customizable system usage reports for the City's immediate use. 7. Provide data export of report information in a format for use in Excel, Access or other standard PC applications. D. Network Manager Equipment 1. Local and remote terminals shall be supported. The number and location of the terminals will be determined by the responders and agreed upon by the City. a. Local user terminals will be collocated within 1,000 feet of the main electronics. b. Remote terminals may be located at any agreed upon locations. 2. Expansion to a maximum of eight administrator terminals with local and remote interface. SITE CONNECTIVITY A. The network shall include and is preferred to have, microwave site connectivity between the radio sites and dispatch sites where possible. B. Contractor shall supply pricing on a link by link basis on the appropriate Detailed Pricing Submittal Form located in Appendix F. C. The microwave site connectivity network shall include the following: 1. Complete system design; 2. Network infrastructure including RF and all control; 3. MPLS equipment or Channel banks and MPLS equipment, if necessary, for both the proposed system and legacy requirements; 4. DC power supply; 5. Network management; 6. Project management; 7. Installation and programming; 8. Testing; and 9. Training. SYSTEM ALARMS AND CONTROL An alarm subsystem shall be provided. 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 58 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 A. A remote alarm indication subsystem must be provided to capture diagnostic and alarm reports as well as summarizing traffic operations. SITE ACQUISITION A. Contractor shall be responsible for identifying any additional sites needed, and working with the City to determine feasibility of purchase or lease of site or sufficient space. B. Negotiation of site purchase or lease shall be the responsibility of the City. C. Leased or private City and City -owned remote sites will be considered. The balance of this page is intentionally left blank. 800 MHz P25 Digital Trurked Simulcast Network System Section 3 Page 59 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 PART 2: EXECUTION 2.1 INSTALLATION 2.2 A. Quotation shall be itemized: 1. Materials and Labor: a. The Contractor shall provide and pay for all materials necessary for the execution and completion of all work. Unless otherwise specified, all materials incorporated into the permanent work shall be new and shall meet the requirements of the specifications and drawings. Workmanship and materials shall be of good quality suitable for the purpose of the new system. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. All work not conforming shall be considered defective. b. All materials furnished and work completed shall be subject to inspection by the City's Representative. Such inspection shall not relieve the Contractor from supplying the best materials and laboring strict accordance with the specification. The Contractor will be held responsible for the acceptability of the work and furnished materials. c. The City requires that installation occur in a timely fashion and in accordance with the project schedule mutually agreed between the City and Contractor. d. The work will be performed by qualified individuals specifically trained on the systems they are implementing. All work will be done in a workmanship -like manner. The assurance of the quality of the work is the responsibility of the Contractor. The Contractor shall, if requested by the City, remove from the project any worker who the City determines to be incompetent or undesirable. e. Contractor shall provide implementing procedures written in layman's terms. 2. Project Management. 3. System Design. 4. Equipment Engineering. 5. Factory Assembly and Test. 6. Equipment (Radio and Ancillary Equipment). B. Installation and testing (field radio equipment) in accordance with manufacturer's installation best practices and procedures. C. Installation and testing (field antennas) in accordance with manufacturer's installation best practices and procedures. D. Training 1. The Contractor shall develop and conduct professionally prepared training programs to allow the City's operating personnel to become knowledgeable with the system and the operation of their individual equipment. 2. Training shall include operational, user, system administrator and maintenance training programs. 3. The training should be oriented to optimum use of the equipment, proper non -technical care and operation, and characteristics of faulty operation. 4. Training shall include the function and operation of all controls. 5. The instructor shall give operational demonstrations of all Contractor supplied equipment and should permit "hands-on" operation of equipment by trainees. 800 MHz P25 Digitai Trunked Simulcast Network System Section 3 Page 60 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 6. The Contractor shall train approximately twelve (12) personnel, who in turn will train the remainder of those people needing training. 7. The training shall be scheduled to allow sufficient time for all participants from all shifts to be trained. The Contractor shall provide a preliminary training schedule for review and approval by the City. 8. Reference Section 1 and Section 2 requirements as applicable. 2.3 MODIFICATIONS TO EXISTING EQUIPMENT/HARDWARE The Contractor shall identify and provide a site -by -site listing of requirements that are to be provided by others in support of the system implementation specified in this document. 2.4 ACCEPTANCE CRITERIA Written acknowledgment by authorized representatives of the City and the consultant/engineer that all system acceptance test plan criteria, as specified, have been met. 2.5 FLEET MAP PLANNING AND PROGRAMMING A. Contractor shall provide fleet mapping and programming plans for user equipment. B. The Contractor shall work with the City's project team to create the plan. C. Contractor shall meet with the City's project team and users to provide a complete understanding of what information must be gathered, the limitations of equipment, the nominal settings of parameters, and a structured methodology for gathering this information. D. The Contractor shall be available to consult with City personnel and to meet with users during the information gathering process. E. All computer -based programming tools must be provided to the City to assist in the accurate compilation of information. These tools must be included in the price of the system. F. Once the requirements are gathered, the Contractor and City must hold a "paper" programming review session. At the end of this session, the Contractor will be given all identified programming requirements for the staging area functional demonstration. G. The Contractor shall provide at the staging area demonstration a small sample of radio units representing the City's gathered needs. When the demonstration is completed to the City's satisfaction, which will be stated in the form of a letter written to Contractor, the Contractor may commence programming and installing radio units in accordance with the pre -approved schedule. Contractor assumes risk for any programming of mobiles prior to formal notice to proceed subsequent to demonstration. H. Costs relating to any other programming errors, omissions or product defects preventing the completion of the predetermined programming needs will be borne by the Contractor. End of Section 2 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 61 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 SECTION 3 - BASE STATIONS 1.1 SUMMARY A. This Section provides specifications and requirements for base station equipment operating in the: 1. VHF High Band 150 to 174 MHz range; 2. UHF Band 450 to 470 MHz range; and 3. 800 MHz 803 to 869 MHz range. B. The quantity of base stations will be determined by the interoperable system design for area -wide coverage as specified. C. This specification describes equipment that provides features and attributes for public safety grade fixed radio products. Therefore, all proposed equipment shall be high - quality, durable, and generally acknowledged as "public safety" grade, designed and manufactured to provide high reliability under heavy use in severe environments. D. The scope includes: 1. Transmitters; 2. Receivers; 3. Combiners and multi -couplers; 4. Antenna systems; 5. Cabling; 6. Simultaneous broadcast; 7. Receiver voting; and 8. Installation. The balance of this page is intentionally left blank 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 62 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 PART 2 — PRODUCTS 2.1 MANUFACTURERS Subject to compliance with requirements, this Section is open to all base station equipment manufacturers and integrators offering products that meet or exceed specifications indicated in this Section. 2.2 GENERAL A. Components shall be supplied and installed in accordance with the associated project drawings and meet the suggested manufacturer's equipment specifications listed below, or approved equal. Only systems and equipment that meet or exceed the level of quality and capabilities stated within this document will be considered for acceptance. B. Base station system components include: 1. Transmitter; 2. Receiver; 3. Combiner and multi -coupler; 4. Antenna system; 5. Cabling, racking and cabinets; 6. Simultaneous broadcast; and 7. Receiver voting. 2.3 GROUNDING AND SURGE PROTECTION All components shall be properly grounded and installed with surge protection per standard industry practice. 2.4 BASE STATION REQUIREMENTS A. The quantity of base stations required will depend upon the coverage design and number of sites and channels required. B. The City requires that the quantity of base stations are based on P25 Phase I channel loading requirements. C. Final system layout will be coordinated with the City. D. Each base station shall be designed and constructed as a compact, highly reliable, unit. E. Conventional analog base stations in VHF and UHF shall be designed to operate on appropriate bandwidth. 800 MHz shall be according to the specific channel requirement (i.e. NPSPAC, interleaved, or Interoperability channels). Conventional analog base stations must be capable of AES encryption for future use. F. Digital base stations shall be upgradeable to P25 Phase 2 operation. G. Transmitter, receiver, power supply and all other equipment necessary for remote control operation shall be contained in a single cabinet unit. Stations requiring field modifications to assure compatibility will not be acceptable. 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 63 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 H. The control chassis located in the base station cabinet shall be of modular construction to facilitate the addition of options. 1. Local control functions accessible at the equipment cabinet shall include: a. RS-232, RJ-45 or USB computer interface connection for service adjustments; b. Line level; and c. Temperature. 2. Remote control functions shall include, but not be limited to: a. Transmitter keying; and b. Repeater on/off; and c. Base station on/off (disable). I. Environmental 1. All equipment rooms are air-conditioned; however, the Contractor must provide the guaranteed operating temperature range and the BTU's of heat generated for each primary piece of equipment in the proposed system. 2. Equipment will function properly under the following environmental conditions: a. Temperature: 1) Operating Range: 0°C to +50°C 2) Storage: -40°C to +65°C b. Humidity 1) to 95 percent non -condensing c. Altitude 1) 0 to 16,400 ft. (5000 meters). AMSL 2.5 TRANSMITTER A. Base station transmitters shall comply with Part 90 of the FCC rules and appropriate EIA and similar agency standards and be FCC type accepted for the proposed frequency band(s). B. VHF High Band Technical specifications: 1. Output frequency 2. RF output power 3. Duty cycle 4. Frequency stability 5. Channel Spacing 6. Output impedance 7. Maximum deviation 8. Audio sensitivity 9. Spurious and harmonics 10. FM hum and noise (audio) 11. Analog audio distortion 12. Analog audio response C. UHF Technical specifications: 1. Output frequency 2. RF output power 3. Duty cycle 4. Frequency stability 150 — 174 MHz; 25 - 100 Watts, adjustable 100 percent (Continuous Duty); 1 ppm with external reference; 12.5/25 kHz; 50 ohms; 5 kHz; adjustable to -35 dBm; -85 dBc; 25 kHz: -50 dB; 12.5 kHz: -45 dB; 2 percent maximum © 1,000 Hz; and +1 -3 dB (6 dB pre -emphasis) from 300 - 3,000 Hz. 450 - 470 MHz; 25 - 100 Watts, adjustable; 100 percent (Continuous Duty); 1 ppm with external reference; 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 64 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 5. Channel Spacing 6. Output impedance 7. Maximum deviation 8. Audio sensitivity 9. Spurious and harmonics 10. FM hum and noise (audio) 11. Analog audio distortion 12. Analog audio response D. 800 technical specifications: 1. Output frequency 2. RF output power 3. Duty cycle 4. Frequency stability 5. Channel bandwidth 6. Output impedance 7. Maximum deviation 8. Audio sensitivity 9. Spurious and harmonics 10. FM hum and noise (audio) 2.6 RECEIVER 12.5 kHz; 50 ohms; 5 kHz; adjustable to -35 dBm; -85 dBc; 25 kHz: -50 dB; 12.5 kHz: -45 dB; 2 percent maximum @ 1,000 Hz; and +1 -3 dB (6 dB pre -emphasis) from 300 - 3,000 Hz. 851 to 862 MHz; 25 - 100 watts, adjustable; 100 percent (continuous duty); 1 ppm with external reference; 12.5kHz 125kHz; 50 ohms; 5 KHz; adjustable to -35 dBm; -85 dBc; 25 KHz: -50 dB; and 12.5 KHz: -45 dB. A. Base station receivers shall comply with Part 90 of the FCC rules and appropriate EIA and similar agency standards and be FCC type accepted for the proposed frequency band. B. Base station receiver implementation shall include an analysis of the electromagnetic environment at the receiver antenna location that includes the assumption of all collocated transmitters operating simultaneously. C. VHF High Band Technical specifications: 1. Input frequency 150 - 174 MHz; 2. Frequency stability 1 ppm with external reference; 3. 12 dB SINAD sensitivity 0.35 microVolts; 4. 5 percent static BER sensitivity 0.35 microVolts; 5. Channel Spacing 15.0 kHz ; 6. Input impedance 50 ohms; 7. Adjacent channel rejection 12.5 kHz 75 dB; 8. Pre -selector bandwidth 4 MHz; 9. Intermod rejection 85 dB; 10. Spurious & image rejection 85 dB; 11. Analog audio response +1, -3 dB (6 dB de -emphasis) 300 to 3,000 Hz; 12. Analog audio distortion 5 percent @ 12.5 kHz; and 13. FM hum and noise (audio) 15.0 kHz -45 dB D. UHF Technical specifications: 1. Input frequency 2. Frequency stability 450 - 470 MHz; 1 ppm with external reference; 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 65 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 3. 12 dB SINAD sensitivity 4. 5 percent static BER sensitivity 5. Channel Spacing 6. Input impedance 7. Adjacent channel rejection 8. Pre -selector bandwidth 9. Intermod rejection 10. Spurious & image rejection 11. Analog audio response 12. Analog audio distortion 13. FM hum and noise (audio) E. 800 Technical specifications: 1. Input frequency 2. Frequency stability 3. 12 dB SINAD sensitivity 4. 5 percent static BER sensitivity 5. Channel bandwidth 6. Input impedance 7. Adjacent channel rejection 8. Pre -selector bandwidth 9. Intermodulation rejection 10. Spurious and image rejection 2.7 ANTENNA SYSTEMS 0.35 microVolts; 0.35 microvolts; 12.5 kHz; 50 ohms; 12.5 kHz 75 dB; 4 MHz; 85 dB; 85 dB; +1, -3 dB (6 dB de -emphasis) 300 to 3,000 Hz; 5 percent @ 12.5 kHz; and 12.5 kHz -45 dB. 806-817 MHz; 1 ppm with external reference; 0.35 microVolts; 0.35 microVolts; 25 KHz/12.5 KHz selectable; 50 ohms; 25 kHz 80 dB or 12.5 KHz 5 dB; 4 MHz; 85 dB; and 85 dB. A. Each base station/repeater location will require an antenna network capable of expanding to support up to 20 transmitters and receivers. The transmitter/receiver antenna system will utilize separate transmitter and receiver antennas and be configured to support the transmitters and receivers initially installed. B. The Contractor shall provide manufacturer specification sheets for the antennas (which include weight and wind loading information), receiver multi -couplers, transmitter combiners, tower top receiver pre -amps, and any other equipment deemed necessary by the Contractor for a complete system. C. Transmitter combiner, receiver multi -coupler, filtering and pre -selector networks appropriate and suitable to provide the required coverage and performance shall be provided. D. Tower -top receiver pre -amps shall be used when required to meet the coverage specification. Redundant pre -amps and associated equipment are listed as an option. E. All antenna systems will be installed with proper lightning protection in accordance with EIA standards or best practices. 2.8 ANTENNAS AND COAX A. The base station / repeater transmit/receive antennas will be appropriate to provide the required coverage. 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 66 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 B. The antenna systems will be connected via foam coaxial cable such as Heliax, and sized according to frequency of base station interconnected. The transmission cable type and diameter shall correspond to that needed to produce the specified coverage for the respective frequency of the base station/repeater. 2.9 TRANSMITTER COMBINERS Technical specifications; 1. Frequency range: 851-862 M 2. Isolation - tx to tx 3. Isolation - antenna to rx 4. Input power per channel 5. Output power - combined 6. Maximum separation 7. Minimum separation 8. VSWR Hz. 65 dB min; 50 dB min; 100 watts RF; 500 watts RF; dependant upon antenna bandwidth; dependant upon frequencies used; and 1.3: 1 or better. 2.10 RECEIVER TOWER TOP AMPLIFIER Technical Specifications: 1. Frequency range 2. Gain 3. Noise figure 4. Input power 5. Operating temp 2.11 RECEIVER MULTI -COUPLERS Technical Specifications: 1. Channel capability 2. Bandwidth 3. System gain 4. Noise figure 5. Third order intercept 6. Power input 2.12 CONSOLE CONTROL 806-817 MHz; 22 dB (max); 3 dB (typ.)14 dB (max.) ; DC fed through bias -T connector; and -40 to +70 deg. C. 20 expandable; 12 MHz; 10 dB; 2.5 dB (max); +24 dBm; and 120 VAC. A. The stations will be controlled from a main and backup dispatch center via the radio consoles in Section 5 and network control equipment Section 3, and backhauled across the microwave network specified in Section 13 of this Scope of Services. B. All interface cards and line protection for each end shall be supplied. 2.13 SIMULTANEOUS BROADCAST A. In order to provide wide area coverage, and to minimize interference between multiple transmitters operating on the same frequency, simultaneous broadcast, also known as simulcast, shall be used in the 800 MHz system design. B. The following critical simulcast system parameters must be controlled and equalized: 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 67 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 1. Radio frequencies of adjacent simulcast system transmitters; 2. Audio deviation of adjacent simulcast system transmitters; 3. Audio phase delay; and 4. Channel banks and multiplexers must be synchronized. C. At a minimum, the following shall be addressed: 1. The system shall be designed such that the radio frequency difference between any pair of transmitters operating in the simulcast mode shall not exceed +5 Hz, over an ambient operating temperature range of 10C to +50C. 2. The configuration and failure modes of frequency references or sources shall be completely described, including failure modes and alarms. Failure of a single frequency reference shall not cause loss of simulcast operation. 3. Secondary frequency references, if used, shall be sufficiently stable such that 5 Hz synchronization shall be maintained for a minimum of 60 days. 4. Channel banks and multiplex equipment shall be absolutely phase locked. D. System simulcast alignment procedures and maintenance shall be as follows: 1. After the system is initially aligned and accepted, there shall be procedures and test equipment at each site to allow routine verification and realignment, if necessary, under both normal and abnormal conditions. 2. The procedures and facilities for routine verification of system alignment, and the procedures and facilities for realignment and re -equalization. 3. Routine verification of system alignment shall be possible using a single maintenance technician, preferably at a single location. Realignment may require more than one maintenance technician at more than one location. 4. Contractor shall submit detailed alignment verification procedures and realignment procedures, for review and approval, no later than 90 days prior to the scheduled beginning of the acceptance tests. Minor adjustments to procedures and facilities that may be necessary after the submission of the detailed procedures and before full system acceptance, shall be included in the final system documentation. 2.14 RECEIVER VOTING A. The receiver voting equipment shall monitor all receivers in a simulcast cell or multiple single sites and select the best signal for processing and re -broadcast through the network. B. Receiver voting equipment shall meet the following minimum requirements: 1. Voter shall have audio processing capability for digital and encrypted signals for all configurations of conventional, multiple site, and simulcast configurations. 2. Technical specifications: a. Data signaling rate 9600 baud minimum; b. Channels voted 12 minimum; c. Channel bandwidths 25/12.5/6.25 KHz selectable; d. Input sensitivity 0 to -37 dBm selectable; e. Input impedance 600 ohms balanced; f. Output level 0 to -20 dBm selectable; g. Output impedance 600 ohms balanced; h, Voting rate (digital) 50 votes/sec; and i. Through delay (digital) 80 ms maximum. END OF SECTION 3 800 MHz P25 Digital Trunked Simulcast Network System Section 3 Page 68 of 190 Rev. 4.4.17 Base Stations City of Miami, Florida Contract No. RFP592382 SECTION 4 - RADIO DISPATCH CONSOLE SYSTEM Drawings and general provisions of the Contract, including General and Supplementary Conditions, apply to this Section. 1.1 SUMMARY A. This Section provides specifications and requirements for a digital dispatch radio console system using LCD graphic monitors for access and control of the new 800 MHz P25 digital simulcast trunked radio system, interoperable VHF/UHF/800 base stations, legacy conventional base and control station radio equipment, paging channels, telephones, and other circuits and controls as described herein. B. Contractor shall provide fully integrated, graphic based dispatch consoles at the following locations: 1. 16 positions at 400 NW 2nd Avenue, Miami, FL. 33130 a. All positions to be configured for regular dispatch operations. b. Two (2) positions to be configured as supervisory positions: c. Four (4) Remote Laptop Dispatch Console Licenses 2. Nine (9) positions at the Fire College located at 3425 Jefferson St. Miami, FL 33129 a. Training positions shall allow for simulation of radio operations; b. Training positions shall permit a trainer to simulate live radio traffic to the training positions; c. Contractor shall fully describe the training features of their system; d. Training positions shall be capable of conversion to fully operational dispatch positions; and e. Contractor may propose to provide temporary training console positions, if necessary. C. The console controller and/or switch and related equipment shall have sufficient capacity to allow for expansion to a total of thirty-five (35) console positions. D. Contractor shall fully describe specific equipment proposed to meet all requirements. E. The Radio Console System must have a synchronized network clock system. This proposed Master Clock shall be used for timing throughout the complete P25 designed system. Contractor must supply four (4) clock displays F. The console system shall be to incorporate into the City's existing console furniture. G. Related Sections: The requirements in this Section shall be coordinated with all other sections of the Scope of Services. In the event that requirements are stated in more than one section and appear to conflict, the more stringent requirement shall apply. 1.2 QUALITY ASSURANCE A. Reference Section 1 & 2 requirements as applicable. 800 MHz P25 Digital Trunked Simulcast Network System Section 4 Page 69 of 190 Rev. 4.4.17 Radio Dispatch Console System City of Miami, Florida Contract No. RFP592382 B. All equipment shall meet or exceed the specifications contained herein in addition to current applicable standards as follows: 1. Federal Communications Commission (FCC) Rules, Part 15 and Part 101. 2. Institute of Electrical and Electronic Engineers (IEEE). 3. American National Standards Institute (ANSI). 4. Electronics Industry Association (EIA). 5. Telecommunications Industry Association (TIA). 6. Association of Public -Safety Communications Officials International, Inc. (APCO International, Inc., Project 25). The balance of this page is left intentionally blank 800 MHz P25 Digital Trunked Simulcast Network System Section 4 Page 70 of 190 Rev. 4.4.17 Radio Dispatch Console System City of Miami, Florida Contract No. RFP592382 PART 2 - PRODUCTS 2.1 MANUFACTURERS Subject to compliance with requirements, this Section is open to all radio dispatch console manufacturers and integrators offering products that meet or exceed specifications in the following Sections, to include P25 compliance. 2.2 GENERAL REQUIREMENTS AND FEATURES A. Radio Dispatch Console System (RDCS) 1. The RDCS system shall be fully modular and based on a configuration which supports a large number of both local and remote operator positions. 2. The RDCS system shall be comprised of one or more units of 21" LCD graphic operator position equipment (OPE) and master control equipment (MCE). 3. The RDCS shall be able to monitor and transmit on all proposed and existing conventional repeaters, base stations, trunking systems and receivers. 4. RDCS system shall be designed for high reliability with no single points of failure. Any RDCS position shall be capable to back-up any other position with full features and functions. 5. New features and screen configurations shall be supported through software programming and not reconfiguration of hardware. 6. Capability to program, store, retrieve, and edit multiple, custom operator screens and configurations for each operator position shall be provided. 7. Operator screen configurations and alias database shall be stored on a centrally located server. All operator positions shall be linked in a LAN configuration, which allows the supervisors or system administrators to access and update all positions from the central location. B. Operator Position Equipment (OPE) 1. OPE (Operator Position Equipment) shall be designed to be placed on existing modular workstation furniture. Built in RDCS bays will not be used. 2. The OPE shall be of an ergonomic design permitting ease of operation over extended periods, typically 8-12 hours for each operator. 3. All connectivity and any special considerations needed to accommodate remote operator positions shall be detailed in the response. 4. To minimize operator confusion and the chance of mistakes being made, operators shall be able to perform all functions by looking only at the LCD screen of the RDCS. They will not be required to look away from the screen to a separate screen interface in order to perform a function. 5. The screen display shall be designed so that the number of items that will appear on the screen at one time shall be minimized, reducing the potential distractions to operators. However, all radio dispatch functions shall be operable from one screen display. Operators shall not be required to access another screen display in order to perform a radio dispatch function. 800 MHz P25 Digital Trunked Simulcast Network System Section 4 Page 71 of 190 Rev. 4.4.17 Radio Dispatch Console System City of Miami, Florida Contract No. RFP592382 6. The screen display shall be very flexible, allowing authorized personnel to determine which functions are available at each operator position, which channels/talkgroups are available at each operator position, how these channels/talkgroups appear on the screen, and the names associated with channels, talkgroups, channel options, auxiliary outputs and auxiliary indicators. 7. OPE shall be capable of being configured, on a unit basis, for either single or dual headset operation for radio and telephony functions. 2.3 CONVENTIONAL RADIO REQUIREMENTS A. The RDCS shall be equipped with an instant transmit switch for each conventional base station, repeater station, paging base station or control station. B. A controllindicator shall be provided to select the desired transmit and/or receive frequency via DC or Tone remote control on all proposed and existing conventional repeaters and/or base stations. C. The RDCS shall be able to monitor and transmit on all proposed and all existing conventional repeaters, base stations, and receivers. A call indicator shall be provided for each conventional repeater controlled from the RDCS. If the channel is , the call indicator shall flash when audio is present. D. Controls/indicators to control a multiple tone -coded squelch equipped base station with 4 or 8 tones shall be provided on the screen at each RDCS operator position. The controls/indicators shall control the encoder/decoder in a single base station. The RDCS shall have the capability to disable the coded squelch circuit on each conventional repeater in order to monitor the channel prior to transmitting. E. A control/indicator shall be provided to disable/enable the base station/repeater in - cabinet repeat capability via DC or Tone remote control on all proposed and existing conventional repeaters and/or base stations. F. A control/indicator shall be provided which allows receive audio from a duplex base station or a voting comparator to be re -transmitted under operator control through the RDCS. G. A control/indicator shall be provided to mute/un-mute the audio from receiver #2 in a two receiver base station that is connected to the RDCS via a two -wire audio line. H. Each operator position shall be able to decrypt and monitor secure voice conversations through the wire line RDCS. I. The RDCS shall have the capability to select multiple simulcast channels and/or conventional repeaters or base stations in order to transmit to more than one group of field radios. J. The RDCS shall have the capability to patch two or more conventional repeaters and/or base stations together so users may communicate directly. K. A display graphic shall be provided for the control and status of a receiver voting system. If used, the display graphic shall be available at each OPE. 800 MHz P25 Digital Trunked Simulcast Network System Section 4 Page 72 of 190 Rev. 4.4.17 Radio Dispatch Console System City of Miami, Florida Contract No. RFP592382 1. Voting comparator graphics shall be compatible with industry standard comparator systems. 2. The voting comparator controls shall be located on the operator's LCD screen. L. The RDCS shall be able to acoustically cross mute channels on an operator -by -operator basis in order to eliminate acoustic feedback between operators. M. It shall be possible to temporarily mute un channels. The un audio will un-mute automatically after a 60 sec programmable preset time. Mute shall be 20 dB minimum. N. The capability to converse on the telephone using the same operator headset that is used for radio conversations shall be provided. A third auxiliary output shall be available for use in either a PA or intercom system. The telephone audio shall be provided on a separate instant recall recorder output, mixed, and balanced with the operator microphone audio. O. Separate volume controls shall be provided to control radio volume and telephone volume to the headsets. P. An Alert Tone function shall be provided on screen that places a tone burst onto the resource(s) when pressed. The Alert Tone function shall support single tone, warble tone, and pulsed tone as a minimum. Q. The RDCS shall support interfaces to auxiliary switches and indicators for controlling external devices from the RDCS. 2.4 TRUNKED RADIO REQUIREMENTS A. The RDCS shall be compatible with one or more brands of trunked radio systems. B. The RDCS shall directly interface with single and multi -site trunked system controllers and shall allow interoperability between trunked and non-trunked channels in the system. C. The RDCS shall be able to monitor and transmit on all proposed and existing trunked systems. D. The RDCS shall be equipped with an instant transmit switch for each talkgroup. E. In a trunked system with radio IDs, the PTT ID of the unit calling will appear in addition to a Call indicator. After the call is completed, the unit PTT ID will remain displayed until another call is received. F. In order to enhance dispatcher effectiveness in a PTT ID system, the various display modes available shall interact as follows: 1. An operator shall be capable of setting up (and subsequently knocking down) an emergency call from the RDCS position. The operator shall be able to select the talkgroup in the trunked radio system that will receive emergency priority. 2. Capability shall be provided to allow private communication between a RDCS operator and a radio user. Once the operator is involved in a private call on a specific resource, it shall not receive audio from another radio attempting to call on that same resource. 800 MHz P25 Digital Trunked Simulcast Network System Section 4 Page 73 of 190 Rev. 4.4.17 Radio Dispatch Console System City of Miami, Florida Contract No. RFP592382 3. Capability shall be provided which assigns priority to associated talk groups. The dispatcher shall have the choice between normal preset priority and tactical priority, with tactical being the second highest priority for a talkgroup in a system. G. It shall be possible to temporarily mute un talkgroups. The un audio will un-mute automatically after a programmable preset time. Mute shall be 20 dB minimum. H. The RDCS shall have the capability to patch two or more talkgroups together so users may communicate directly. I. If the dispatcher attempts to make a call on a trunked radio system connected to the RDCS and all trunked channels are busy, a visual and audible alert will be initiated at the RDCS. 2.5 CAD INTERFACE A. Each operator position shall be capable of supporting Remote Control and Status Interface for Computer Aided Dispatch (CAD) functions. B. The Contractor shall coordinate with the City's current CAD Contractor to complete the integration of the CAD system to the new console. C. Contractor shall list the CAD systems Manufacturer and Version that can be interfaced to product. 2.6 INSTANT RECALL RECORDER The RDCS shall be capable of two -channel instant recall providing a minimum of four (4) minutes of instant recall recording per channel. A method of controlling an instant recall recorder shall be provided on the screen. 2.7 TELEPHONE INTERFACE The System shall be capable of integrating the telephone lines at each position with the other display and control functions at that position. The System shall include one or more Central Office (CO) telephone line interface controllers in the common electronics and all displays and controls needed to provide a fully functional, multi -line telephone at each position. A separate telephone instrument shall not be required to achieve these functions. 2.8 OPERATOR POSITION EQUIPMENT (OPE) A. General 1. Description: a. All equipment supplied for use by the operators of the RDCS shall be constructed of high -quality, durable materials that will stand up to the 24-hour use environment of a dispatch center. Consumer -grade equipment shall not be acceptable to meet the requirements outlined in this document. b. Final operator position configuration shall be coordinated with City. B. Display 800 MHz P25 Digital Trunked Simulcast Network System Section 4 Page 74 of 190 Rev. 4.4.17 Radio Dispatch Console System City of Miami, Florida Contract No. RFP592382 1. Description: a. Flat Panel LCD monitors shall be provided. 2. Minimum technical specifications: a. Minimum 21 " wide screen format touchscreen LCD monitors. b. 1-IDM11024 x 768 resolution or better. C. Keyboard, mouse 1. Description: a. The OPE shall be equipped with a standard 101-key keyboard. b. Optical mouse at minimum c. The operator shall execute functions and operations by positioning a screen pointer (cursor) on the screen and pressing one of two buttons located on the mouse. The mouse shall be available in both left and right handed versions to accommodate operator preferences. The mouse will have a scrolling wheel to aid in screen movements. D. Headset Operation 1. Description: a. Two headset jacks shall be provided at each operator position which allows the operator to hear select audio via a headset and to allow the operator to respond via a microphone attached to the headset. This jack shall be compatible with either 4 or 6 wire headsets. Inserting the headset plug into the headset jack shall automatically disconnect the RDCS microphone and select speaker and disable the acoustic feedback cross -muting features. b. Trainer or supervisor shall be able to use the second headset jack to monitor transmissions at any user position without degradation of audio quality. c. Each headset jack box shall be equipped with a cable which connects the jack box to the RDCS. The length of this cable shall allow the jack box to be mounted in a logical location at the time of installation. The cable shall be long enough to provide the proper cable dressing upon installation. d. The capability to converse on the telephone using the same operator headset that is used for radio conversations shall be provided at each operator position. Connection to the telephone equipment shall be provided. Registered couplers shall be provided if required. The telephone audio shall be provided on a separate instant recall recorder output. 2. Headset Equipment a. The City currently uses the following Plantronics headset and PTT interface, interfaced to their wired jacks. 1) Headset - H251 N-Supra Plus NC M. 2) PTT Adapter — CA12/CD. b. Contractor shall provide, as a minimum, the same model numbers for the new RDCS system. c. Contractor may provide an alternative wireless headset and PTT adapter, as long as features and function DO NOT change. E. Footswitch 1. Description: a. A footswitch shall be provided to permit the RDCS operator to key the talkgroup or to disable the coded squelch within the base station without the use of hands. b. The footswitch shall be of dual design and configured in parallel. 800 MHz P25 Digital Trunked Simulcast Network System Section 4 Page 75 of 190 Rev. 4.4.17 Radio Dispatch Console System City of Miami, Florida Contract No. RFP592382 F. Audio unit 1. Description: a. The desktop audio panel shall include a minimum of select and unselect speakers, system control buttons, audio level controls, and a VU meter. 2. Technical specifications a. Operator position audio unit shall include: 1) Speakers for monitoring select and unselect channels. Speaker outputs shall be rated at 1 Watt minimum at no more than three percent (3%) THD. 2) Individual volume controls for each speaker. 3) VU meter. 4) General transmit switch or bar. 5) Capabilities to connect at least two OPTIONAL monitor speakers. G. Personal Computer Equipment 1. Description: a. Operator position system processor units shall be based on present state of the art Personal Computer (PC) technology and meet the following minimum requirements. In the event that enhanced technology, exceeding the specifications below, is available for the same cost, the City reserves the right to require the latest technology be supplied. 1) Use of standard hardware for workstation. 2) Use LCD monitor and mouse, keyboard for operator control. 3) Provide Graphical User Interface (GUI) using Microsoft Windows 7 or greater platforms. 4) Use Ethernet LAN client -server architecture for network access to RDCS configuration and operating information. 5) Support multiple Microsoft Windows 7 greater compliant applications concurrent with RDCS applications such as CAD, mobile data, AVL, as well as general Windows applications such as word processing, etc. 6) Support multiple, concurrent, screen windows within the same or different applications. 2. PC computers and workstations proposed and supplied shall be the latest standard models in current production, fully configured for the intended use. 3. It is anticipated that some PC models and configurations may change during the time between proposal and implementation, therefore: a. Contractor shall provide a detailed description of the proposed equipment, including specifications, cut -sheets, options, etc. b. Equipment to be supplied, including models and the final hardware and software configuration shall be coordinated with, and approved by, the City before delivery will be authorized. c. City will authorize delivery of approved equipment in writing to the Contractor. 2.9 MASTER CONTROL EQUIPMENT A. General 1. MCE shall contain the base station interfaces and receiver interfaces that are required to control the system. 2. It shall also contain the required phone patch interfaces, operator interfaces; trunked system interfaces, signaling interfaces, power supplies, reference clock interface and auxiliary input and/or output interfaces. 800 MHz P25 Digital Trunked Simulcast. Network System Section 4 Page 76 of 190 Rev. 4.4.17 Radio Dispatch Console System City of Miami, Florida Contract No. RFP592382 3. Either digital or analog switching architectures shall be acceptable under this specification provided that hum, noise, and cross -talk are at least 45 dB below the desired audio at full output. 4. All of the modules in the MCE shall be contained in EIA panel -mount chassis (card cages). The MCE shall be comprised of one or more card cages. Each card cage shall incorporate plug-in slots for the for the various module interfaces. 5. Future expansion shall be accommodated by adding more interfaces into available card cage slots and reprogramming or by adding card cages. B. Racks The MCE shall be installed in one or more open rack(s) measuring 84"H x 21"W. C. Power Supply 1. Description: a. A continuous duty power supply shall be provided for furnishing regulated low voltage to the MCE package. The regulator circuit shall incorporate an electronic circuit to protect RDCS equipment from excessive voltage should a malfunction occur. No human intervention shall be required. Short circuit current limiting shall be provided on each regulator circuit to protect the regulator circuit from accidental shorts and thereby prevent nuisance fuse blowing. b. Redundant power supplies shall be available in a hot standby mode such that, if one supply fails, its redundant backup shall take over. c. Charging of and transfer to backup batteries shall be provided. d. MCE shall use UPS or battery to provide a minimum of 30 minutes backup at full load. 2. Technical specifications a. The common electronics power supply shall meet or exceed the following: 1) Input Voltage 2) Input Current 3) Temperature Range 4) Regulation 93 - 264 VAC @ 47-63 Hz; 7 Amps nominal at 115 VAC for redundant supplies; 0° to + 45°C; and Steady state output voltages will remain within ± 0.5 VDC over any combination of rated AC Voltage range, rated AC frequency range, ambient temperature range, and drift after 60 seconds warm up. D. Local Operator Interface 1. Description: a. Each OPE shall communicate to, and be supervised by, its own position interface card in the MCE. b. Within the same building, the RDCS shall be able to be located a maximum distance of 2000 feet (via cable and ground connections) from the MCE and operate without degradation. c. If a distance greater than 2000 feet is desired or an operator is to be remotely located in a different building, a remote interface shall be utilized for each remote OPE desired. d. The interface between the OPE and the MCE shall be a dedicated multi -conductor cable. E. Remote Operator Interface 1. Description: 800 MHz P25 Digital Trunked Simulcast Network System Section 4 Page 77 of 190 Rev. 4.4.17 Radio Dispatch Console System City of Miami, Florida Contract No. RFP592382 a. The MCE electronics must be capable of supporting remote OPE beyond 2000 feet from the MCE. b. The remote OPE interface shall provide full RDCS control at a remote OPE location. RDCS features such as full parallel status, selective intercom, RDCS speaker audio, and RDCS diagnostics shall be standard capabilities of the remote operator interface. c. The System shall be capable of utilizing modems and leased lines (3002 grade), high-speed data networks, or microwave links to extend the separation of the OPE position to the MCE without intrinsic limitations on distance. F. Conventional Base Station Interface 1. Description: a. Each conventional 'base station interface shall incorporate all circuitry required to operate a remotely controlled base station. The conventional base station interface shall be capable of controlling base stations using industry standard tone remote control, DC remote control and E & M control. b. Input-output functions shall be provided as needed on each module. The identity of these functions shall be established by settings at the operator positions. Undefined I/O functions shall remain available for future use. If defined as an output function, a relay shall be provided to switch the Toad. If defined as an input, a buffer shall be provided to isolate the RDCS from transients. 2. Technical specifications a. Transmit Line Outputs: 1) Line Output: 2) Line Output Impedance: 3) DC Control: 4) Tone Control: b. Receiver Line Inputs: 1) Receive Sensitivity: 2) Call Light Sensitivity: 3) Line Balance: 4) Line Input Impedance: 5) Line Connection: +11 dBm into 600 ohm line, adjustable. 600 ohm or 10,000 ohm balanced. Constant current generation adjustable from zero to +7- 12.5 mA into a 10,000 ohm load. All standard tones and timing. -25 dBm (selectable -35 or -40 dBm). -25 dBm (selectable -35 or -40 dBm), 70 dB at 1000 Hz. 600 ohm or 10,000 ohm balanced. 2, 4, or 6-Wire. G. Trunked. Base Station Interface 1. Description: a. Each trunked base station interface shall incorporate the circuitry required to operate a remotely controlled single transmitter, single receiver trunked repeater. b. The trunked base station interface shall accept data from the system trunking controller. This data shall consist of current talkgroup and repeater assignments. Using this data, the RDCS trunking module shall update the RDCS talkgroup control indicators. c. Six input-output functions shall be provided as needed on each module. The identity of these functions shall be established by settings at the operator positions. Undefined I/O functions shall remain available for future use. If defined as an output function, a relay shall be provided to switch the load. If defined as an input, a buffer shall be provided to isolate the RDCS from transients. 2. Technical specifications 800 MHz P25 Digital Trunked Simulcast Network System Section 4 Page 78 of 190 Rev. 4.4.17 Radio Dispatch Console System City of Miami, Florida Contract No. RFP592382 a. Transmit Line Outputs: 1) Line Output: +11 dBm into 600 ohm line, adjustable. 2) Line Output Impedance: 600 ohm or 10,000 ohm balanced. b. Receiver Line Inputs: 1) Receive Sensitivity: -25 dBm (selectable -35 or -40 dBm). 2) Call Light Sensitivity: -25 dBm (selectable -35 or -40 dBm). 3) Line Balance: 70 dB at 1000 Hz 4) Line Input Impedance: 600 ohm or 10,000 ohm balanced. 5) Line Connection: 2 or 4 Wire. H. Voting Receiver Interface 1. Description: a. The RDCS voting interface shall accept status inputs from a comparator and provide control lines to a comparator. Using the proper RDCS controls, the operator shall be able to monitor the comparator's activity and force selection to a different site. 2. Technical specifications a. The functions provided shall be: 1) DISABLE --output function. 2) RECEIVE --input function. 3) FAIL --input function. 4) VOTE/FORCE VOTE --bi-directional function]. I. CAD Interface 1. Description: a. The RDCS shall be capable of accepting initiation commands from the CAD system and sending acknowledgments to the CAD system. 2. Technical specifications a. Interface: EIA232 I/O port. J. Digital Voice Logger Interface 1. In addition to the conventional and trunked logging recorder upgrade requirement, three separate logging recorder audio outputs shall be provided for each operator position: a. Radio select audio; b. Radio un-select audio; and c. Telephone audio. 2. All outputs shall be suitable for connection to an external instant recall recorder or logging recorder. 3. Technical specifications a. Interface Output: -10 dBm average voice. b. Interface Impedance: 600-ohm balanced output nominal. K. Time Sync Input 1. Description: a. The RDCS shall support clock synchronization. 2. The following interfaces shall be supported: a. !RIG B input from external source (1 to 4 Vp-p amplitude signal). b. Master Clock, Ethernet port and RS-232 interface, Format 0 or Format 1. L. Logging Printer and Alarm Indications 800 MHz P25 Digital Trunked Simulcast Network System Section 4 Page 79 of 190 Rev. 4.4.17 Radio Dispatch Console System City of Miami, Florida Contract No. RFP592382 1. The detection of a malfunction shall be available at a system printer port that is connected to common electronics package. The identity of modules which have been switched shall be logged on the printer. A special indicator on failed module(s) shall be illuminated. 2. The printout of diagnostic and/or self -healing actions shall be generated only at the time of the occurrence and shall not reprint unnecessarily. 3. All RDCS operator positions shall be notified (both message and alarm notification) of any error(s). 4. The alarm notification shall consist of several tone bursts and abbreviated message on the RDCS operator position. END OF SECTION 4 800 MHz P25 Digital Trunked Simulcast Network System Section 4 Page 80 of 190 Rev. 4.4.17 Radio Dispatch Console System City of Miami, Florida Contract No. RFP592382 SECTION 5 - ALARM AND CONTROL PART 1: GENERAL 1.1 SUMMARY A. This Section provides specifications and requirements for an integrated monitoring and control system for local and remote site facilities and equipment. 1. The system is used to provide remote indication of status, alarms, and analog values, and to provide remote control relay operations. 2. It shall include the capability of interfacing to and monitoring the digital microwave system and all other components of the radio system and backup power equipment and shelter conditions. B. The system shall acquire, process and display information in an integrated and uniform fashion for a variety of critical systems including: 1. Trunked and conventional radio systems; 2. Digital Microwave System, leased lines and data networks; 3, Local and remote site facilities (housekeeping alarms); and 4. Primary and backup power systems. C. This specification describes equipment that is critical to the maintenance and oversight of the public safety communications network. Therefore, all proposed equipment shall be high quality, durable, and generally acknowledged as "public safety" grade, designed and manufactured to provide high reliability under heavy use in severe environments. D. This Section includes requirements for : 1. Master Station Equipment; 2. Remote Terminal Units; 3, Interface cards; 4, Power supplies; 5. Installation; 6. Programming; 7. Testing and Acceptance; and 8. Documentation. The balance of his page is left intentionally blank. 800 MHz P25 Digital Trunked Simulcast Network System Section 5 Page 81 of 190 Rev. 4.4.17 Alarm and Control City of Miami, Florida Contract No. RFP592382 PART 2 - PRODUCTS 2.1 MANUFACTURERS Subject to compliance with requirements, this section is open to all manufacturers and integrators offering products that meet or exceed these specifications. 2.2 GENERAL A. All equipment and components shall be supplied and installed in accordance with all manufacturers and associated project requirements to provide a complete working system. B. Environmental 1. All equipment rooms are air-conditioned; however, the Contractor must provide the guaranteed operating temperature range and the BTU's of heat generated for each primary piece of equipment in the proposed system. 2. Equipment will function properly under the following environmental conditions: a. Temperature: 1) Operating Range: 0°C to +50°C 2) Storage: -40°C to +65°C b. Humidity a. To 95 percent non -condensing c. c. Altitude a. 0 to 16,400 ft. (5000 meters). AMSL C. Alarm and Control system components include: 1. Master Station Equipment; 2. Remote Terminal Units; 3. Power Supply; 4. Software; and 5. Cabling and terminations. 2.3 GROUNDING AND SURGE PROTECTION All components shall be properly grounded and installed with surge protection per standard industry practice, manufacturer's standards, and requirements herein. 2.4 MASTER STATION EQUIPMENT (MSE) A. The MSE shall provide primary processing, display, and control of information to and from a variety of RTUs. B. The MSE shall meet the following general requirements: 1. Expandable software and hardware architecture, easily updated by adding software modules and hardware boards. 800 MHz P25 Digital Trunked Simulcast Network System Section 5 Page 82 of 190 Rev. 4.4.17 Alarm and Control City of Miami, Florida Contract No. RFP592382 2. Hardware and software platform shall be PC based using current versions of hardware and software. 3. Redundant configuration with hot standby. 4. Provide instantaneous and comprehensive network status information on both graphic and tabular displays. 5. Provide full archiving and control functions. 6. Mediate multiple alarm protocols for higher lever network management systems. 7. Designed to monitor a large cross section of equipment so that it can consolidate multiple alarm systems rather than just poll alarms manufacturer's RTUs. 8. Report alarms to managers and other interrogators. 9. Perform full management functions with a local terminal. 10. Provide web browser interface for common management functions. 11. Provide email notification of alarms. 12. Provide alarm filtration and consolidation. 13. Provide alternate paths for remote connectivity. 14. Provide alpha -numeric paging notification of alarms. 15. Provide secure web browser interface to monitor alarms and perform control and management functions via Intranet or Internet. C. MSE/RTU Communications Protocol(s) supported. D. Work Stations provided: Four local work stations shall be provided and installed as follows: 1) One (1) at the GSA Radio Support room. 2) One (1) at the Miami Police Electronics room 3) One (1) at the Miami Fire Station 3 4) One (1) at the Fire College E. Standard Features: 1. Tabular Screen Based Monitoring Operation- shall provide programmable display screens including the following: a. System summary- High level screen summary window with links to other screens; b. Change of State- summary of points that have changed state from alarm to normal or normal to alarm; c. Standing alarms- summary of all points in alarm condition; and d. Programmable alarm windows allowing logical grouping of alarms such as by type or site. 2. Graphic Screen Operation- shall provide for the graphic depiction of the network allowing annunciation and point selection via icons: a. Nested tree depiction of the network with drill down capability; and b. Capability to drive external display devices. 3. Programmable console environment including: a. Database definition; b. Screen colors; 800 MHz P25 Digital Trunked Simu[cast Network System Section 5 Page 83 of 190 Rev. 4.4.17 Alarm and Control City of Miami, Florida Contract No. RFP592382 c. Alarm summary formats; d. Blink attributes; e. Pager alarm formats; and f. Audible alert formats. 4. Remote Access Operation: a. Provide multiple user access via dedicated circuits; b. Support a minimum of five (5) concurrent users; and c. Support browser based interface or dedicated client software. 5. Status Points- the following status types shall be supported: a. Simple status — contact open or closed; and b. Change detect — simple status plus change detect since last scan. 6. Control Points- the following relay control types shall be supported: a. Direct control; b. Select before operate; and c. Batch — control multiple relay with a single operation. 7. Analog points - display the value of a telemetered quantity such as temperature, fuel level, VSWR, etc. 8. Time stamp indicating date and time of message within 0.5 secs. 9. Conditional assignable text messages (minimum 256 characters) for each point to be issued on a change of state or alarm. 10. Alarm qualification- on a point basis, programmable delay before alarm is issued. 11. Alarm de -activation — on a point basis, the ability for the operator to de -activate an alarm to inhibit additional annunciation. 12. Alarm history: a. Logging of all alarms to disk and printer (selectable). b. Minimum history log of 500,000 entries. 13. Pager support: a. Software and modem interface to route messages to alphanumeric pagers; b. Database administration utility to control which alarms initiate pages and which personnel are notified; and G. Pager acknowledgement via dial -in DTMF control or internet. 14. Email support- text message of alarm sent to email lists. 15. Ping interrogator — to confirm that servers, routers, and IP based equipment are physically present on the network. 16. Editor providing point configuration utilities to create and edit point databases. 17. Security — Multiple levels of user name and password protection to all for flexible system management. 18. Provide primary dedicated and dial -up back-up master to remote communication channels. 19. Provide VPN internet port for remote access, 800 MHz P25 Digital Trunked Simulcast Network System Section 5 Page 84 of 190 Rev. 4.4.17 Alarm and Control City of Miami, Florida Contract No. RFP592382 2.5 REMOTE TERMINAL UNITS (RTUs) A. Remote Terminal Units shall be provided in sufficient quantities to monitor the entire network including: 1. Trunked radio network and conventional base stations; 2. Antenna systems; 3. Site facilities including shelter, tower, lighting, power, generator; 4. Microwave radios, channel banks, etc.; 5. Data network equipment including routers, switches, etc.; and 6. Other Miscellaneous equipment. B. RTUs shall be fully compatible with the MSE supplied and provide complementary functionality wherever necessary to provide a complete working system. C. Contractor shall provide information on the status/alarms, control outputs, or analog inputs supported. D. All inputs shall be electrically isolated using optical coupling. E. Support time stamp and system time synchronization. F. Terminations for all points shall be provided on suitable terminal blocks providing ease of installation, testing, and maintenance. G. Physical Requirements: 1. 19-inch rack mount; 2. 120 VAC power; and 3. 18 to -36 VDC power. 2.6 SYSTEM SOFTWARE A. Six (6) sets of MSE software media shall be provided. 8. One (1) set of RTU software media shall be provided for each RTU plus two additional sets to be delivered to the City, C. Complete system software documentation shall be provided, including instructions on installation, testing, and back-up. END OF SECTION 5 800 MHz P25 Digital Trunked Simulcast Network System Section 5 Page 85 of 190 Rev. 4.4.17 Alarm and Control City of Miami, Florida Contract No. RFP592382 SECTION 6 - DIGITAL VOICE LOGGING RECORDER (DVLR) PART 1: GENERAL 1.1 SUMMARY A. This Section provides the requirements for the provision of a Digital Voice Logging Recorder system that will be used to record and playback voice traffic from the proposed trunked radio system as well as existing and planned conventional radio channels. B. This Section includes the following: 1. Security Requirements 2. Playback Requirements 3. Power Source Requirements 4. VOX/Gain Control Requirements 5. Recorder Requirements 6. Networking Requirements 7. Workstation Requirements 8. Physical Conditions / Environmental Requirements 9. Alarm Requirements 10. Documentation Requirements C. Related Sections include Section 3 Trunked Radio Network 1.2 REFERENCES The voice recorder shall meet as a minimum the applicable requirements and standards of the following: 1. Federal Communications Commission (FCC) Rules, Part 15 and Part 101 2. Institute of Electrical and Electronic Engineers (IEEE) 3. American National Standards Institute (ANSI) 1.3 TEST EQUIPMENT Contractor shall provide a list of tools and test equipment (common and specialized, and including any built-in testing facilities that are functionally equivalent to external test equipment) necessary to install, operate and maintain all equipment proposed in the quotation. In addition, sources and list prices are required for equipment not manufactured by the Contractor. 1.4 SPARE PARTS A list of all recommended spare parts and replaceable modules required to adequately support the system shall be supplied by the Contractor. 1.5 ENVIRONMENTAL REQUIREMENTS A. All equipment rooms are air-conditioned; however, the Contractor must provide the guaranteed operating temperature range and the BTU's of heat generated for each primary piece of equipment in the proposed system. 800 MHz P25 Digital Trunked Simulcast Network System Network Section 6 Page 86 of 190 Rev. 4.4.17 Digital Voice Logging Recorder City of Miami, Florida Contract No. RFP592382 B. Equipment will function properly and shall meet all specifications under the following environmental conditions: 1. Temperature Range (Full Performance): 5 degrees C to +40 degrees C. 2. Storage: -40 degrees C to +65 degrees C. 3. Humidity: 0 percent to 95 percent, non -condensing. 4. All control panel surfaces shall exhibit an electrostatic discharge immunity of 15 kV. The balance of this page is intentionally left blank. 800 MHz P25 Digital Trunked Simulcast Network System Network Section 6 Page 87 of 190 Rev. 4.4.17 Digital Voice Logging Recorder City of Miami, Florida Contract No. RFP592382 PART 2 — PRODUCTS 2.1 MANUFACTURERS Subject to compliance with requirements, this section is open to all digital voice logging recorder manufacturers and integrators offering products that meet or exceed specifications in the following sections. 2.2 GENERAL REQUIREMENTS A. The DVLR shall be capable of recording and processing the following: 1. Trunked and conventional radio channels. 2. Detrunking Trunked radio calls recorded on a channel basis for proposed system 3. E911 telephone positions. 4. 9-1-1 Calltaker voice traffic 5, Admin/PSTNNOIP telephone lines. 6. Console select and unselect audio. 7. General 2 and 4 wire audio circuits. B. The DVLR shall be compatible with the proposed System and the MicroData 9-1-1 phone system currently in use at the City. C. The following table shows the recording channel requirements. CATEGORY COUNT Trunked Talkgroups Per Design Radio Console Positions 35 Select Audio 30 Unselect Audio 60 Conventional Radio 20 E911 Positions 30 Admin Phone Positions 30 Administrative VOIP Phone Extensions 36 D. The DVLR shall be capable of expansion by fifty percent (50%) to accommodate future growth and recording needs. E, The voice recorder shall have a MTBF of at least 20,000 hours with normal periodic maintenance that will be described in detail in the offer. The hard disc MTBF shall be at least 200,000 hours. The MTTR shall not exceed 30 minutes. F. The removal of a defective channel/module shall be possible while the voice recorder remains operational. G. Time/date shall be recorded simultaneously with all calls. During playback, time/date shall be displayed. Reproducing pauses or quiet periods within calls shall also be possible. 800 MHz P25 Digital Trunked Simulcast Network System Network Section 6 Page 88 of 190 Rev. 4.4.17 Digital Voice Logging Recorder City of Miami, Florida Contract No. RFP592382 H. The System architecture shall be such that the failure of one component or module will not result in loss of audio collection or storage. All critical system modules shall be protected through the use of redundant modules to ensure single point failure tolerance. I. The central equipment power supply shall be modular and shall include redundancy such that the power supply system is capable of meeting full and continued supply of system power requirements in the event of failure of a power supply module. J. The System shall have a hot standby operation on vital modules such that upon the failure of any of those modules, the system shall automatically switch -over or utilize the back-up module. The failure of any component shall not cause the loss of any audio from any analog port. It is understood the non -redundant digital port audio collection may be an exception to this requirement. 1. The System shall include online monitoring, system administration, and a maintenance position. 2. Each audio signal entering the logging recorder shall be converted to its digital equivalent with compression. 3. The System shall be equipped with a digital power monitor to monitor all voltages, power breakers, port activities or inactivity, and system alarms. Upon a failure condition, it will display an alarm message and/or audible alert with the ability to page or contact the Contractor's 24 x 7 support center where it can be remotely diagnosed and dispatched for service. 4. System Availability: The voice logger and storage system shall be available to users 24 hours per day, seven days per week. a. The Contractor supplied hardware and software must provide the City with recording system availability of no less than 99.999 percent. b. If the proposed system availability is less than 99.999 percent, the Contractor must detail the reasons for the decreased availability. c. The recording system will be considered down whenever normal PSAP operations cannot be recorded or retrieved. 5. The voice logging recorder and storage system downtime resulting from external causes, including but not limited to acts of God, fire, or the City's negligence, will be excluded from downtime calculations. K. Redundancy 1. The DVLR must support an internal or external hot-swappable RAID 5 disk array. 2. The recorder must support dual hot swap power supplies. 3. The recorder module must support a power supply that allows a failed unit to be ex- changed without compromising the recorder performance. The recorder must continue to operate fully with one failed power supply module within the unit. 4. The analog audio interfaces must support a master/slave redundant configuration as specified by channel. L. Reproduction of the recorded conversation of one or more channels will not affect the simultaneous recording of incoming communications. M. The System software shall prevent premature erasure of recordings from the storage media as long as the preset archive period has not expired. N. There will be protection (passwords) to avoid destruction of the archives due to erratic operation. Also, it will not be possible to alter, erase or amend any voice data of the 800 MHz P25 Digital Trunked Simulcast Network System Network Section 6 Page 89 of 190 Rev. 4.4.17 Digital Voice Logging Recorder City of Miami, Florida Contract No. RFP592382 recorded conversation. If unauthorized access is attempted, the system must sound an alarm. 2.3 HARD DRIVE A. Each individual recording module must be capable of being configured with internally mounted "hard drive" 1) Internal Hard drive shall be redundant (e.g. mirrored disks, RAID 5), so that failure of a hard disk drive does not cause loss of all data. B. Each recording module must be capable of storing up to 80,000 channel hours. C. The database must be able to maintain an extremely high insert rate, be resistant to hacker and virus attacks, very secure and stable (not prone to corruption). D. Messages stored on the hard disk must automatically be copied to the archive media unless the archiving is disabled. E. In the event that the instant recall buffer is approaching 100 percent full of un-archived data and there is no archive available, the recorder must initiate an alarm warning that data will be lost if a new archive is not enabled F. For security reasons, it must not be possible to manually delete specific individual messages from the hard drive of the recorder. 2.4 ARCHIVE A. The recorder module must support single or dual archive decks. In dual deck mode it must be possible to operate the decks in sequential or parallel mode. 1. In sequential mode, one deck must archive while the other is in standby. The second deck starts archiving only if the removable archive media becomes full on the first deck or if the first deck fails. 2. In parallel mode, both decks must archive simultaneously to create duplicate archive media. B. The DVLR must support manual archiving by channel and date range. C. The DVLR must have a customer -defined feature to select the expiration date after which the media can be overwritten. D. In the dual deck configuration, the DVLR must have an option of one deck archiving while the second is in retrieval mode. E. When the removable media is full, the DVLR must alarm to notify the administrator that a change of media is required. F. The supported removable archive media must have a published shelf life of at least 30 years. G. Access to the archive drives must be simple but prevent unauthorized ejection of media to prevent loss of data security and coherence. 800 MHz P25 Digital Trunked Simulcast Network System Network Section 6 Page 90 of 190 Rev. 4.4.17 Digital Voice Logging Recorder City of Miami, Florida Contract No. RFP592382 H. The DVLR must support configurable archiving schemes: 1. Archive daily at a specified time. 2. Archive every one, two, three or four weeks at a specified time. I. Archive storage media 1. DVD a. Life expectancy: 20+ year's min. under normal conditions. b. Automatic transfer of data to the standby DVD drive will take place when the main storage medium has reached capacity. c. The DVD must record at least 425,000 messages and a total of 770 channel hours per side while maintaining a replay quality of at least equivalent to that available with ADCPM compression at 24 kbitlsec. d. The system shall be able to reproduce archived recordings without interrupting the simultaneous recording of incoming live communications. 2.5 PLAYBACK A. Users shall be able to play back audio from networked workstations 1. Networked workstations only require two analog output channels, 2. Audio must be transferred over the LAN in compressed format and optionally formatted (via the search and replay application) to .wav format at the client workstation. 3. The audio must be streamed to the user desktop to enable faster replay. 4. Replay must be possible for up to six concurrent users to access the VRS. 5. It must be possible to record on all channels during replay. The replay operation must not affect the record performance in any way. 6. DVLR must provide a Windows -based client replay application that supports online help. a. Contractor shall provide an actual screen shot of the basic search screen in .jpg format. 7. The search and replay client application must be capable of displaying calls graphically, by channel, by talk group and/or radio ID. a. Contractor shall provide an actual screen shot in .jpg format depicting calls being graphically displayed. 8. Search and replay application must be capable of displaying and replaying an unlimited number of channels in synchronized mode, allowing effective scenario reconstruction. B. Comprehensive QAIQI administration program permitting 1. Review of all phone and radio transmissions 2. Capability to manage QA process for each employee and recall prior QAIQI reports by employee name 3. Application shall provide templates to complete QAIQI reporting for all disciplines. 4. The City currently uses the (} and requires that any replacement offer functionality that is equivalent to or better than that package C. System shall support remote access for playback, review and system administration. D. The System shall provide an interface to permit copying of recordings to a CD-R or USB device that is to be provided with the system. 1. Unit must be capable of printing labeling directly to the CDIDVDs being created 2. The label must contain the following information: 800 MHz P25 Digital Trunked Simulcast Network System Network Section 6 Page 91 of 190 Rev, 4.4.17 Digital Voice Logging Recorder City of Miami, Florida Contract No. RFP592382 a. CD/DVD Number b. System ID c. Start date/time d. Stop date/time E. The System shall have the following minimum search parameters (search by one or combination): 1. Talk group 2. Radio ID 3. RE channel 4. Date 5. Time 6. ANI 7. Caller ID 8. Agent name 9. Agent ID 10. Position or Alias • Extension Number • Dialed Number • Calling Number • Annotation - user specific notes • ANI/ALI data • Call number index F. Please provide detailed list of all data elements that can be used as search criteria. G. The System shall support the following operating modes: 1. Real Time Playback - In this mode, the silence between transmissions is re- constructed and the transmissions are heard in the same time relationship as the original transmissions. If two transmissions occurred five (5) minutes apart, it will take five (5) minutes for the playback to occur. 2. Compressed Time Playback - In this mode, the silence between transmissions is eliminated and replaced by a one (1) to two (2) second pause. H. It must be possible to combine any number of search criteria elements into one search function to provide complex but efficient system -wide searching capability. I. The DVLR must toggle AGC on and off during replay. J. The search and replay application must support block replay. This replay feature involves the selection of multiple recordings displayed graphically which can be played sequentially by one press of the play button. K. The search and replay application must view all recording channels. The search and replay application must not require the user to have knowledge of the channel map to specify from where the message needs to be replayed. L. The search and replay application must seamlessly perform search and replay on both 9-1-1 telephony calls and trunked and conventional radio recordings. 800 MHz P25 Digital Trunked Simulcast Network System Network Section 6 Page 92 of 190 Rev. 4.4.17 Digital Voice Logging Recorder City of Miami, Florida Contract No. RFP592382 M. The search criteria must support both radio information (radio ID, radio alias, talk group , talk group alias, and channel ID) and 9-1-1 (ANI/ALI) information). N. The search and replay application must limit individual users to retrieve and replay calls related to specific talk groups or groups of designated talk groups. O. It must be possible to play recordings in mixed mode, where the recordings are replayed as they occurred; or in sequential mode, where each recording is played back sequentially one at a time. This may aid the user in understanding individual recordings where multiple radio transmissions or telephone calls occur on different recorder channels simultaneously. P. There must be no limit to the number of recorder channels that can be displayed and replayed synchronously, up to the recorder system capacity. Q. During playback of recordings, it must be possible to select a spoken date and time option to provide audible call authentication. It must be possible to configure how often the date and time is spoken. The range for the spoken time interval must be configurable independently from the spoken date. The spoken time/date volume must be adjustable such that the recordings are not drowned out. R. It must be possible to vary the speed of playback without pitch distortion, from 0.5 x to 2x. S. It must be possible to define the skip forward/backward interval between one second and 60 seconds. T. The system must resolve any duplication, detrunk archived radio communications, and present a coherent conversation to the user. U. Playback of the recorded conversation of one or more channels will not affect the simultaneous recording of incoming communications. V. During playback, time/date shall be displayed. 2.6 TIME SYNCHRONIZATION The Logger must have an interface to the master clock system provided by the Contractor. The Contractor must include all necessary cabling and interfaces. SECURITY A. Access to the recorders shall be allowed via personalized passwords with individual access levels. These passwords must be software based at recorder and workstation level. B. The DVLR must support a security setup to include unique security accounts allowing operators to access only specified channels with specified functionality. C. The DVLR must support a configurable feature which prevents unauthorized users from ejecting media from the recorder module. Media that has been designated for removal from a remote PC workstation must not be ejected from the recorder. 800 MHz P25 Digital Trunked Simulcast Network System Network Section 6 Page 93 of 190 Rev. 4.4.17 Digital Voice Logging Recorder City of Miami, Florida Contract No. RFP592382 The DVLR must support a configurable feature which prevents unauthorized users from replaying media. E. The recorder must not require access to the operating system level for any function of use or maintenance of the VRS. All operations must be provided through a user-friendly application from a remote client PC. No recorder will be accepted that requires the need to access the recorder desktop or operating system for any configuration, installation or upgrades to the VRS. F. Audio stored on the DVLR must be stored in a secure format. Formats that can be played by the Windows Media Player are not acceptable. 2.8 RECORDER REQUIREMENTS A. Audio frequency response: flat from 300 to 3400 Hz ± 3 dB. B. Channel crosstalk: < -50 dB at 1 kHz (0 dBm input level). C. Distortion: 5% max. from 300 to 3400 Hz. D. Signal to noise ratio: > 40 dB at 1 kHz (0 dBm input level). E. The system must be equipped with a headset jack on the front of the system for monitoring via headset. F. The system shall provide an interface to permit copying of recordings to a CD-R or USB device that is to be provided with the system. 1. Unit must be capable of printing labeling directly to the CD/DVDs being duplicated. 2. The label must contain the following information: a. DVD Number b. System ID c. Start date/time d. Stop date/time G. In monitor/replay mode, a VU-meter must display the signal level in dB. H. The recorder must have an audio amplifier of at least two (2) watts. During the reproduction of a recorded communication, the noise will also be reproduced. I. It must be possible to replay/monitor up to 4 channels simultaneously. J. The recorder must provide analog signal outputs for online replay of calls via separate replay terminals. K. VOX/GAIN CONTROL 1. AGC attack time: 20 msec / 24 dB. 2. AGC release time: 2 msec / 24 dB. 3. A 40 dB rise in input must result in less than 3 dB rise on output. 800 MHz P25 Digital Trunked Simulcast Network System Network Section 6 Page 94 of 190 Rev. 4.4.17 Digital Voice Logging Recorder City of Miami, Florida Contract No. RFP592382 4. VOX excitation level for each channel shall be remotely adjusted separately in digital steps from 20 mV to 2000 mV. 5. Acceptable record triggers (per channel): a. VOX b. Contact operation c. Continuous mode d. LAN 6. The system must provide a pre -trigger function of at least two (2) seconds so that no recording gets lost due to a start delay. 2.9 HIGH CAPACITY CD 1 DVD BURNER A. Miami requires the ability to create multiple copies of CDs or DVDs for distribution to agencies requiring call log information. B. Contractor shall provide a professional grade high capacity networkable CD/DVD duplicator. C. Unit must be have a minimum capacity of 50 CD/DVDs. D. Bravo XRn Disc Publisher by Primera or equivalent is recommended. E. Unit must be capable of printing labeling directly to the CD/DVDs being duplicated. 2.10 PHYSICAL / ENVIRONMENTAL CONDITIONS A. Equipment will function properly and shall meet all specifications under the following environmental conditions: 1. Temperature Range (Full Performance): 5°C to +40°C. 2. Storage: -40°C to +65°C. 3. Humidity: 0 to 95°I0, non -condensing. B. All Equipment shall be rack -mountable in standard 19-inch racks. 2.11 POWER SOURCE A. The system shall be powered by 115/230 VAC ±10%. B. After a power failure, the voice recorder must start in the same operational mode as before the power failure (i.e., if "VOX" mode was chosen, the voice recorder must start in the same mode.) 2.12 TRANSIENT VOLTAGE SURGE SUPPRESSION (TVSS) A. It is a requirement that all equipped recording ports be protected by secondary TVSS lightning protection devices. C. These devices must be listed as UL 497A secondary TVSS or transient voltage surge suppressors; they must be installed in series between the primary telephone service provider protector and the communications equipment. 800 MHz P25 Digital Trunked Simulcast Network System Network Section 6 Page 95 of 190 Rev. 4.4.17 Digital Volce Logging Recorder City of Miami, Florida Contract No. RFP592382 D. The TVSS devices must list a clamping voltage of 250 volts (.25 kV) or less for plug-in TVSS, or commensurate with the service voltage on hard -wired TVSS. E. It is required that the TVSS will not degrade the audio signaling. F. The TVSS devices must have a minimum of a one-year manufacturer's warranty. 2.13 DOCUMENTATION A. Training Materials 1. Training materials shall be provided for all students covering all aspects of the training. Students will retain all such training materials. 2. Training materials shall be professionally produced, and provided in heavy duty three ring "D ring" style locking binders. Loose leaf materials are not permitted. Paper shall be shall be 8 1/2 x 11" whenever possible. If larger paper is utilized it must be professionally incorporated into the document. Minimum paper quality permissible shall be 24# bond and ISO brightness of 90. Binders shall be color coded where it will provide an organizational benefit. 3. Illustrations and photographs, where provided, shall be specific to the City's installation. Color photos must be provided where detail or clarity is supported by use of color. Black and white photocopying of color materials is unacceptable. 4. Contractor shall provide fully editable (softcopy) versions of all training materials so that the City trainers can update the course materials over time. All such materials shall be provided in Microsoft Office 2003 or 2007 format or another format approved by the City. Where possible, document files shall be provided in a section/chapter by section/chapter break-out AND a fully compiled version. Tables of contents, formatting, and page numbering shall be dynamic and self -modifying when the document is edited. B. Operation and maintenance manuals for all equipment shall be furnished in order to provide instructions for installation, testing, commissioning, and to provide information, procedures, and recommendations for maintenance of the equipment. C. Each instruction book shall provide descriptive information, alignment procedures, maintenance and troubleshooting procedures, and factory test data. The descriptive information section will provide an overall operational outline of the equipment and technical specifications. D. The alignment procedure section will cover installation, turn -on, and start-up tests. E. Factory system test results will be included in the factory test data section. END OF SECTION 6 800 MHz P25 Digital Trunked Simulcast Network System Network Section 6 Page 96 of 190 Rev. 4.4.17 Digital Voice Logging Recorder City of Miami, Florida Contract No. RFP592382 SECTION 7 — NON -FIXED USER VOICE RADIO EQUIPMENT PART 1: GENERAL 1.1 SUMMARY A. This specification describes portable, mobile, and control station equipment and is intended for Public Safety applications. B. Non -fixed radio equipment shall be proposed for conventional and trunked radio channels in the 800 MHz band. C. Key attributes of all subscriber equipment are: 1. High quality, durable designs, manufactured to provide high reliability under heavy use in severe environments. 2. Ease of operation, including controls and indicators that enhance user operation in low visibility or high stress situations. 3. Software programmability. 4. Availability of accessories to adapt equipment to different situations. D. The scope includes: 1. Procurement, installation, programming, training and support for the following: a. Portable radios and accessories; b. Mobile radios and accessories and; c. Control station radios and accessories, d. Acceptance testing. e. Training. The balance of this page is intentionally left blank. 800 MHz P25 Digital Trunked Simulcast Network System Section 7 Page 97 of 190 Rev. 4.4.17 Non -Fixed User Voice Radio Equipment City of Miami, Florida Contract No. RFP592382 2.1 MANUFACTURERS Subject to compliance with requirements, this Section is open to all non -fixed user equipment manufacturers and integrators offering products that meet or exceed specifications in the following Sections. 2.2 GENERAL REQUIREMENTS A. Contractor shall provide unit pricing for all non -fixed user radio equipment. B. Information on current 800 MHz radio channels and FCC licenses is provided in Appendix D. C. FCC type accepted and designed in accordance with the requirements of Part 90 of the FCC Rules and the appropriate EIA and related agency specifications. D. Equipped with the following modes of operation on any channel, including the following: 1. P25 Phase 1. 2. Upgradeable to P25 Phase 2. a. Contractor shall provide information on the ability to upgrade each radio offered, and projected date upgrade is available. 3. AES Encryption Protocol, compliant with the P25 standards in general and TIA/EIA/IS-102-AAAA Rev A (or latest revision), shall be provided for D3 higher tier units. E. Utilize a synthesized frequency, an all solid-state design. F. Support new features through software programming and not reconfiguration of hardware. Software programming shall be conducted at the Contractor's local service facility or at a City -designated location during City's designated working hours. G. Utilize a timer circuit that shuts down user PTT after a programmable amount of time elapses. The timer circuit shall be programmable by unit and channel. An audible tone shall be initiated to notify the user when time out occurs. H. Capable of being programmed to operate on any 700 or 800 MHz radio channel in the corresponding licensed band of the land mobile spectrum. I. Accommodate all channels in that band programmed into the radio without any performance degradation. Talk -around (direct) mode shall also be supported. J. Be of an ergonomic design permitting ease of operation over extended periods, typically 8-12 hours for each operator. 2.3 TRUNKED RADIOS A. General: 1. Be compatible with the proposed System. 2. Programmed to support all applicable talk group calls. 800 MHz P25 Digital Trunked Simulcast Network System Section 7 Page 98 of 190 Rev. 4.4.17 Non -Fixed User Voice Radio Equipment City of Miami, Florida Contract No. RFP592382 3. Programmed to provide a visible and audible alert when all channels are busy. 4. Equipped with an emergency alert that requires acknowledgement. 5. Equipped to be disabled via over the air commands. 6. Shall be provisioned to transmit unit ID or alias name with every PTT. B. Specially equipped subscriber units: 1. Quantity and talk group assignment to be determined following contract award. 2. Shall be provisioned to receive unit ID or alias name for incoming calls. 3. Shall be equipped to establish a talk path with a single unit while in trunked or P25 mode. This conversation will be private, limited to the two units involved. Other units, including the dispatcher, shall not be capable of monitoring the transmission. 4. Have the ability to selectively alert another radio and require a response to the alert. The radio receiving the alert shall display the unit ID of the transmitting radio. 5. Shall be provisioned with voice encryption (AES) without the addition of external hardware that adds extra size and/or weight to the radio. 6. Shall be GPS enabled to allow AVL compatibility. C. Trunked radio models For trunked portable, mobile, and control station radios, at least three different models of subscriber radio equipment shall be offered. The purpose is to provide a range of standard products from which radios can be to match the user needs. All units are intended for public safety applications and differ only in features and capabilities such as display, modes, channels, options, etc. 1 Type D1: a. Typically identified as the model with no display. b. The purpose of the Di radio is reliable trunked radio use at the lowest cost. c. Type Di subscriber radio equipment shall be analog and digital voice equipped, fully programmable and provide a basic set of features with less channel and/or talkgroup capacity than a D2 or D3 unit. d. Di units shall meet the specifications as further described in this section and provide the following minimum features: 1) P25 800 MHz radios will operate on other 700/800 MHz systems outside the bounded coverage areas as described in the coverage requirements section of this Scope of Services; 2) Trunked and/or Conventional Operation; 3) Receives verification tone when channel has been acquired; 4) Receives tone to indicate in queue to acquire a channel; 5) Emergency Alert button sends portable user's identification to the dispatcher with any emergency alert tone or message; 6) OTAP (over -the -air -programming); 7) Remote shut-off/radio disable capability; 8) Selectively disable/enable channels remotely; and 9) Equipped to seamlessly roam from different sites in the network. 2. Type D2: a. Typically identified as the model with a display and limited keypad. b. Units are typically assigned to personnel who may need to access a large number of channels with an enhanced feature set. c. Type D2 subscriber radio equipment shall be analog and digital voice equipped, fully programmable and provide an enhanced set of features with Tess channel and/or talkgroup capacity than a Type D3 unit but more than a Type Di. 800 MHz P25 Digital Trunked Simulcast Network System Section 7 Page 99 of 190 Rev. 4.4.17 Non -Fixed User Voice Radio Equipment City of Miami, Florida Contract No. RFP592382 d. Type D2 units shall meet the specifications of Type D1 units with the following additional features: 1) Caller ID display; 2) Alphanumeric display; 3) Limited Keypad; and 4) Private or single unit calling. 3. Type D3: a. Typically identified as the model with full display and keypad. b. Type D3 subscriber radio equipment shall be analog and digital voice equipped, fully programmable and provide a full set of features with more channel and/or talkgroup capacity than a Type D1 and Type D2 unit. c. Type D3 units shall meet the specifications of a Type D2 unit with the following additional features: 1) Send and Receive text messages to/from central dispatch center; 2) Mobile -to -portable and portable -to -mobile text messaging; 3) Portable to portable text messaging; 4) Text messaging from dispatch to all radio units at once; 5) Full Keypad. 2,4 EQUIPMENT FEATURES AND ACCESSORIES A. Portables 1. Size and construction of unit shall permit one hand operation. 2. Weight, including battery shall not exceed 25 ounces. 3. Rotary control knobs with click stops for selecting the desired channel. 4. Battery: a. Unit shall be supplied with and operate from a single self-contained, rechargeable nickel -cadmium, nickel -metal -hydride or lithium ion battery. b. The battery shall be capable of an operational duty cycle of 5/5/90, for eight hours of continual use or greater. c. Recharge time for the battery shall not exceed one hour. 5. Supplied with a battery charger. 6. Supplied with a leather carrying case. 7. Supplied with a flexible 1/2 wave antenna. 8. Options; a. Intrinsically safe battery; b. Battery Conditioning Charger; c. Multi -Unit Charger; d. Encryption (AES on Type D3 units); e. Data port; f. 1/4 wave stub antenna; g. Lapel speaker microphone; h. Lapel speaker microphone with antenna; and i. Headset. B. Mobiles 1. Mobile radio equipment shall include the following: a. Microphone; b. External speaker; c. Cables; d. Fusing; 800 MHz P25 Digital Trunked Simulcast Network System Section 7 Page 100 of 190 Rev. 4.4.17 Non -Fixed User Voice Radio Equipment City of Miami, Florida Contract No. RFP592382 e. Mounting hardware; and f. Coax and permanent mount antennas. 2. Dash mount radios shall consist of a single unit combining the functions of the control head and main chassis. The control head shall provide all controls and indicators for operation of the radio, including on/off, volume, channel selection, etc. 3. Trunk mount radios shall consist of two to three parts, the control head(s) and the main chassis. The main chassis should be mounted in the trunk, behind the seat, or in another area generally inaccessible to the vehicle operator during normal operation. The control head shall be mounted in the dash area of the vehicle or other location and is remote from the chassis. The control head shall provide all controls and indicators for operation of the radio, including on/off, volume, channel selection, etc. 4. All mounting hardware shall securely attach to the vehicle. The unit shall be equipped with a "key lock" into the housing for added security. 5. Antenna: Nominal mobile antenna gain shall be a minimum of 3 dB and shall be optimized for vehicle function, type, and geographic location. Antenna specifications must be submitted with consideration given to bandwidth range and proposed gain. 6. Options: a. Motorcycle mounting kit; b. Dual control head; c. Encryption (AES on Type D3 units); d. Data port; e. Dual Tone Multi -Frequency (DTMF) microphone to allow for encoding capabilities for the operator; f. External siren, controllable from the radio control head; and g. Public address option — The public address speaker shall be equipped to broadcast either the radio system received audio, or voice messages from the vehicle operator using the radio microphone. C. Control Stations 1. Shall be prepackaged in an enclosure suitable for desktop positioning in an office environment, configured for 120VAC operation, and have no exposed wiring that presents a shock hazard. 2. Shall be equipped with desktop microphone 3. Control Stations at all Fire Stations must decode Fire Station Alert from Dispatch and provide output to interface to existing station alerting systems. 4. Control Stations at all Hospitals must decode Destination Alert from incoming mobile units and interface to black box providing visual and audible notification. 5. Control station antennas, connectors and coaxial cable shall be provisioned to comprise a complete operational package. Antennas shall be high quality and all connectors shall be weatherproof. Control station antennas shall be mounted outdoors on structures approved for the applicable load. Antennas will also be installed at locations approved by the City. In no case shall the control station antenna be located inside of manned buildings or utilize magnetic mount type antennas. 6. Where possible, control station antennas shall be installed below 20 ft. AGL (above ground level) to allow use of the FCC mandated 6.1 meter rule. 7. The control stations shall be equipped to support a minimum of six remote units using digital remote control technology. The remote units must be able to control frequency and all other control station capabilities. 8. Options: 800 MHz P25 Digital Trunked Simulcast Network System Section 7 Page 101 of 190 Rev. 4.4.17 Non -Fixed User Voice Radio Equipment City of Miami, Florida Contract No. RFP592382 a. Encryption (AES on Type D3 units); and b. Data port. The balance of this page is intentionally left blank. 800 MHz P25 Digital Trunked Simulcast Network System Section 7 Page 102 of 190 Rev. 4.4.17 Non -Fixed User Voice Radio Equipment City of Miami, Florida Contract No. RFP592382 PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Reference Section 1 & 2 requirements as applicable. B. Installation shall include delivery to the site, unloading inside, setting in place, fastening to facility or vehicle, where required, internal wiring and connection of components to the system, properly connecting to the station ground, programming, testing, and all other work, whether or not expressly required herein which is necessary to result in a complete tested and operating system. This shall include the removal and/or relocation of any existing equipment to allow for the installation of new equipment. C. Contractor shall determine proper cable lengths for the equipment to be installed. Sloppy dressing of lines and cables is unacceptable. D. All cutting, patching and finishing required in connection with Contractor's installation and the Contractor so as to match the original conditions perfectly both as to material and workmanship shall do the repair of any damage caused by the installation. E. Installation shall be performed by the Contractor's factory trained field personnel or service shop. No sub -contractor will be allowed without approval from the City. F. installation shall be performed in accordance with the applicable standards, requirements and recommendations of the National Electrical code, IEEE and all local authorities having jurisdiction. G. Contractor shall install all required programming and software on each radio. 3.2 SPECIFIC INSTALLATION REQUIREMENTS A. Standard installations and Documentation 1. Contractor shall develop and document standard installations for each type of location,, vehicle, etc., based on input and consultation with State personnel. 2. Standard installation documentation shall include sufficient specifications, equipment, descriptions, procedures, photos, drawings, etc., to completely describe the work to be performed and final installation configuration. 3. Contractor shall submit standard installation schedule to City for review and approval at least 30 days before any installations shall take place. 4. Contractor shall include a description of what is included as part of the standard installation package. 5. Contractor shall include as an OPTION, pricing for additional non -fixed installation work to include but not be limited to the following: a. interface to existing vehicular siren system; b. Interface to existing vehicular PA system; c. Interface to existing Tight bar equipment; d. Interface to existing apparatus intercom system; e. interface to existing headsets; f. Addition of a secondary microphone location on vehicle; g. Interface to existing external speaker systems; and 800 MHz P25 Digital Trunked Simulcast Network System Section 7 Page 103 of 190 Rev. 4.4.17 Non -Fixed User Voice Radio Equipment City of Miami, Florida Contract No. RFP592382 h. Interface to existing Integrated Computer Control Systems. B. Portable radios 1. Program unit. 2. Charge all batteries. 3. Test. 4. Deliver documentation and test results. 5. Obtain City's inspection and sign -off. C. Mobile radios 1. Install in vehicle using approved procedure. 2. Document installation. 3. Program unit. 4. Test. 5. Deliver documentation and test results. 6. Obtain City's inspection and sign -off. D. Control Station radios 1. Install using approved procedure. 2. Decoding capability and interface capability for existing station alert system. 3. Program units. 4. Test. 5. Deliver documentation and test results. 6. Obtain City's inspection and sign -off. 3.3 LABELING AND IDENTIFICATION Reference Sections 1 and 2 requirements as applicable. Additionally, hard paper copies of all non -fixed user code plug settings shall be provided for quick reference by the City. END OF SECTION 7 800 MHz P25 Digital Trunked Simulcast Network System Section 7 Page 104 of 190 Rev. 4.4.17 Non -Fixed User Voice Radio Equipment City of Miami, Florida Contract No. RFP592382 SECTION 8 — SELF-SUPPORTING COMMUNICATIONS TOWERS PART 1: GENERAL 1.1 SUMMARY A. This Section defines the requirements for a complete, self-supporting, steel communications tower. B. The Scope includes: 1. Foundation and tower design; 2. Procurement and delivery to installation location; 3. Grounding and bonding; and 4. Construction, erection and inspection. 1.2 SUBMITTALS A. Reference Section 1 & 2 requirements as applicable. The following information shall be submitted within: Complete and detailed drawings of the structure and its foundation sealed by a Professional Engineer, registered in the State of Florida and competent in civil and structural design. Submittal and seal will attest that the Contractor's design is in full compliance with the mechanical, structural, and electrical parameters established by these specifications. B. Concrete Tests: Testing of composite samples of fresh concrete obtained according to ASTM C172 shall be performed according to the following requirements: 1. Testing Frequency: Obtain one (1) composite sample for each day's pour of each concrete mixture exceeding 5 cu. yd., but less than 25 cu. yd., plus one (1) set for each additional 50 cu. yd. or fraction thereof. 2. Testing Frequency: Obtain at least one (1) composite sample for each 100 cu. yd. or fraction thereof of each concrete mixture placed each day. 3. When frequency of testing will provide fewer than five (5)compressive-strength tests for each concrete mixture, testing shall be conducted from at least five (5) random batches, or from each batch, if fewer than five (5) are used. 4. Slump: ASTM C143/C143M; one (1) test at point of placement for each composite sample, but not less than one (1) test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 5. Air Content: ASTM C231, pressure method, for normal -weight concrete; one (1) test for each composite sample, but not less than one (1) test for each day's pour of each concrete mixture. 6. Concrete Temperature: ASTM C1064/C1064M; one (1) test hourly when air temperature is 40 degrees F and below and when 80 degrees F and above, and one (1) test for each composite sample. 7. Unit Weight: ASTM C567, fresh unit weight of structural lightweight concrete; one (1) test for each composite sample, but not less than one (1) test for each day's pour of each concrete mixture. 8. Compression Test Specimens: ASTM C31 /C31 M. a. Cast and laboratory cure two (2) sets of two (2) standard cylinder specimens for each composite sample. 800 MHz P25 Digital Trunked Simulcast Network System Section 8 Page 105 of 190 Rev. 4.4.17 Self -Supporting Communications Towers City of Miami, Florida Contract No. RFP592382 b. Cast and field cure two sets of two standard cylinder specimens for each composite sample. 9. Compressive -Strength Tests: ASTM C39/C39M; test one set of two laboratory -cured specimens at 7 days and one set of two specimens at 28 days. a. Test one set of two field -cured specimens at seven (7) days and one set of two specimens at 28 days. b. A compressive -strength test shall be the average compressive strength from a set of two specimens obtained from same composite sample and tested at age indicated. C. Upon completion of the work, the Contractor shall provide to the City: 1. Two complete sets of all final design and as -built drawings, ANSI C size or larger; 2. CD-ROMIDVD-ROM with all design and as -built drawing files in both AutoCad 2007 or latest revision format and Adobe Acrobat (.pdf) format; and 3. Final inspection and testing report. 1.3 QUALITY ASSURANCE A. Reference Section 1 & 2 requirements as applicable. B. Source Limitations: Obtain all tower components from the same manufacturer. C. Comply with standards, including, but not limited to: 1. ANSIIEIA Standard 222-G or latest revision and/or related state, county, local government ordinances or specifications as detailed in this document; 2. Federal Aviation Administration (FAA), Advisory Circular; AC 7017460-1 K or latest revision, if necessary; and 3. Comply with all federal, state and local codes and regulations, including but not limited to: (NEPA, SHPO, THPO, EH&S, etc.). D. The Contractor shall assume total responsibility for project design, work, licenses and liability insurance of any required items for himself and any required subcontractor. This shall include all shipping, receiving and all site work required to complete installation of the tower. E. In the event of conflicting guidance in published standards, the Contractor will be expected to meet the standard with the more stringent requirement. 1.4 DELIVERY, STORAGE AND HANDLING A. Reference Sections 1 and 2 requirements as applicable. B. Tower sections and components will be covered with a tarp during winter transportation. This is to prevent road salt and chemical spray from damaging tower steel surface finish. 1.5 COORDINATION A. Reference Sections 1 and 2 requirements as applicable. 800 MHz P25 Digital Trunked Simulcast Network System Section 8 Page 106 of 190 Rev. 4.4.17 Self -Supporting Communications Towers City of Miami, Florida Contract No. RFP592382 B. Should the Contractor, in the process of excavation for the foundation, find a condition that makes use of the proposed foundation unsuitable, the Contractor shall take the following action within 24 hours: 1. Notify the City's Representative. 2. Provide drawings and specifications for a revised foundation as designed by the Contractor's certified engineer. 3. Provide a written quotation of the cost for the revised foundation. C. The Contractor shall also coordinate with other Contractor, through the City's Representative, working at the sites, to ensure all requirements of this Contract are met in a manner acceptable to the City. D. Prior to erecting steel on the foundation, the Contractor will provide the City with a sample of each truckload of concrete that has been tested for compliance with the foundation specifications set forth by the tower engineer. Written reports certifying the strength of the concrete are to accompany each test cylinder. If any concrete used in the foundation does not meet specifications, the Contractor shall remove the foundation and pour a new one using compliant materials, at no expense to the City. E. Contractor shall be responsible for the following coordination: 1. Maximum Permissible Exposure studies. 2. FAA 7460 Determination of No Hazard to Air Navigation, 3. FCC Antenna Structure Registration. 4. File for all necessary paperwork for State Historical Preservation Offices (SHPO), Tribal Historical Preservation Offices (THPO), and any other local codes required during site acquisition. 5. Tower structural analyses at existing sites. 6. Soil resistivity tests. 1.6 WARRANTY A. Reference Sections 1 and 2 requirements as applicable. B. Manufacturer shall guarantee structural integrity of the tower for a period of no less than ten (10) years from the date of acceptance. 800 MHz P25 Digital Trunked Simulcast Network System Section 8 Page 107 of 190 Rev. 4.4.17 Self -Supporting Communications Towers City of Miami, Florida Contract No. RFP592382 PART 2: PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with requirements, manufacturers offering products that may be incorporated into the work include, but are not limited to, the following: 1. Sabre Industries Inc. 2. Valmont Industries Inc. 3. Nello Corporation 4. Tower Innovations 2.2 TOWER REQUIREMENTS A. GENERAL 1. The towers shall be suitable for general communications use including two way radio antennas, panel antennas, microwave dishes, etc. 2. Contractor shall provide unit pricing for any new towers or tower modifications necessary to provide for all antenna and dish equipment in this Scope of Services as a whole, existing antenna and dish systems at existing locations, as well as twenty- five percent (25%) additional loading for future capacity. 3. Towers of the following types can be proposed to meet the network design proposed. Tower type used at a specific location shall be based on available ground space, as well as core borings testing: a. Self -Supporting Towers; b. Guyed Towers c. Monopole Towers; 4. Towers shall be designed to provide at least twenty-five percent (25%) additional loading added for future capacity B. MATERIALS 1. Tower structural steel work shall be governed by the AISC Specifications, the AISC Code, and the EIA Standard. Where applicable, the EIA Standard shall supersede AISC requirements. 2. All concrete used in the foundation shall meet or exceed tower manufacturer foundation design requirements. 3. The towers should be new, unused, and shall meet the latest design and fabrications standards. C. CONSTRUCTION 1. The tower structures shall be designed and installed in accordance with ANSI/EIA Standard 222-G, to include Class III specifications for Public Safety, and meet other state, county, or local government ordinances or specifications as detailed in this document. 2. All tower sections shall be attached to each other by use of flange plates. 3. All welding must be done in the factory prior to the galvanizing process. Field welding is not acceptable. 4. The towers should be constructed of high -strength steel. All components and hardware shall be hot dip galvanized with zinc coating in accordance with EIA standards after fabrication. A zinc coating shall be permanently fused to the steel, both 800 MHz P25 Digital Trunked Simulcast Network System Section 8 Page 108 of 190 Rev. 4.4.17 Self -Supporting Communications Towers City of Miami, Florida Contract No. RFP592382 inside and outside, so all surfaces are protected, and no painting is required for rust protection. 5. Prior to galvanizing, each and every piece of steel and every weld is to be deburred, smooth -finished, and degreased. 6. All welding must be done in the factory prior to the galvanizing process. Field welding is not acceptable. D. FOUNDATION DESIGN Foundation designs shall be provided by tower manufacturer based on Contractor supplied borings and any other site information required by the tower manufacturer. E. GROUNDING 1. Towers shall be properly grounded in accordance with manufacturer's recommendations and current industry best practices. Grounding system shall be designed by a competent grounding Company, according to soil resistivity testing, as well as available ground space. 2. There shall be no generic grounding template used, with the thought to enhance any shortfalls when fall of potential testing is accomplished. 3. No ground rods shall be installed horizontally, unless absolutely necessary with the approved design. Additionally, no ground rods or the tower ring shall be put angled or horizontal overtop of the tower foundation. 4. Tower Ground Bars a. Shall be the single termination point for all transmission lines or exterior grounding conductors located on the towers. b. Shall be bonded to the external ground electrode system with a #2 AWG or larger stranded (preferred) or solid tinned copper grounding conductor. c. Construction: 1) Shall carry the UL listing; 2) Minimum dimensions: 2 inches high by 12 inches wide by 1/4-inch thick; 3) Bare solid, Alloy 110 (99.9 percent) copper bus bar or plate of one piece construction; 4) May be electro-tin plated; 5) Mounting brackets must be suitable for the application; 6) Polyester fiberglass insulators, 15 kV minimum dielectric strength flame resistant per UL 94 VO classification; 7) Holes 7/16-inch on 3/4-inch centers to permit the use of two -hole lugs; and 8) A 2/0, solid, bare copper, grounding electrode conductor shall be exothermically welded to the master ground bus. d. Location 1) Base of the towers adjacent to cable bridge. F. TOWER LOADING 1. The structures shall be designed and installed to withstand winds based on the requirements in ANSI/EIA Standard 222-G and any state or local requirements. 2. The towers and foundations shall be designed to support all initial attachments as identified by the Contractor for this Project, as well as any existing load for tower modifications. 3. New towers shall also be designed to support 25% additional loading for future capacity. G. TRANSMISSION LINE SUPPORT 800 MHz P25 Digital Trunked Simulcast Network System Section 8 Page 109 of 190 Rev, 4,4.17 Self -Supporting Communications Towers City of Miami, Florida Contract No. RFP592382 1. Cable ladders and/or internal cable support system: a. A vertical transmission line support system shall be provided to attach the antenna transmission lines. b. Holes shall be provided in the tower support members, tower hanger adapter plates or separate ladder structures to allow installation of snap -in cable hangers and bolt -in cable hangers at maximum three-foot intervals. The mounting holes shall be precision punched or drilled and sufficiently separated to accommodate the snap -in or bolt -in hangers. c. This transmission line support system shall run to the highest mounted antenna and allow for two times the identified cable requirements for loading requirements listed above. d. Bundling of transmission lines is not acceptable. e. Stacking of transmission lines, though acceptable, shall not be used in the design, unless specific instances are agreed to between the City and Contractor. 2. Cable Bridge: a. A horizontal transmission line cable bridge, approximately eight feet above ground at the lowest cable support members, extending from the tower cable support to the equipment building/shelter entry port shall be provided. b. Cable bridge shall also second as an shield of Transmission lines and waveguide. c. Cable bridge shall be installed to provide hard lines with ample room for drip loops at both ends of the bridge. d. The cable bridge shall be installed such that it is self-supporting with its own foundations and not attached to either the tower or equipment building. e. The cable bridge shall be bonded to the external ground bus bar and grounded at all posts in accordance with best practices. Multiple sections of cable Bridge shall be bonded together using two -hole lugs and stainless steel hardware, or other suitable method. f. All vertical support poles shall be bonded to the tower grounding ring. H. CLIMBING ACCESS 1. A ladder or climbing rungs, beginning at a point at least ten feet off the ground, shall be provided as an integral part of the tower to permit access by authorized personnel. 2. The tower shall be equipped with an OSHA -approved, anti -fall safety device in accordance with EIA-222. This device must not interfere with the climber's ease of reach by hand or foot from one rung of the ladder to the next, going up or coming down. The existing Fire Station 3 tower will require additional an anti -fall safety device. LIGHTING Tower lighting shall be supplied as required by the applicable determination as issued by the FAA for this Project and fully compliant with FAA AC 70/7460-1 K or latest revision. 2.3 ACCESSORIES Contractor shall identify and describe any accessories needed. The balance of this page is intentionally left blank. 800 MHz P25 Digita[ Trurked Simulcast Network System Section 8 Page 110 of 190 Rev. 4.4.17 Self -Supporting Communications Towers City of Miami, Florida Contract No. RFP592382 PART 3: EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS Erection: The tower steel shall be installed and erected in accordance with all manufacturer requirements, instructions, and specifications. Any deviation from manufacturer requirements, instructions, and specifications shall be immediately identified and brought to the City's attention. 3.2 SPECIFIC INSTALLATION REQUIREMENTS A. Tower Safety 1. When any work on an antenna support structure is being performed above ground level, there must be at least two certified competent tower climbers on the site at all times. 2. All Tower Climbers and their supervisors must have completed an OSHA approved Tower Climbing Safety and Rescue course such as those by Comtrain or Tractel within the last five (5) years. At least one person within the Contractor's company must have completed the course within the last year, so as to bring others in the company up to date with any new changes in safety regulations, requirements and procedures. The Contractor shall submit certification documentation of their personnel throughout the term of the Contract. 3. An industry standard rescue bag must be ready at the tower site whenever a climber is working on a tower. The bag must include at least one 300 foot properly rated rescue rope with appropriate safe pulley system and all necessary items to allow the safe lowering of an injured worker. The Contractor must supply evidence that they own at least one of these kits. 4. All climbers must wear a full body safety harness with the appropriate approved shock absorbing safety lanyard attached to a single D ring at the top of the back of the climber at all times when on a tower. Each climber must be issued, equipped and use fall protection equipment must insure a 100 percent tie off while climbing. All fall protection and safety equipment must meet ANSI and OSHA standards and maybe inspected by the City at any time during the project. 5. A pre climb safety meeting is required before each climbing of an antenna support structure. A log of such meeting is required and may be inspected by the City at any time during the project. 6. The City may perform unannounced safety inspections at any time during the project but this in no way infers that the City has accepted any liability for any safety procedure, equipment condition, safety condition or work action taken by the Contractor whether the City was aware or not of this procedure, condition or work action. The City has a right to, as solely determined by the City, to inform the Contractor of any actions, procedures, conditions or equipment that it deems to be unsafe or potentially hazardous, to halt work on the site until such time as the City agrees that the action, procedure, condition or equipment has been returned to a safe condition. No additional charges will be incurred by the City for the above work stoppage. 7. All standard, best safety practices must be followed at all times when working on City communications site. The Contractor shall be solely and completely responsible for the safety and supervision of its employees and any other persons engaged by the Contractor for this upgrade. 800 MHz P25 Digital Trunked Simulcast Network System Section 8 Rage 111 of 190 Rev. 4.4.17 Self -Supporting Communications Towers City of Miami, Florida Contract No. RFP592382 8. Contractor shall submit a copy of their written Drug and Alcohol Policy including information on what drug and Alcohol testing policies are currently used by the Contractor. B. When performing any work on an antenna support structure, or near any RF emitters, such as antenna's, microwave dishes or other, the Contractor must comply with the Federal Communications Commission's (FCC) OET Bulletin 65, Edition 97-01 and Supplement A - titled "Evaluating Compliance with FCC Guidelines for Human Exposure to Radio Frequency Electromagnetic Fields." C. The Contractor must show proof that its personnel have received training in RE exposure, such as a course description taken or other details on the training received along with the names and dates of those personnel who will be working on this upgrade who may be exposed to RF electromagnetic fields. In addition, the proposal must supply the model number and serial numbers of at least two personal RF safety monitors. D. The Contractor shall be solely and completely responsible for the RF exposure compliance and safety and supervision of its employees and any other persons engaged by the Contractor for this upgrade. E. The Contractor must include any and all costs associated with providing a manufacturer factory authorized technician, complete with specific Communications System and Microwave Test Equipment, Service Monitor, Wattmeter and Wiltron RF Sweep Analyzer Model 331 C or equivalent to be present and coordinate with the manufacturer and the City at the time of cutover of the existing radio system, for each individual antenna system. The expense for the technician will be the responsibility of the Contractor. The cutover will occur at whatever time is appropriate as set by Contractor and the City to insure the minimum disruption to the City's existing communications service. The technician must be either a manufacturer authorized employee or an employee of the current authorized service organization who currently maintains the City of Miami Radio system, since the system is under contract. Any problems, as determined by the authorized technician, with the antenna system or any other work performed by the Contractor, whether caused by defective materials or installation, the Contractor must correct the problem immediately by an onsite crew of at least two certified tower climbers who are antenna system technicians, during cutover and the system must be retested at no additional cost to the City. F. Reference Section 2 requirements. 3.3 LABELING AND IDENTIFICATION A. Reference Sections 1 and 2 requirements as applicable. B. Make, model and serial number plates shall be clearly labeled near the base of the tower. C. The tower height in feet shall be clearly labeled near the base of the tower. D. FAA and FCC identification numbers, if applicable, shall be clearly labeled near the base of the tower. 800 MHz P25 Digital Trunked Simulcast Network System Section 8 Page 112 of 190 Rev. 4.4.17 Self -Supporting Communications Towers City of Miami, Florida Contract No. RFP592382 E. All labeling shall be weatherproof and durable. A stamped, metal plate or equivalent. Labeling can be attached to a leg or cross brace. 3.4 FINAL ACCEPTANCE A. During installation, and upon completion, the tower installation shall be inspected and tested to verify compliance with manufacturer requirements. B. Upon completion of the work, documentation detailing final inspection and testing shall be submitted, addressing the following: 1. Steel structure: a. Vertical alignment and plumb; b. Bolts tight and torqued to specification; c. No damaged or missing structural members; d. No signs of stress or vibration; e. All climbing ladders and other devices installed and bonded correctly; and f. Labels and tags visible. 2. Foundation: a. Concrete finish/lack of cracks/blemishes/spalling; and b. Backfilling and grading. 3. Grounding: a. Verify lugs and cad welds; b. Ground fall of potential test and record; and c. Shelter to Tower bonding requirement. 4. Cable Bridge: a. Installed according to specification. 5. Lighting and controls (if necessary): a. inspect conduit and wiring installation; b. Verify proper lamp operation; c. Verify alarm contact operation; and d. Verify labeling. 6. Photographs: a. Overall structure —from North, East, South, West; b. Footers; and c. Grounding. END OF SECTION 8 800 MHz P25 Digital Trunked Simulcast Network System Section 8 Page 113 of 190 Rev. 4.4.17 Self -Supporting Communications Towers City of Miami, Florida Contract No. RFP592382 SECTION 9 — PRE -FABRICATED RADIO EQUIPMENT SHELTERS PART 1 - GENERAL 1.1 SUMMARY A. This Section provides specifications and requirements for pre -fabricated radio equipment shelters. Shelter specifications are based on anticipated radio communications network design and are not intended to be final. B. The quantity of shelters shall be determined following final design of the countywide radio network. C. The scope includes: 1. Foundation design and construction (only as needed per system design); 2. Shelter procurement and delivery to site; 3. Installation onto the foundation; 4. Connection of electric service; 5. Grounding and bonding; and 6. Proof of performance of shelter and related equipment as described herein. 1.2 SUBMITTALS A. Reference Section 1 and 2 requirements as applicable. B. The following information shall be submitted following contract award: 1. Product Data: description literature, product cut sheets. a. Power line surge suppression equipment. b. I-IVAC equipment. c. UPS System (only as needed per system design). 2. Manufacturer qualifications. 3. Installer qualifications. 4. Warranties. 5. Shelter design drawings —drawings shall be sealed by a Professional Engineer, registered in the State of Florida, and competent in civil and structural design. 6. Foundation requirements —drawings shall be sealed by a Professional Engineer, registered in the State of Florida, and competent in civil and structural design. 7. Equipment lists and layout drawings including antenna entry port location, cable tray layout and floor penetration locations. 8. Acceptance Test Plan. 9. Periodic maintenance schedule for included equipment. C. Concrete Tests: Testing of composite samples of fresh concrete obtained according to ASTM C172 shall be performed according to the following requirements: 1. Testing Frequency: Obtain one composite sample for each day's pour of each concrete mixture exceeding 5 cu. yd., but less than 25 cu. yd., plus one set for each additional 50 cu. yd. or fraction thereof. 2. Testing Frequency: Obtain at least one composite sample for each 100 cu. yd. or fraction thereof of each concrete mixture placed each day. When frequency of testing will provide fewer than five (5) compressive -strength tests for each concrete mixture, 800 MHz P25 Digital Trunked Simulcast Network System Section 9 Page 1 -14 of 190 Rev. 4.4.17 Pre -Fabricated Radio Equipment Shelters City of Miami, Florida Contract No. RFP592382 testing shall be conducted from at least five randomly batches or from each batch, if fewer than five (5) are used. 3. Slump: ASTM C143/C143M; one test at point of placement for each composite sample, but not less than one (1) test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 4. Air Content: ASTM C231, pressure method, for normal -weight concrete, one test for each composite sample, but not less than one test for each day's pour of each concrete mixture. 5. Concrete Temperature: ASTM C1064/C1064M; one test hourly when air temperature is 40 degrees F and below and when 80 degrees F and above, and one test for each composite sample. 6. Unit Weight: ASTM C567, fresh unit weight of structural lightweight concrete; one test for each composite sample, but not less than one test for each day's pour of each concrete mixture. 7. Compression Test Specimens: ASTM C31/C31M. a. Cast and laboratory cure two sets of two standard cylinder specimens for each composite sample. b. Cast and field cure two sets of two standard cylinder specimens for each composite sample. 8. Compressive -Strength Tests: ASTM C39/C39M; test one set of two laboratory -cured specimens at seven (7) days and one set of two specimens at 28 days. a. Test one set of two field -cured specimens at seven (7) days and one set of two specimens at 28 days. b. A compressive -strength test shall be the average compressive strength from a set of two specimens obtained from same composite sample and tested at age indicated. D. Upon completion of the work, the Contractor shall provide to the City: 1. Two complete sets of all final design and as -built drawings, ANSI C size or larger; 2. CD-ROM/DVD-ROM with all design and as -built drawing files in both AutoCad 2000 format and Adobe Acrobat (.pdf) format; 3. Final inspection and testing report; and 4. Maintenance data. 1.3 QUALITY ASSURANCE A. Reference Section 2 requirements as applicable. B. Comply with Standards: In addition to the requirements set forth in these Specifications, the Contractor shall demonstrate that the structure complies with, to the extent applicable in each, the requirements of the following documents. Contractor is responsible for obtaining these documents and being familiar with all applicable sections. 1. ANSI/NFPA 70 and NFPA 780, National Electric Code, National Fire Protection Association. 2. ASTM E84: Standard Test Method for Surface Burning Characteristics of Building Materials. 3, PS1-74: U.S. Product Standard for Construction and Industrial Plywood with Typical APA Trademarks. 800 MHz P25 Digital Trunked Simulcast Network System Section 9 Page 115 of 190 Rev. 4.4.17 Pre -Fabricated Radio Equipment Shelters City of Miami, Florida Contract No. RFP592382 4. ANSI 58: American National Standards for Minimum Design Loads for Building and Other Structures. 5. NFPA 1221, Standard for the Installation, Maintenance and Use of Emergency Services Communications Systems-2002 Edition or latest revision. C. Comply with all federal, state, and local codes and regulations. 1. Installation of all electrical equipment, power distribution, lighting assemblies, and associated wiring shall comply with the most recent edition of the National Electric Code (NEC) and Occupational Safety and Health Administration (OSHA) regulations. 2. All electrical equipment shall be listed or approved by Underwriters Laboratories (UL). 3. All local codes and specifically Florida Building Code 2014 as applies to a building of this category shall likewise be complied with. D. The Contractor shall assume total responsibility for design, work, permits, and liability insurance of any required items for himself and any required subContractor. This is to include all shipping, receiving and all site work required to install the shelter. 1.4 COORDINATION A. Reference Section 2 requirements as applicable. B. Should the Contractor, in the process of digging the foundation, find a condition that makes use of the proposed foundation unsuitable, the Contractor shall do the following:: 1. Notify the City's Representative. 2. Provide drawings and specifications for a revised foundation as designed by the Contractor's registered engineer. 3. Provide a written quotation of the cost for the revised foundation. C. Prior to installing the shelters on the foundations, the Contractor will provide the City with a sample of each truckload of concrete that has been tested for compliance with the foundation specifications set forth by the shelter manufacturer. Written reports certifying the strength of the concrete are to accompany each test cylinder. D. If any concrete used in the foundations does not meet specifications, the Contractor shall remove the foundation and pour a new one using compliant materials, at no expense to the City. E. The Contractor will coordinate with the City's electrical contractor to provide power to the shelters. F. The Contractor shall also coordinate with other Contractor, through the City's Representative, working at the sites to ensure all requirements of this procurement are met in a manner acceptable to the City. 1.5 WARRANTY A. Reference Section 2 requirements as applicable. B. General Warranty: Written warranty, executed by manufacturer agreeing to repair or replace equipment and components that fail in materials or workmanship within specified warranty period. 800 MHz P25 Digital Trunked Simulcast Network System Section 9 Page 116 of 190 Rev. 4.4.17 Pre -Fabricated Radio Equipment Shelters City of Miami, Florida Contract No. RFP592382 C. Contractor will guarantee structural integrity of the shelters for a period of not less than 20 years from the date of final acceptance. D. Warranty documentation shall be provided for any ancillary equipment included with the shelters from the respective manufacturer. 1.6 MAINTENANCE SERVICES A. Reference Section 2 requirements as applicable. B. Manufacturer's In -Warranty and Post Warranty Maintenance schedules shall be submitted. In -Warranty Maintenance documentation will address the following: 1. Telephone support; and 2. On -site support. The balance of this page is intentionally left blank. 800 MHz P25 Digital Trunked Simulcast Network System Section 9 Page 117 of 190 Rev. 4.4.17 Pre -Fabricated Radio Equipment Shelters City of Miami, Florida Contract No. RFP592382 PART 2 - PRODUCTS 2.1 MANUFACTURERS Subject to compliance with requirements, manufacturers offering products that may be incorporated into the work include, but are not limited to, the following: 1. CeilXion/Sabre Industries. 2. Modular Connections. 3. Shelter One. 4. Thermo Bond Buildings. 5. United Concrete Products, Inc. 6. Virginia Fiberglass Products (VFP). 2.2 MATERIALS A. Concrete: 1, Compressive strength shall be a minimum 3000 PSI at 28 days. 2. Mix design for pre -cast concrete shall be 114-118 lb./cu. ft. structural lightweight concrete using expanded shale or expanded clay aggregate. Mix shall be homogeneous. 3. All cast -in -place reinforced concrete shall be of normal weight mix. 4. Air -entrainment percentage shall be between four percent and six percent. 5. Water to cement ratio shall be between .39 and .45. B. Other: 1. Cement used in concrete shall be standard Portland cement conforming to the requirements of the "Standard Specifications for Portland Cement," ASTM Designation C150 (Type-1). 2. Concrete aggregates shall conform to one of the following specifications: a. "Specifications for Concrete Aggregates," ASTM Designation C33; or b. "Specifications for Lightweight Aggregates for Structural Concrete," ASTM Designation C330. 3. Water shall be free from injurious quantities of oil, alkali, vegetable matter, and salt. Non -potable water shall not be used in mixing concrete. 4. Reinforcement bars shall be deformed steel bars conforming to the requirements of the "Specifications for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement," ASTM Designation A615. 5. Welded smooth wire fabric shall be steel wire fabric conforming to the requirements of the "Specifications for Welded Steel Wire Fabric for Concrete Reinforcement," ASTM Designation A185. 6. Admixtures to be used in concrete shall be subject to prior approval by the quality control supervisor and shall be shown capable of maintaining essentially the same composition and performance throughout the work as the product used in establishing the concrete proportions in the mix design. a. Air -entraining admixtures shall conform to "Specifications for Air -entraining Admixtures for Concrete," ASTM Designation C260. b. Water reducing admixtures, retarding admixtures, accelerating admixtures, and water reducing and accelerating admixtures shall conform to "Specifications for Chemical Admixtures for Concrete," ASTM Designation C494. 800 MHz P25 Digital Trunked Simulcast Network System Section 9 Page 118 of 190 Rev. 4.4.17 Pre -Fabricated Radio Equipment Shelters City of Miami, Florida Contract No. RFP592382 c. Fly ash or other pozzolans used as admixtures shall conform to "Specifications for Fly Ash and Raw or Calcined Natural Pozzolans for Use in Portland Cement Concrete," ASTM Designation C618. C. Skid Assembly If a skid assembly is used, the complete skid assembly shall be painted with a rust preventative paint after fabrication or acceptable method of rust prevention and secured to the finished sub -floor with high strength bolts. 2.3 STRUCTURAL SPECIFICATIONS A. Shelter Type: 1. The shelters shall be of clear span construction, with no interior columns or supporting posts. 2. The shelters shall be pre -fabricated pre -assembled shelters. The shelters shall be constructed from concrete and/or aggregate materials. Manufacturer shall provide all specifications including design drawings for the shelters. 3. Manufacturing of the pre -fabricated shelters shall occur inside an enclosed plant building in a controlled environment. 4. The shelters shall be designed and provided with suitable attachment points for lifting and moving the shelter so that the shelter can be hoisted up using overhead equipment such as cranes, boom trucks, and hoists, The manufacturer shall provide a description and drawings detailing the attachment points and proper lifting procedures. B. Size: 1, The current shelters dimensions are:: a. Length —12 feet; b. Width — 12 feet 2. It is anticipated that the new system design can be implemented in shelters of the same dimensions C. Foundation: 1. Foundation design shall be consistent in design with the geophysical condition of the strata of Miami, Florida based on the shelter manufacturer specifications, the soil - boring log and geo-technical report as appropriate. D. Flooring: 1, Contractor shall propose structures whose floor or solid foundation features a minimum uniform load rating of 200 pounds per square foot with no more than 3,000 pounds over any four -square -foot area. This rating shall be increased in sections as necessary to support heavy weight equipment. If delivered assembled with floor, the floor shall exhibit a minimum 90 pounds per square foot uniform live Toad capacity while the building is being lifted. 2. Floors shall be insulated to a minimum R21 rating. Insulation shall be secured in place to prevent shifting during construction and transportation. 3. Exterior covering of the floor shall be included to prevent small rodent, reptile, amphibian and insect penetration. 4. The floor shall be covered by a high quality, industrial/commercial grade asphalt or vinyl, white or marble colored tile. All edges shall be covered by wall molding. 5. A doorsill shall protect the edges at the entry area. E. Walls: 1, Walls shall be constructed to a minimum 186 MPH wind loading, including overturning moments. 800 MHz P25 Digital Trunked Simulcast Network System Section 9 Page 119 of 190 Rev. 4.4.17 Pre -Fabricated Radio Equipment Shelters City of Miami, Florida Contract No. RFP592382 2. Walls shall withstand the effects of bullets or other projectiles equivalent to a 30.06 high power rifle load fired from a distance of 50 feet with no penetration to the inner cavity of the wall. No interior damage shall be sustained including insulation, interior walls, etc. Any damage to the exterior of the shelter, even if left unrepaired for a period of ten years, shall in no way effect the integrity or performance of the shelter. 3. The outside walls shall be finished concrete or an aggregate composition. 4. A wall feed -through shall be provided on the tower side of the building to accommodate elliptical waveguide and coaxial transmission lines. The openings shall be properly booted to provide a good weather seal. The wall feed -through shall be grounded to the building ground on the outside of the shelter. 5. The inside walls shall be finished with minimum 5/8-inch plywood, with fiberglass reinforced plastic (FRP) paneling (or equivalent) overlay, trimmed with coordinated molding to allow mounting of panels, blocks, etc. 6. High performance insulation shall provide a minimum insulation factor of R21, 7. The shelter shall include a wall penetration for exterior weatherproof generator plug, to accommodate the use of a mobile generator. The location of the penetration and the type of exterior generator plug that is to be installed in the penetration will be coordinated with the City prior to manufacture of the shelter. F. Roof: 1. The building roof shall support a minimum 100 pounds per square foot uniform live load. 2. The minimum roof slope shall be inch per foot. 3. High performance insulation shall provide a minimum insulation factor of R21. 4. The roof is to be constructed of concrete. G. Door: 1. The exterior shall be of steel (stainless or galvanized) construction with a finish matching the building finish, and a minimum of 36 inches wide. 2. An insulating inner core shall separate interior and exterior panels of this door. 3. Door shall withstand the effects of bullets or other projectiles equivalent to a 30.06 high power rifle load fired from a distance of 50 feet with no penetration to the inner cavity of the door. No interior damage shall be sustained including insulation, interior walls, etc. With the exception of door hardware, any damage to the exterior of the door, even if left unrepaired for a period of ten years, shall in no way effect the integrity or performance of the door. 4. Shall be mounted with three stainless steel tamper proof hinges. A mortise type dead bolt lock secured in the doorframe shall provide tamper proof security. Two locks, one in -keyed passage and a keyed deadbolt, shall be provided. 5. Locks are to be constructed of non -corroding materials and all shelter locks shall be keyed alike for all shelters. 6. All shelters shall have a push button combination storage box, located next to the door, to store shelter keys. Key box shall be weather resistant. 7. All shelters will be equipped with a card key access device monitored by the alarm and monitoring system. 8. All shelters will have a door open monitoring device. 9. A wind stay chain and rain drip cap is to be included. 10. The doorframe is to be bonded to the interior grounding system. The door is to be bonded to the frame by no less than two grounding braids (stranded wire is not acceptable), each equal to 1/0 bare copper wire. 800 MHz P25 Digital Trunked Simulcast Network System Section 9 Page 120 of 190 Rev. 4.4.17 Pre -Fabricated Radio Equipment Shelters City of Miami, Florida Contract No. RFP592382 11. Doorsill is to be of stepped construction so as to prevent rainwater from entering shelter at bottom of door or from around doorframe. 12. Doorframe is to have weather seal around door to limit air and water intrusion and prevent rodent and insect infiltration. 2.4 FINISHING A. Color and finishes shall be approved by the City from samples provided by the Contractor. B. Exterior finish shall be as follows: 1. Roof: Broom Finish. 2. Walls: Exposed Aggregate. C. The interior color shall be white. Finish shall be as follows: 1. Ceiling: % inch FRP over plywood; 2. Walls: % inch FRP over plywood; and 3. Floor: Vinyl Composition Tile. D. Openings for airflow, doorways, cable entry, etc., shall be designed and sealed to preclude penetration of moisture, insects, and rodents into the interior of the structure or between the exterior and interior of any wall, roof, or flooring. E. All air intake and exhaust openings shall be fitted with hoods to prevent the entrance of rain. 1. Intake hoods shall be fitted with permanent air filters and insect screen. 2. Exhaust hoods are to be fitted with insect screens. 3. All such hoods shall be designed with bars or grilles to prevent forcible entry by even the smallest person. 4. Each hood, frame, etc., unless of synthetic non -conducting materials, shall be bonded to the site's grounding electrode system with a bare solid minimum #2 copper conductor. a. Above grade portion of this conductor shall be covered with a length of '/z inch rigid, or liquid flexible non-metallic conduit. b. Below grade portion shall be exothermically welded to the earth electrode system. F. Joints: 1. All joints shall be sealed with a compressible, resilient sealant. 2. There shall be no exposed roof -to -wall or wall -to -floor joints. G. Exterior wall and roof surfaces shall be sealed to ensure a watertight barrier. H. The shelter shall be dust proof, air tight, and watertight. 2.5 WIRING METHODS A. General: 1. All wiring noted on the site drawings or otherwise included by the Contractor shall be installed in conduit or ductwork. Where no protection method is specified, conduit shall be used. 800 MHz P25 Digitai Trunked Simulcast Network System Section 9 Page 121 of 190 Rev. 4.4.17 Pre -Fabricated Radio Equipment Shelters City of Miami, Florida Contract No. RFP592382 2. All conduit runs shall utilize EMT steel conduit of minimum 1/2 inch trade size. Intermediate or rigid metallic conduit is permitted where required. 3. PVC or other non-metallic conduit is not permitted within the structure for electrical wiring. 4. All conduits and ducts shall be securely mounted and supported by approved clamps, brackets, or straps as applicable and held in place with properly screws. 5. All wire raceway, conduit, etc., is to be mechanically joined and secured. 6. Flexible steel conduit or armored cable shall protect wiring connected to motors, fans, etc., and other short runs where rigid conduit is not practical. 7. Conduit shall not be solely used as a ground of any kind. Separate ground wires shall be used for all grounding functions. More specific grounding requirements are stated elsewhere within this specification. 2.6 MINIMUM WIRING A. Unless otherwise approved, all power wiring shall be minimum size 12 AWG copper conductors with THHN/THWN type insulation. B. All wiring shall be sized in accordance with applicable prevailing code requirements. 2.7 AC POWER SYSTEM A. Capacity: 1. Shelters shall be complete with a 200-ampere capacity, 120/240-volts, single phase, and 42-circuit electrical panel box with a ground bar. 2. All circuit breakers shall be rated at 10,000 AIC. 3. This panel shall be equipped with a 200-ampere capacity main circuit breaker used to supply power for all electrical functions related to the site. 4. Building construction and panel installation shall allow additions or changes to be easily made at any time. 5. The Contractor will provide electrical power to the meter panel on the site meter board. The meter panel and all wiring from that point inward is the responsibility of the Contractor, along with mast and weather head. B. Power Distribution: 1. Power shall be distributed from the electrical panel, through the raceways and conduits, to the indicated fixture or other termination. 2. For each radio equipment unit receptacle and each service receptacle group, a. #12 AWG insulated copper conductors shall be run by the Contractor through appropriately sized conduit. b. Thin wall EMT with compression or screw down fittings is acceptable (Refer to NFPA 70, article 348 for more information). c. Flexible metallic or liquid tight conduit can be used for connection to vibrating or rectifier loads in lengths not to exceed 36 in. d. Flexible metallic conduit can be used for connection to suspended lighting fixtures. 3. Each radio equipment L5-20 or L5-30, unit receptacle shall be ceiling mounted. 4. Service receptacles shall be specification grade, 120-volt or 240-volt rated as appropriate for the purpose, with ground. 5. Each equipment receptacle shall be fed from an individual breaker. The feeding breaker shall be identified at the receptacle and the receptacle shall be identified at the breaker for ease of servicing power problems. 800 MHz P25 Digital Trunked Simulcast Network System Section 9 Page 122 of 190 Rev. 4.4.17 Pre -Fabricated Radio Equipment Shelters City of Miami, Florida Contract No. RFP592382 C. Surge Protection Device: 1. Shunt type AC surge protection shall be provided and installed inside the shelter. 2, The Surge Protection Device shall consist of primary modules using SAD technology providing 250 Joules per phase, per polarity minimum energy absorption and secondary modules using metal oxide varistors (MOV) technology providing 5000 Joules per phase, per polarity minimum energy absorption. 3. A SAD and MOV module shall be installed from each phase conductor to the neutral conductor (L-N, normal mode). 4. Modules or devices of any type shall not be connected between any phase conductor and the equipment grounding conductor (L-G, common mode), 5. Pulse life durability requirement is 200 minimum (+ and -) alternating at 6 kVp/ 3kA for maximum continuous operating voltage (MCOV), (L-N) of 150 VAC. 6. Each module or sub -assembly shall be modular in design to facilitate easy replacement. 7. Shall include a set of form "C" dry contacts for remote alarm reporting capability, which are isolated from AC power circuitry. The contacts shall operate when there is a power failure or when the integrity of any module has been compromised. 8. Shall have indicator lamps visible from the front of the devise showing that the module is energized and that the integrity has not been compromised. 9. Minimum surge protector requirements are: a. Built-in redundancy of dual stages per phase with filtering; b. Front panel indicator lamps; c. Remote/local status contacts; d. Fusible link protected so as not to interrupt power; e. Field replacement protection blocks, fuses, if needed; f. UL 1449, Second Edition (or latest revision) listed or recognized; and g. EMI/RFI filtering per Mil-STD-220. 10. The unit shall be capable of handling the full 240-volt, 200-ampere capacity of the electrical system. EQUIPMENT, FEATURES TO BE INCLUDED A. Outlets: 1. 120-volt, 20-ampere (NEMA 5-20R) capacity receptacles with ground shall be provided. 2. The color of all receptacles shall be gray. 3. General a. Duplex outlets shall be provided every six feet along the inside perimeter of the shelter, approximately 18 inches above finished floor. b. A total of two dedicated 20-ampere circuits shall be dedicated for all perimeter wall outlets. B. Cable Tray; 1. The Contractor shall install an 18-inch wide cable tray system above the equipment and below the ceiling. All new shelters will be equipped with the cable trays. 2. The Contractor shall ground all cable ladder sections to the interior perimeter ground system as per specifications. 3. The shelter manufacturer's standard cable tray will be considered an acceptable alternative. 800 MHz P25 Digital Trunked Simulcast Network System Section 9 Page 123 of 190 Rev. 4.4.17 Pre -Fabricated Radio Equipment Shelters City of Miami, Florida Contract No. RFP592382 C. Interior Light Fixtures: 1. Four -foot fluorescent light fixtures (two 32 watt T-8 bulbs per fixture) shall be supplied for the equipment shelters. A sufficient quantity of light fixtures shall be supplied to provide a uniform light level throughout the building of 150 foot candles at four feet above the floor. 2. Light fixtures shall be fed as a gang from a common breaker and controlled by a gray, 20-ampere, on/off switch. 3. All fluorescent lights shall utilize electronic ballasts with less than ten percent (10%) THD. D. HVAC 1. The cooling equipment will be capable of maintaining an inside ambient temperature range between 65 degrees F and 85 degrees F. 2, Air Conditioner: a. During final design, Contractor shall be responsible for determining capacity and BTU rating for each shelter configuration. b. For the proposal, assume the following configuration: 1) Capacity: a. The shelters shall be provided with dual, wall -mounted, 240-volt powered air conditioner units, in a lead lag configuration. b. Each air conditioner shall be of sufficient capacity to adequately maintain the desired ambient temperature as indicated in 1. above. 2) Thermostat Control: a. A wall -mounted thermostat, part of the air conditioner, will control the operation. It will turn on the air conditioner when the interior temperature reaches 78 degrees F and off when the temperature drops below 75 degrees F. It shall be adjustable to turn on and off within the range of 45 degrees F to 80 degrees F. 3) Time Delay: a. A time delay relay will be included with the air conditioner to prevent compressor damage from an attempt to restart the unit too soon after power has been turned off or interrupted. The delay time shall be five minutes. 4) Economizer a. A built-in, fully -modulating, enthalpy-controlled and calibrated economizer with exhaust damper shall be provided. E. Uninterruptible Power System (If dictated by system AC power design) See Section 12- Uninterruptible Power Supply F. Outdoor Lighting: 1. An exterior weatherproof light shall be mounted above the front entrance of the shelter. 2. The exterior lighting system shall be fed from a separate, appropriately rated breaker and controlled by switch and photocell. 3. Fixtures shall be Holophane Series Wallpack IV 120 VAC-100W-HPS or approved eq ual. G. Antenna Cable Conduit Entry: 1. All conduit openings in the shelter walls shall align properly with the antenna entrance cables. 800 MHz P25 Digital Trunked Simulcast Network System Section 9 Page 124 of 190 Rev. 4.4.17 Pre -Fabricated Radio Equipment Shelters City of Miami, Florida Contract No. RFP592382 a. 10-port aluminum, such as a Microflect or Site Pro 1 panel, shall be supplied to accommodate coaxial transmission lines between 1/2-inch and 1 5/8-inch diameter, as well as 2-1/2" elliptical waveguides. The feed -through shall provide a minimum of 10, four -inch ports. b. Contractor shall seal the panels into the wall to assure that they are watertight. 2. Single -point grounding shall be accomplished using indoor and nickel or electro-tin plated outdoor copper master ground bars (MGB) with copper rod interconnect penetrating through the wall. The indoor bar shall be for all interior grounding and bonding, and the exterior bar shall be connected to the shelter ground ring. Additionally, entry panel shall be bonded to the interior MGB. 3. A 16-position, trapeze style LPD mounting structure shall be provided for, and positioned in front of the entry panel. It shall be bonded directly to the interior MGB. H. Cable Tray: 1. Contractor shall install a minimum 18-inch wide cable tray system above the equipment and below the ceiling. 2. The bottom of the cable tray shall be installed 8 feet above finished floor. 3. Contractor shall bond all cable ladder sections to the interior grounding system per Section 2.9. 4. The cable tray shall run up to the transmission line entry and extend in two parallel trays the length of the shelter. I. Wall Mounting Surface Provide an eight (8) foot wide by four (4) foot high by 3J inch thick fire resistant plywood mounting surface on one interior side wall for mounting equipment such as waveguide dehydrator, Telco punch blocks, alarm blocks, etc. Mounting surface shall be colored to match shelter interior. J. Smoke Detector Shelters shall be equipped with a smoke detector: a. Shall be of the ionization type; b. Shall be direct wired 120 VAC type; and c. Shall be equipped with relay alarm dry contacts. 2.8 INTERIOR GROUND SYSTEM A. General 1. Shall be of the single -point grounding concept. 2. All grounding conductors shall be free of splices and run in the straightest line possible with a minimum number of bends. B. Ground Bar 1. Master Ground Bar a. Shall be the single termination point for all interior ground bus conductors, internal perimeter ground bus conductors, or equipment grounding conductors. b. Shall be bonded to the external ground electrode system, through the copper bolts to the exterior MGB, and the bar connected to the shelter ring with two (2) #2 AWG or larger stranded (preferred) or solid tinned copper grounding conductor. 800 MHz P25 Digital Trunked Simulcast Network System Section 9 Page 125 of 190 Rev. 4.4.17 Pre -Fabricated Radio Equipment Shelters City of Miami, Florida Contract No. RFP592382 c. Shall be bonded to the electrical service grounding electrode conductor with a #2 AWG or larger stranded copper grounding conductor. This conductor may be solid and shall be tinned if any part of the conductor is below grade. 2. Equipment Ground Bar a. All equipment shall be bonded to the Equipment Ground Bar in each rack or cabinet. b. Equipment Ground Bar shall connect back to the Master Ground Bar. 3. Construction a. Shall carry the UL listing. b. Master Ground Bar minimum dimensions: four (4) inches high by 24 inches wide by 1/4-inch thick. c. Equipment Ground Bar minimum dimensions: two (2) inches high by twelve (12) inches wide by'/ -inch thick. d. Bare solid, Alloy 110 (99.9 percent) copper bus bar or plate of one (1) piece construction. e. May be electro-tin plated. f. Mounting brackets must be suitable for the application. g. Polyester fiberglass insulators, 15 kV minimum dielectric strength flame resistant per UL 94 VO classification. h. Holes 7/16-inch on 3/4-inch centers to permit the use of two -hole lugs. i. A 210, solid, bare copper, grounding electrode conductor shall be exothermically welded to the master ground bus. 4. Location a. Mounted to the wall on insulating standoffs providing 1-inch space from the wall, just below the point where the transmission lines enter the shelters unless otherwise indicated. b. Within 24 inches of the point where transmission lines enter the shelter. c. On the same wall and preferably near the entry points of power and communications conductors. C. Internal Perimeter Ground Bus Conductors: 1. Two independently separate ground bus conductors constructed of #2 AWG or larger, with green insulation, shall be installed to encompass the interior of the shelter on opposite sides of the room and ending with a separation of approximately 4 inches. a. Shall be terminated at the master ground bus by Cadweld or Ampac methods. b. Shall be installed horizontally around the interior walls at approximately 8 feet above finished floor, mounted on insulated 2-inch standoffs, such as "CLIC- X" manufactured by Litchfield International or equivalent at intervals to keep the conductor in place without noticeable sags or bends. 2. Stranded insulated wire, minimum #6 AWG, with double -hole Tugs shall be used to bond all ancillary support apparatus, electrical conduits, ventilation louvers and other metallic items including, but not limited to the following: a. Storage cabinets; b. Metallic window frames, doors and door frames; c. Metallic ceiling grids; d. Metallic housing of AC surge suppression device; e. Generator frames; f. HVAC grilles, ducts, units, motors, motor controllers, control panels, junction and terminal boxes; g. Panel boards; h. Switch boards; 800 MHz P25 Digital Trunked Simulcast Network System Section 9 Page 126 of 190 Rev. 4.4.17 Pre -Fabricated Radio Equipment Shelters City of Miami, Florida Contract No. RFP592382 i. UPS units; j. Primary telephone surge suppression ground terminals; k. Metallic building structures and piping systems; I. Steel roof trusses; and m. Cable ladder. 3. All ancillary bonds shall be swept towards the Master Ground Bar. 4. Shall not be used for bonding communications equipment. D. The cable ladder is to be bonded to the Internal Perimeter ground. All sections of the ladder are to be bonded together with a minimum of a #6 AWG stranded double -hole lug jumper. Any paint at the point of the wire lug contact will be removed and a small amount of an anti -oxide compound used to reduce oxidation of the connection. Only stainless steel hardware will be used to connect the jumper lugs to the cable ladder. 2.9 FIRE PROTECTION A. The shelters shall have two installed portable fire extinguishers with minimal sizing as: 1. 20 pound Class ABC dry chemical extinguisher; and 2. Seven (7) pound Class BC carbon dioxide extinguisher. B. Fire extinguishers shall meet the requirements of NFPA 10 and any local regulations including all ANSI and UL testing and performance standards. C. Fire extinguishers shall be clearly marked and securely installed in the brackets supplied and properly anchored to the mounting surface in accordance with manufacturer's instructions. 2.10 SAFETY EQUIPMENT Safety equipment shall be permanently located inside the shelter including first aid kit, battery safety kit, eye wash station or kit, and any safety marking necessary for accordance with national, state and jurisdictional regulations. The balance of this page is intentionally left blank. 800 MHz P25 Digital Trunked Simulcast Network System Section 9 Page 127 of 190 Rev. 4.4.17 Pre -Fabricated Radio Equipment Shelters City of Miami, Florida Contract No. RFP592382 PART 3: EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Reference Section 2 requirements as applicable. B. Shelters shall be transported by the Contractor to the communications site; this building shall be assembled and secured on a solid foundation or supporting piers constructed by the Contractor. END OF SECTION 9 800 MHz P25 Digital Trunked Simulcast Network System Section 9 Page 128 of 190 Rev. 4.4.17 Pre -Fabricated Radio Equipment Shelters City of Miami, Florida Contract No. RFP592382 SECTION 10 - SITE PREPARATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS Drawings and general provisions of the Contract, including any General and Supplementary Conditions, apply to this Section. 1.2 SUMMARY A. In the event civil construction work to implement the Contractor network this Section applies and includes the following: 1. Excavation, backfill and grading 2. Protection of installed construction. 3. Protecting existing plants and grass to remain. 4. Clearing and grubbing. 5. Stripping and stockpiling topsoil. 6. Removing above and below grade site improvements. 7. Disconnecting, capping or sealing, and removing site utilities. 8. Temporary erosion and sedimentation control measures. 9. Tower compound surfacing 10. Access road and Turnaround area 1.3 DEFINITIONS A. Topsoil: Natural or cultivated surface -soil layer containing organic matter and sand, silt, and clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than two (2) inches in diameter; and free of subsoil and weeds, roots, toxic materials, or other non -soil materials. B. Tree Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction, and defined by the drip line of individual trees or the perimeter drip line of groups of trees, unless otherwise indicated. 1.4 MATERIAL OWNERSHIP Except for stripped topsoil or other materials, such as raw lumber, indicated to remain City's property, cleared materials shall become Contractor's property and shall be removed from Project site. 1.5 SUBMITTALS 800 MHz P25 Digital Trunked Simulcast Network System Section 10 Page 129 of 190 Rev. 4.4.17 Site Preparation City of Miami, Florida Contract No. RFP592382 A. Photographs or videotape, sufficiently detailed, of existing conditions of trees and plantings, adjoining construction, and site improvements that might be misconstrued as damage caused by site clearing. B. Record drawings, identifying and accurately locating capped utilities and other subsurface structural, electrical, and mechanical conditions. 1.6 PROJECT CONDITIONS A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site -clearing operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from City and authorities having jurisdiction. 2. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. B. Improvements on Adjoining Property: Authority for performing site clearing indicated on property adjoining City's property will be obtained from adjoining owner before award of Contract. 1. Do not proceed with work on adjoining property until directed by both property owners and the City. C. Salvable Improvements: Carefully remove items indicated to be salvaged and store on City's premises where indicated. D. Utility Locator Service: Notify utility locator service for area where Project is located before site clearing. E. Do not commence site clearing operations until temporary erosion and sedimentation control measures are in place. The balance of this page is intentionally left blank. 800 MHz P25 Digital Trunked Simulcast Network System Section 10 Page 130 of 190 Rev. 4.4.17 Site Preparation City of Miami, Florida Contract No. RFP592382 PART 2: PRODUCTS 2.1 SOIL MATERIALS Requirements for satisfactory soil materials: 1. Obtain approved borrow soil materials off -site when satisfactory soil materials are not available on -site. 2. Soils shall be free of foreign materials. 2.2 ACCESS ROAD MATERIAL A. Graded aggregate for base course. B. Road Base #610 or equivalent minimum of three (3) inches for top surface. The balance of this page is intentionally left blank. 800 MHz P25 Digital Trunked Simulcast Network System Section 10 Page 131 of 190 Rev. 4.4.17 Site Preparation City of Miami, Florida Contract No. RFP592382 PART 3: EXECUTION 3.1 PREPARATION A. Protect and maintain benchmarks and survey control points from disturbance during construction. B. Locate and clearly flag trees and vegetation to remain or to be relocated. C. Protect existing site improvements to remain from damage during construction. Restore damaged improvements to their original condition, as acceptable to City. 3.2 TEMPORARY EROSION AND SEDIMENTATION CONTROL A. Provide temporary erosion and sedimentation control measures to prevent soil erosion and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways, according to requirements of authorities having jurisdiction. B. Inspect, repair, and maintain erosion and sedimentation control measures during construction until permanent vegetation has been established. C. Remove erosion and sedimentation controls and restore and stabilize areas disturbed during removal. 3.3 TREE PROTECTION A. Erect and maintain temporary fencing around tree protection zones before starting site clearing. Remove fence when construction is complete. 1. Do not store construction materials, debris, or excavated material within fenced area. 2. Do not permit vehicles, equipment, or foot traffic within fenced area. 3. Maintain fenced area free of weeds and trash. B. Do not excavate within tree protection zones, unless otherwise indicated. C. Where excavation for new construction is required within tree protection zones, hand clear and excavate to minimize damage to root systems. Use narrow -tine spading forks, comb soil to expose roots, and cleanly cut roots as close to excavation as possible. 1. Cover exposed roots with burlap and water regularly. 2. Temporarily support and protect roots from damage until they are permanently redirected and covered with soil. 3. Coat cut faces of roots more than 1-1/2-inches in diameter with emulsified asphalt or other approved coating formulated for use on damaged plant tissues. 4. Backfill with soil as soon as possible. D. Repair or replace trees and vegetation indicated to remain that are damaged by construction operations, in a manner approved by Architect. 800 MHz P25 Digital Trunked Simulcast Network System Section 10 Page 132 of 190 Rev. 4.4.17 Site Preparation City of Miami, Florida Contract No. RFP592382 1. Employ an arborist, licensed in jurisdiction where Project is located, to submit details of proposed repairs and to repair damage to trees and shrubs. 2. Replace trees that cannot be repaired and restored to full -growth status, as determined by Architect. 3.4 UTILITIES A. Contractor will arrange for disconnecting and sealing indicated utilities that serve existing structures before site clearing. 1. Verify that utilities have been disconnected and capped before proceeding with site clearing. B. Locate, identify, disconnect, and seal or cap off utilities indicated to be removed. 1. Arrange with utility companies to shut off indicated utilities. 2. Contractor will arrange to shut off indicated utilities. C. Existing Utilities: 1. Do not interrupt utilities serving facilities occupied by City or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: a. Notify City's Project Manager not less than two (2) days in advance of proposed utility interruptions. b. Do not proceed with utility interruptions without City Project Manager's written permission. D. Excavate for and remove underground utilities indicated to be removed. E. New Electric and Telco Utilities: Contractor shall furnish and install electric and phone service lines from existing utility's point of presence to meter panel board in tower compound. 3.5 CLEARING AND GRUBBING A. Remove obstructions, trees, shrubs, grass, and other vegetation to permit installation of new construction. 1. Do not remove trees, shrubs, and other vegetation indicated to remain or to be relocated. 2. Cut minor roots and branches of trees indicated to remain in a clean and careful manner where such roots and branches obstruct installation of new construction. 3. Grind stumps and remove roots, obstructions, and debris extending to a depth of 18- inches below exposed subgrade. 4. Use only hand methods for grubbing within tree protection zone. 5. Chip removed tree branches and dispose of off -site. B. Fill depressions caused by clearing and grubbing operations with satisfactory soil material unless further excavation or earthwork is indicated. 1. Place fill material in horizontal layers not exceeding a loose depth of 8-inches, and compact each layer to a density equal to adjacent original ground. 800 MHz P25 Digital Trunked Simulcast Network System Section 10 Page 133 of 190 Rev. 4.4.17 Site Preparation City of Miami, Florida Contract No. RFP592382 3.6 TOPSOIL STRIPPING A. Remove sod and grass before stripping topsoil. B. Strip topsoil to whatever depths are encountered in a manner to prevent intermingling with underlying subsoil or other waste materials. 1. Remove subsoil and non -soil materials from topsoil, including trash, debris, weeds, roots, and other waste materials. C. Stockpile topsoil materials away from edge of excavations without intermixing with subsoil. Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Limit height of topsoil stockpiles to twelve (12) feet, unless prior approval of a higher stockpile is received from the Engineer. 2. Do not stockpile topsoil within tree protection zones. 3. Dispose of excess topsoil as specified for waste material disposal. 4. Stockpile surplus topsoil to allow for re -spreading deeper topsoil. 3.7 SITE IMPROVEMENTS A. Remove existing above- and below -grade improvements as indicated and as necessary to facilitate new construction. B. Remove slabs, paving, curbs, gutters, and aggregate base as indicated. 1. Unless existing full -depth joints coincide with line of demolition, neatly saw -cut length of existing pavement to remain before removing existing pavement. Saw -cut faces vertically. 2. Paint cut ends of steel reinforcement in concrete to remain to prevent corrosion. 3.8 DISPOSAL A. Disposal: Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials including trash and debris, and legally dispose of them off City's property. B. Separate recyclable materials produced during site clearing from other non -recyclable materials. Store or stockpile without intermixing with other materials and transport them to recycling facilities. 3.9 EXCAVATION, GENERAL A. Excavate to subgrade elevations. Material to be excavated will be classified as earth and rock. Do not excavate rock until it has been classified and cross sectioned by the City's Project Manager. The Contract Price will be adjusted for rock excavation according to unit prices included in the Contract Documents. Changes in the Contract time may be authorized for rock excavation. 1. Earth excavation includes excavating pavements and obstructions visible on surface; underground structures, utilities, and other items indicated to be removed; together 800 MHz P25 Digital Trunked Simulcast Network System Section 10 Page 134 of 190 Rev. 4.4.17 Site Preparation City of Miami, Florida Contract No. RFP592382 with soil, boulders, and other materials not classified as rock or unauthorized excavation. a. Intermittent drilling; blasting, if permitted; ram hammering; or ripping of material not classified as rock excavation is earth excavation. 2. Rock excavation includes removal and disposal of rock. Remove rock to lines and subgrade elevations indicated on final drawings and approved by the City Project Manager to permit installation of permanent construction without exceeding the following dimensions: a. Twenty-four (24) inches outside of concrete forms other than at footings. b. Twelve (12) inches outside of concrete forms at footings. c. Six (6) inches outside of minimum required dimensions of concrete cast against grade. d. Outside dimensions of concrete walls indicated to be cast against rock without forms or exterior waterproofing treatments. e. 6 inches beneath bottom of concrete slabs on grade. 3.10 EXCAVATION FOR STRUCTURES A. Excavate to indicated elevations and dimensions within a tolerance of plus or minus one (1) inch, If applicable, extend excavations a sufficient distance from structures for placing and removing concrete formwork, for installing services and other construction, and for inspections. 1. Excavations for Footings and Foundations: Do not disturb bottom of excavation. Excavate by hand to final grade just before placing concrete reinforcement. Trim bottoms to required lines and grades to leave solid base to receive other work. 2. Pile Foundations: Stop excavations six (6) to twelve (12) inches above bottom of pile cap before piles are placed. After piles have been driven, remove loose and displaced material. Excavate to final grade, leaving solid base to receive concrete pile caps. 3. Excavation for Underground Tanks, Basins, and Mechanical or Electrical Utility Structures: Excavate to elevations and dimensions indicated within a tolerance of plus or minus one (1) inch. Do not disturb bottom of excavations intended as bearing surfaces. 3.11 EXCAVATION FOR UTILITY TRENCHES A. Excavate trenches to indicated gradients, lines, depths, and elevations. 1. Beyond building perimeter, excavate trenches to allow installation of top of pipe below frost line. 8. Excavate trenches to uniform widths to provide the following clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to twelve (12) inches higher than top of pipe or conduit, unless otherwise indicated. C. Clearance: Twelve (12) inches each side of pipe or conduit. D. Trench Bottoms: Excavate trenches four (4) inches deeper than bottom of pipe elevation to allow for bedding course. Hand excavate for bell of pipe. 800 MHz P25 Digital Trunked Simulcast Network System Section 10 Page 135 of 190 Rev. 4.4.17 Site Preparation. City of Miami, Florida Contract No. RFP592382 1. Excavate trenches six (6) inches deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. 3.12 SUBGRADE INSPECTION A. Notify the City Project Manager when excavations have reached required subgrade. B. If the City Project Manager determines that unsatisfactory soil is present, continue excavation and replace with compacted backfill or fill material as directed. C. Proof -roll subgrade with heavy pneumatic -tired equipment to identify soft pockets and areas of excess yielding. Do not proof -roll wet or saturated subgrades. 1. Completely proof -roll subgrade in one direction. Limit vehicle speed to three (3) mph. 2. Proof -roll with a loaded ten (10)-wheel, tandem -axle dump truck weighing not less than 15 tons. 3. Excavate soft spots, unsatisfactory soils, and areas of excessive pumping or rutting, as determined by the City Project Manager, and replace with compacted backfill or fill as directed. D. Authorized additional excavation and replacement material will be paid for according to unit prices submitted with initial Proposal. E. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by the City Project Manager, without additional compensation. 3.13 UNAUTHORIZED EXCAVATION A. Fill unauthorized excavation under foundations or wall footings by extending bottom elevation of concrete foundation or footing to excavation bottom, without altering top elevation. Lean concrete fill, with 28-day compressive strength of 2500 psi, may be used when approved by the City Project Manager. B. Fill unauthorized excavations under other construction or utility pipe as directed by the City Project Manager. 3.14 ACCESS ROAD (where appropriate) A. Twelve (12) feet wide access road shall be provided from the main road to the fence gate at new sites. Install drainage culverts as needed. B. Road bed shall be prepared and rolled and provided with six inches of aggregate base course. C. Where unstable or soft sub soil is encountered, road geotextile fabric such as Mirafi will be installed under the aggregate base. D. Top course will be minimum of three (3) inches of road base #610 or equivalent. E. Road shall be graded appropriately for proper drainage and minimal erosion. 3.15 VEHICLE TURNAROUND 800 MHz P25 Digital Trunked Simulcast Network System Section 10 Page 136 of 190 Rev. 4.4.17 Site Preparation City of Miami, Florida Contract No. RFP592382 A. Contractor shall provide a graded area in front of and adjacent to the compound gate to be used as a vehicle turnaround area. B. Vehicle Turnaround area will be prepared to the same specifications as the access road. C. Area shall be at least six (6) feet wide and fifteen (15) feet long on either side of the access road to permit sufficient space for turnaround. END OF SECTION 10 800 MHz P25 Digital Trunked Simulcast Network System Section 10 Page 137 of 190 Rev. 4,4.17 Site Preparation City of Miami, Florida Contract No. RFP592382 SECTION 11 —STATIC UNINTERRUPTIBLE POWER SUPPLY PART 1 - GENERAL 1.1 SUMMARY A. This Section provides specifications and requirements for the provision of a continuous duty, solid-state, static uninterruptible power system (UPS) at any location required to prevent disruption to system operation. B. The City is only seeking to provide UPS systems at any location not provided with transitional and backup power in Contractor's system design. C. Contractor shall evaluate size of the UPS required for the intended application. The new UPS shall be sized to provide at least 30 minutes of power to the new and redesigned systems. Contractor shall leverage price points to maximize the City's investment in this system. D. The UPS shall utilize modular power protection technology designed to allow internal redundancy, scalability of power and runtime, and fast mean time to repair (MTTR). E. The system power train shall be comprised of hot-swappable, user -replaceable battery charger circuit power modules, which shall operate in parallel, and be configurable for N+1 redundant operation at rated load. The batteries shall be premium, valve -regulated, lead -acid batteries which shall have a ten (10) year life. F. In addition, this specification describes the performance, functionality, and design of the UPS service bypass panel (SBP), the external battery systems, and connectivity solutions. G. The UPS and associated equipment shall operate in conjunction with a primary power supply and an output distribution system to provide quality uninterrupted power for mission critical, electronic equipment load. H. Any provided AC Outlets should be color coded as follows: 1. Grey Generator protected, no UPS protection 2. Orange UPS protected 3. White Unprotected I. All programming and miscellaneous components for a fully operational system as described in this specification shall be available as part of the UPS. 1.2 SUBMITTALS A. Reference Sections 1 and 2 requirements as applicable. B. Submittals: 1 Bill of materials 2. Product catalog sheets or equipment brochures 3. Product guide specifications 4. System single -line operation diagram 5. Installation information, including weights and dimensions 800 MHz P25 Digital Trunked Simulcast Network System Section 11 Page 138 of 190 Rev, 4.4.17 Static Uninterruptible Power Supply City of Miami, Florida Contract No. RFP592382 6. Information about terminal locations for power and control connections C. Delivery Submittals: 1. Installation manual, which includes instructions for storage, handling, examination, preparation, installation, and startup of UPS 2. User manual, which includes operating instructions 3. Lists of spare parts and replacement components recommended being stored at project site for ready access 4. Detailed operating instructions covering operation under both normal and abnormal cond itions D. Battery Warranties: Specified form in which manufacturer and installer agree to repair or replace UPS system storage batteries that fail in materials or workmanship within specified warranty period. E. Warranted Cycle Life for Premium Valve -Regulated, Lead -Acid Batteries: Equal to or greater than that represented in manufacturer's published table, including figures corresponding to the following, based on annual average battery temperature of 77 degrees F (25 degrees C):. Discharge Rate Discharge Duration Discharge End Voltage Cycle Life 8 hours 8 hours 1.67 40 cycles 30 minutes 30 minutes 1.67 125 cycles 15 minutes 1.5 minutes 1.67 750 cycles F. Special UPS Warranties: Specified form in which manufacturer and installer agree to repair or replace components that fail in materials or workmanship within special warranty period. 1. Special Warranty Period: Two (2) years from date of substantial completion 2. Extended warranties shall be provided as an OPTION. 1.3 QUALITY ASSURANCE Reference Sections 1 and 2 requirements as applicable. 1.4 DELIVERY, STORAGE, AND HANDLING Reference Sections 1 and 2 requirements as applicable. 1.5 COORDINATION A. Reference Section 1 and Section 2 requirements as applicable. B. The Contractor shall also coordinate with the City and other Contractor, through the City Representative, working at the location to ensure all requirements of this procurement are met in a manner acceptable to the City. 800 MHz P25 Digital Trunked Simulcast Network System Section 11 Page 139 of 190 Rev. 4.4.17 Static Uninterruptible Power Supply City of Miami, Florida Contract No. RFP592382 PART 2 —PRODUCTS 2.1 MANUFACTURERS Subject to compliance with requirements, this Section is open to all Uninterruptible Power Supply manufacturers and integrators offering products that meet or exceed specifications in the following Sections. 2.2 GENERAL REQUIREMENTS The UPS batteries shall be sized to provide backup power to the initial critical loads for 30 minutes. 2.3 STANDARDS A. Contractor shall comply with the following standards: 1. Uninterruptible Power Supply Equipment 2. ISO 9001 3. ISO 14001 4. ASME 5. FCC Part 15 0. IEC 1000-4-5 7. National Electrical Code (NFPA-70) 8. NEMA PE-1 9. OSHA 10. CSA 2.4 MODES OF OPERATION A. Normal: 1. The input converter and output inverter shall operate in an online manner to continuously regulate power to the critical load. 2. The input and output converters shall be capable of full battery recharge while simultaneously providing regulated power to the load for all line and load conditions within the range of the UPS specifications. B. Battery: 1. Upon failure of the AC input source, the critical load shall continue being supplied by the output inverter, which shall derive its power from the battery system. 2. There shall be no interruption in power to the critical Toad during both transfers to battery operation and retransfers from battery to normal operation. C. Recharge: 1. Upon restoration of the AC input source, the input converter and output inverter shall simultaneously recharge the battery and provide regulated power to the critical load. 800 MHz P25 Digital Trunked Simulcast Network System Section 11 Page 140 of 190 Rev. 4.4.17 Static Uninterruptible Power Supply City of Miami, Florida Contract No. RFP592382 D. Automatic Bypass: 1. The automatic bypass shall be used to provide transfer of critical load from the inverter output to the bypass source. 2. This transfer, along with its retransfer, shall take place with no power interruption to the critical load. 3. In the event of an emergency, this transfer shall be an automatic function. E. Manual Bypass: 1. The system shall be equipped with an internal make -before -break two pole switch to electrically isolate the UPS from the input and output during preventative maintenance, module upgrades, or limited frame service. 2. The manual bypass shall also be considered a partial `wrap -around' bypass, and shall be configured to wrap around the power modules (rectifier, battery charger, and inverter) and battery modules in the same manner as the automatic bypass will still supply surge and EMI filtering, and overcurrent protection. 3. There will be a positional sensor supplied to alert users that the UPS is in manual bypass. F. External Service Bypass Panel (SBP): 1. The maintenance service bypass cabinet shall provide power to the critical load bus from the bypass source, during times where maintenance or service of the UPS frame is required or when removal of the frame is desired. 2. The SBP shall provide a mechanical means of complete isolation of the UPS from the electrical wiring of the installation. 3. The SBP shall be constructed in a freestanding, rack -mounted or wall -mounted NEMA 1 enclosure unless otherwise stated in this specification. 4. It shall be designed for single-phase input with a "no break" transfer between bypass and UPS power. 2.5 SYSTEM CHARACTERISTICS A. Form Factor 1. The City requires a free standing unit at locations other than prefabricated equipment shelters, 2. Shelter UPS systems, if needed, are preferred to be rack mounted or limited to 2' x 2' footprint. B. Capacity 1. The UPS shall be sized to meet the initial capacity of the critical loads. 2. The system shall be configured with hot-swappable power modules for N+1 redundancy. C. AC Input: 1. 208V or 240V 2. Three phase or single phase 3. Three wire 4. Nominal Input Frequency: 60 Hz D. AC Output: 800 MHz P25 Digital Trunked Simulcast Network System Section 11 Page 141 of 190 Rev. 4.4.17 Static Uninterruptible Power Supply City of Miami, Florida Contract No. RFP592382 1. 120/240V 2. Single Phase 3. Three wire 4. Nominal Output Frequency: 60 Hz 5. AC Output Voltage Distortion: Maximum 5 percent at full load 6. Overload Rating: a. >100 percent to 110 percent continuous b. 111 percent to 150 percent for 10 seconds c. 151 percent to 200 percent for 0.25 seconds 7. The system shall also include a. a field -replaceable internal automatic and manual bypass system module, b. field -replaceable output power distribution panels, c. removable input/output wiring tray, d. standard redundant intelligent modules, e. battery disconnects, f. an LCD interface display, g. EPO, and an integrated UPS network management card with temperature monitoring. 2.6 SERVICE CONDITIONS A. Environmental Conditions: The UPS shall be capable of operating continuously in the following environmental conditions without mechanical or electrical damage or degradation of operating capability, except battery performance. 1. Storage Ambient Temperature: 5 degrees F to 113 degrees F (-15 degrees C to 45 degrees C) 2. Operating Ambient Temperature: +32 degrees F to 104 degrees F (0 degrees C to 40 degrees C) (77 degrees F is ideal for most battery types) 3. Relative Humidity: 0 percent to 95 percent non -condensing 4. Altitude: Sea level to 4000 feet (1,220 m) 2.7 INPUT POWER CONVERTER A. The input power converters of the system are housed within the parallel connected, removable power modules, and shall constantly control the power imported from the main inputs of the system, to provide the necessary UPS power for precise regulation of the DC bus voltage, battery charging, and Main Inverter regulated output power. B. input Current Total Harmonic Distortion: The input current THDI shall be held to six percent (6%) or less at full system, while providing conditioned power to the critical load bus, and charging the batteries under steady-state operating conditions. This shall be true while supporting loads of both a linear or non -linear type. This shall be accomplished with no additional filters, magnetic devices, or other components. C. Input Current Limit: 800 MHz P25 Digital Trunked Simulcast Network System Section 11 Page 142 of 190 Rev. 4.4.17 Static Uninterruptible Power Supply City of Miami, Florida Contract No. RFP592382 1. The input converter shall control and limit the input current draw from utility to 150 percent of the UPS output. During conditions where input current limit is active, the UPS shall be able to support 100 percent load, charge batteries at 10 percent of the UPS output rating, and provide voltage regulation with mains deviation of up to +/-20 percent of the nominal input voltage. 2. In cases where the source voltage to the UPS is nominal and the applied UPS load is equal to or less than 100 percent of UPS capacity, input current shall not exceed 130 percent of UPS output current, while providing full battery recharge power and importing necessary power for system losses. D. Redundancy 1, The UPS shall be configured with redundant input converters, each with semiconductor fusing, and logic controlled contactors to remove a failed module from the input bus. E. Charging: 1. The battery charging shall keep the DC bus float voltage of +1-137v, +1-1 percent 2. The battery charging circuit shall contain a temperature monitoring circuit, which will regulate the battery charging current to optimize battery life. 3. The battery charging circuit shall remain active when in automatic bypass and in normal operation. F. Back -feed Protection: The above -mentioned logic controlled contactor also provides the back -feed protection required by UL1778. 2.8 OUTPUT INVERTER A. The UPS output inverter shall constantly recreate the UPS output voltage waveform by converting the DC bus voltage to AC voltage through a set of IGBT driven bi-directional power converters. In both normal operation and battery operation, the output inverters shall create an output voltage independent of the main input voltage. Input voltage anomalies such as brown -outs, spikes, surges, sags, and outages shall not affect the amplitude or sinusoidal nature of the recreated output voltage sine wave of the output inverters. B. Overload Capability: The output power converters shall be capable of 200 percent for short-circuit clearing. Steady state overload conditions, of up to 130 percent of system capacity (N+1), shall be sustained by the inverter continuously in normal and battery operation. Should overloads persist past the outlined limitation, the critical load will be switched to the automatic bypass output of the UPS. C. Output Contactor: The output inverter shall be provided with an output mechanical relay to provide physical isolation of the inverter from the critical bus. With this feature, a failed inverter shall be removed from the critical bus. D. Battery Protection: The inverter shall be provided with monitoring and control circuits to limit the level of discharge on the battery system. E. Redundancy: The UPS shall be configured with redundant output inverters, each with semiconductor fusing, and logic controlled relays to remove a failed component from the critical bus. 800 MHz. P25 Digital Trunked Simulcast Network System Section 11 Page 143 of 190 Rev. 4.4.17 Static Uninterruptibe Power Supply City of Miami, Florida Contract No. RFP592382 2.9 AUTOMATIC BYPASS A. As part of the UPS, a system automatic bypass switch shall be provided. 1. The system automatic bypass shall provide a break <11Ms transfer of the critical load from the inverter output to the automatic bypass input source during times where maintenance is required, or the inverter cannot support the critical bus. 2. Such times may be due to prolonged or severe overloads, or UPS failure. 3. The additional manual bypass switch will have a no -break transfer of critical loads from inverter output to the manual bypass switch, which will correspondingly engage the automatic bypass switch, driving it into bypass position. 4. The UPS shall constantly monitor the output current, as well as the bypass source voltage, and inhibit potentially unsuccessful transfers to automatic bypass from taking place. B. The design of the automatic bypass switch power path shall consist of a heavy-duty electromechanical bypass contactor. C. Automatic Transfers: 1. An automatic transfer of load to bypass shall take place whenever the load on the critical bus exceeds the overload rating of the UPS. 2. Automatic transfers of the critical load from bypass back to normal operation shall take place when the overload condition is removed from the critical bus output of the system. 3. Automatic transfers of load to bypass shall also take place if for any reason the UPS cannot support the critical bus. D. Manual Transfers: 1. Manually initiated transfers to and from the bypass shall be initiated through the UPS display interface or by engaging the manual bypass switch on the front of the unit. E. Overloads: 1. The automatic bypass shall be rated and capable of handling overloads of up to 130 percent of system capacity continuously. 2. For instantaneous overloads caused by inrush current from magnetic devices, or short circuit conditions, the automatic bypass shall be capable of sustaining overloads of 1000 percent of system capacity for sub -cycle fault clearing. F. Modular: The automatic bypass switch shall be of a modular design and easily field replaceable by certified technicians. 2.10 DISPLAY AND CONTROLS A. Control Logic: 1. The UPS shall be controlled by two fully redundant, user -replaceable/ hot-swappable intelligence modules. 2. These modules shall have separate, optically isolated, communication paths to the power modules and the automatic bypass contactor. 3. Logic power for the control modules shall be derived from internal regulated power supplies, each having a separate AC and DC input and output. 800 MHz P25 Digital Trunked Simulcast Network System Section 11 Page 144 of 190 Rev. 4.4.17 Static Uninterruptlble Power Supply City of Miami, Florida Contract No. RFP592382 4. The communication of the control modules shall be of Inter IC Communication (11C). B. Display Unit: 1. A microprocessor controlled display unit shall be located on a hinged door in the front of the system. 2. The display shall consist of an alphanumeric display with backlight, an alarm LED, and a keypad consisting of pushbutton switches. C. Metered Data: The following metered data, shall be available on the alphanumeric display: 1. Year, month, day, hour, minute, second of occurring events 2. Source input voltage 3. Output AC voltage 4. Output AC current 5. Input frequency 6. Battery voltage 7. Internal temperature D. Event log: The display unit shall allow the user to display a time and date stamped log of the 64 most recent status and alarm events. E. Alarms: The display unit shall allow the user to display a log of all active alarms. The following set of alarm conditions shall be available: 1. Input frequency outside configured range 2, AC adequate for UPS but not for bypass 3. Low/No AC input, startup on battery 4. Intelligence Module inserted 5. Intelligence Module removed 6. Redundant Intelligence Module inserted 7. Redundant Intelligence Module removed 8. Number of batteries changed since last ON 9. Number of power modules changed since last ON 10. Number of batteries increased 11. Number of batteries decreased 12. Number of power modules increased 13. Number of power modules decreased 14. Redundancy restored 15. Need battery replacement 16. The Redundant Intelligence Module is in control 17. UPS fault 18. On Battery 19. Shutdown or unable to transfer to battery due to overload 20. Load Shutdown from Bypass. Input frequency volts outside limits 21. Fault, Internal Temp exceeded system normal limits 22. Input circuit breaker open 23. System level fan failed 24. Bad battery module 25. Bad power module 800 MHz P25 Digital Trunked Simulcast Network System Section 11 Page 145 of 190 Rev. 4.4.17 Static Uninterruptible Power Supply City of Miami, Florida Contract No. RFP592382 26. Intelligence Module is installed and failed 27. Redundant Intelligence Module is installed and failed 28. Redundancy has been lost 29. Redundancy is below alarm threshold 30. Runtime is below alarm threshold 31. Load is above alarm threshold 32. Load is no longer above alarm threshold 33. Minimum runtime restored 34. Bypass is not in range (either frequency or voltage) 35. Bypass contactor stuck in OFF position 36. Bypass contactor stuck in ON position 37. UPS in bypass due to internal fault 38. UPS in bypass due to overload 39. Low Battery shutdown 40. Low Battery warning F. Controls: The following controls or programming functions shall be accomplished by use of the display unit. Pushbutton membrane switches shall facilitate these operations. 1. Silence audible alarm 2. Display or set the date and time 3. Enable or disable the automatic restart feature 4. Transfer critical load to and from bypass 5. Test battery condition on demand 6. Set intervals for automatic battery tests 7. Adjust set points for different alarms 8. Program the parameters for remote shutdown. G. Potential Free (Dry) Contacts 1. The following potential free contacts shall be available on an optional relay interface board: a. Normal operation b. Battery operation c. Bypass operation d. Common fault e. Low battery f. UPS off H. Communication Interface Board: A communication interface board shall provide the following communication ports which can be used simultaneously: 1. RS232 Serial Port #1 2. RJ-45 Interface port for a remote display 3. Extended runtime external battery communication port 800 MHz P25 Digital Trunked Simulcast Network System Section 11 Page 146 of 190 Rev. 4.4.17 Static Unlnterruptible Power Supply City of Miami, Florida Contract No. RFP592382 2.11 BATTERY A. The UPS battery shall be of modular construction made up of user replaceable, hot swappable, fused, battery modules. Each battery module shall be monitored for voltage and temperature for use by the UPS battery diagnostic, and battery charger circuitry. B. The battery jars housed within each removable battery module shall be of the valve regulated lead acid (VRLA) type. C. The UPS shall incorporate a battery management system to continuously monitor the health of each removable battery module as well as external battery modules installed in extended run battery cabinets. This system shall notify the user in the event that a failed or weak battery module is found. D. Additional battery modules may be added to increase runtime by utilizing up to four extended run battery cabinets. These cabinets will be hot pluggable allowing for easy and quick installation without the need for electrical wiring, or powering down of the UPS. Each individual frame shall monitor the battery modules and this information passed upstream to the main intelligence modules. E. Battery modules will have an embedded EEprom that will supply the serial number as well as some diagnostic information to user to help in the local, network or out of band management of these modules. F. Each UPS battery module shall have a built in DC disconnect switch for transportation and to disconnect the battery module completely from the internal bus while installed in the UPS system. 2.12 ACCESSORIES A. Service Bypass Panel (SBP) 1, The SBP shall provide power to the critical load bus from the bypass source, during times where maintenance or service of the UPS frame is required. 2. The SBP shall provide a mechanical means of complete isolation of the UPS from the electrical wiring of the installation. 3. The SBP shall be constructed in a freestanding, rack -mounted or wall -mounted NEMA 1 enclosure unless otherwise stated in this specification. B. Removable INPUT/OUTPUT Electrical Terminal 1. The input and output terminal connections shall be designed to be a removable tray for easy electrical connection. C. Software and Connectivity 1. Network Adaptor: The Ethernet Web/SNMP Adaptor shall allow one or more network management systems (NMS) to monitor and manage the UPS in TCP/IP network environments. 2. The management information base (MIB) shall be provided in DOS and UNIX "tar" formats. The SNMP interface adaptor shall be connected to the UPS via the RS232 serial port on the standard communication interface board. 3. Unattended Shutdown 800 MHz P25 Digital Trunked Simulcast Network System Section 11 Page 147 of 190 Rev. 4.4.17 Static Uninterruptibie Power Supply City of Miami, Florida Contract No. RFP592382 a. The UPS, in conjunction with a network interface card, shall be capable of gracefully shutting down one or more operating systems when the UPS is on reserve mode. b. The UPS shall also be capable of using an RS232 port to communicate by means of serial communications to gracefully shut down one or more operating system during an on battery situation. D. Remote UPS Monitoring 1. The following three methods of remote UPS monitoring may be proposed: a. Web Monitoring: Remote monitoring shall be available via a web browser such as Internet Explorer. b. RS232 Monitoring: Remote UPS monitoring shall be possible via either RS232 or contact closure signals from the UPS. c. Simple Network Management Protocol (SNMP): Remote UPS Monitoring shall be possible through a standard MIB II compliant platform. 2. The following method of remote UPS monitoring must be included: a. Monitoring shall be integrated with the Network Alarm and Control system being provided as part of this procurement. 2.13 SOFTWARE COMPATIBILITY A. The UPS manufacturer shall have available software to support graceful shutdown and remote monitoring for the following systems: 1. Microsoft Windows (7, 8) 2. Microsoft Windows Server 3. Netware 4. MAC OS 9.04, 9.22, 10 5. Digital Unix/True 64 6. SGI 6.0-6.5 7. SCO UNIX 8. Unix SVR4 9. SCO Unix Ware 10. SUN Solaris 11. SUN OS 12. IBM AIX 13. HP-UX 800 MHz P25 Digital Trunked Simulcast Network System Section 11 Page 148 of 190 Rev. 4.4.17 Static Uninterruptible Power Supply City of Miami, Florida Contract No. RFP592382 PART 3: EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Installation of equipment shall not begin prior to the City's approval of shop drawings and other required submittals. B. Installation shall be performed by factory -authorized or Contractor -affiliated service shops. Other shops or installers may be used upon mutual agreement between the City and Contractor. Qualified, adequately trained personnel familiar with this type of work shall perform all installations. C. Prior to the start of system installation, the exact equipment locations will be determined and documented by the Contractor. D. Contractor shall coordinate with others, as appropriate, to confirm that any prep work that affects the installation of any equipment is complete before final inspection. 3.2 SPECIFIC INSTALLATION REQUIREMENTS A. Connections: Interconnect system components. Make connections to supply and load circuits according to manufacturer's wiring diagrams, unless otherwise indicated. B. Separately Derived Systems: If not part of a listed power supply for a data-processing room, comply with NFPA 70 requirements for connecting to grounding electrodes and for bonding to metallic piping near isolation transformer. C. The Contractor shall de -commission and remove the existing UPS equipment upon successful installation of the new UPS. 3.3 LABELING AND IDENTIFICATION A. All equipment, cables, connections, etc., shall be clearly and permanently labeled per the manufacturer's requirements. B. Label each battery cell individually 3.4 CLEANING Worksite shall be left neat and broom swept upon completion of work. All trash shall be removed weekly. 3.5 PERFORMANCE TESTING A. Visual Inspection: 1. Inspect equipment for signs of damage. 2. Verify installation per manufacturer's instructions. 3. Inspect cabinets for foreign objects. 4. Inspect battery units. 5. Inspect power modules. B. Mechanical Inspection 1. Check all UPS and external service bypass panel internal power wiring connections. 800 MHz P25 Digital Trunked Simulcast Network System Section 11 Page 149 of 190 Rey. 4.4.17 Static Uninterruptible Power Supply City of Miami, Florida Contract No. RFP592382 2. Check all UPS and external service bypass panel terminal screws, nuts, and/or spade lugs for tightness. C. Electrical lnspection: 1. Verify correct input and bypass voltage. 2. Verify correct UPS control wiring and terminations. 3. Verify voltage of all battery modules. 4. Verify neutral and ground conductors are properly landed. 5. Inspect external service bypass panel for proper terminations. D. Site Testing: 1. Ensure proper system startup. 2. Verify proper firmware control functions. 3. Verify proper firmware bypass operation. 4. Verify proper bypass switch operation. 5. Verify system set points. 6. Verify proper inverter operation and regulation circuits. 7. Simulate utility power failure. 8. Verify proper charger operation. 9. Verify UPS remote alarm monitoring operation 10. Document, sign, and date all test results. E. Record of Tests and Inspections: Maintain and submit documentation of tests and inspections, including references to manufacturers' written instructions and other test and inspection criteria. Include results of tests, inspections, and retests. 3.6 MANUFACTURER FIELD SERVICE A. Worldwide Service: The UPS manufacturer shall have a worldwide service organization available, consisting of factory -trained field service personnel to perform startup, preventative maintenance, and service of the UPS system and power equipment. The service organization shall offer 24 hours a day, seven (7) days a week, 365 days a year service support. B. Replacement Parts: Parts shall be available through the worldwide service organization 24 hours a day, seven (7) days a week, 365 days a year. The worldwide service organization shall be capable of shipping parts within four working hours or on the next available flight, so that the parts may be delivered to the City within 24 hours. 3.7 MAINTENANCE CONTRACTS A complete offering of preventative and full service maintenance contracts for the UPS system and the battery system shall be available and detailed in the bid. The Contractor's factory - trained service personnel shall perform all contract work. 800 MHz P25 Digital Trunked Simulcast Network System Section 11 Page 150 of 190 Rev. 4.4.17 Static Uninterruptible Power Supply City of Miami, Florida Contract No. RFP592382 3.8 TRAINING A. UPS service training workshop: A UPS service training workshop shall be available from the UPS manufacturer. The service -training workshop shall include a combination of lecture and practical instruction with hands-on laboratory sessions. The service -training workshop shall include instruction about safety procedures, UPS operational theory, sub -assembly identification and operation, system controls and adjustment, preventative maintenance, and troubleshooting. Training shall be a minimum of one (1) day. B. Demonstration: Engage a factory -authorized service representative to train City's maintenance personnel to adjust, operate, and maintain the UPS. 3.9 FINAL ACCEPTANCE A. Upon completion, receipt of documentation, and satisfactory review of the following, the Engineer will recommend to the City that the system is ready for final acceptance: 2.7.1.1.1.1 System installation 2.7.1.1.1.2 Performance testing and documentation 2.7.1.1 .1.3 As -built documentation 2.7.1.1.1.4 Training END OF SECTION 11 800 MHz P25 Digital Trunked Simulcast Network System Section 11 Page 151 of 190 Rev. 4.4.17 Static Uninterruptible Power Supply City of Miami, Florida Contract No. RFP592382 SECTION 12 - POINT-TO-POINT DIGITAL MICROWAVE RADIO PART 1 - GENERAL 1.1 SUMMARY A. This Section provides specifications and requirements for point-to-point digital microwave radio links. B. Contractor shall provide a microwave network using loop/route protected Topology, and provide for a native Ethernet (150 MB) architecture. C. Native Ethernet radios will have minimum 100 MB Ethernet capacity, as well as a T1 interface, or 150 MB capacity with T1 interface equipment. This T1 capacity will be used to interface a minimum 1x (one) T1 legacy channel bank at all candidate sites for backhaul to the master location. D. The City requires that the microwave network, where possible, be designed using non- standby looplroute topology. It is the intention of this topology to ensure that the physical loss of a single site or path will not cause other sites/paths to be isolated and inaccessible. The robustness of the proposed network will be a significant aspect of the proposal evaluation process. E. All microwave radio equipment shall be designed as an all -indoor configuration. No indoor unit (IDU) outdoor unit (ODU) split configurations will be accepted. No ODU configurations placed into an indoor enclosure shall be accepted. F. Where connectivity to specific sites is determined to require a non -loop solution, Contractor shall design any such links for monitored / hot standby operation. G. Existing Microwave 1. The City uses microwave configured in a loop at the following sites: a. Miami -Dade County Administration Building b. Miami Fire College c. Fire Station 11 d. Fire Station 3 (bridges a spur to Miami Police Dispatch) e. Park Place Apartments (bridges a spur to fire Station 9) 2. Use of existing paths with new equipment and license modifications should be incorporated into any new network as is efficiently applicable. H. New Microwave 1. The City maintains conventional backup radio and interoperability radios at the Wells Fargo Center. Inclusion of this site in any new design is preferred. I. The scope includes: 1. Point-to-point digital microwave radios; 2. Microwave antennas; with radomes; 3. Antenna feeder systems; 4. Multiplexer and/or Router equipment; 5. Interfaces; 6. Alarms; 7. Service channel (order wire); and 800 MHz P25 Digital Trunked Simulcast Network System Section 12 Page 152 of 190 Rev, 4.4,17 Point -to -Point Digital Microwave Radio City of Miami, Florida Contract No. RFP592382 8. Network management system. 1.2 SUBMITTALS A. Reference Section 1 requirements as applicable. B. The following information shall be submitted within 40 working days of contract award: 1. Reference Section 1 requirements. 2. Channelization Plan Diagrams C. Final Design: The following information shall be submitted within 60 working days of contract award: 1. Reference Section 1 requirements. 2. Path Survey Report: a. Shall include graphical path profiles with recommended antenna centerline heights. b. Shall include profile drawings of applicable towers and indicating existing space utilizations as well as recommended antenna mounting locations. c. Shall include pictures of applicable towers, which include sufficient detail for subsequent review and contingency planning. d. Shall include written evaluation of path suitability and indication of potential problems (e.g., terrain, weather, and possible obstructions). 3. Path Data Sheets for each link, including: a. Site names; b. Geodetic Coordinates (NAD 83); c. Ground Elevation; d. Antenna sizes; e. Antenna mounting heights; f. Transmission line type; g. Transmission line lengths; h. Fade margin calculations; and i. Reliability predictions. D. System Staging, Delivery and Installation: The following information shall be submitted as equipment is staged, delivered and installed: 1. Reference Section 1 requirements. E. System Acceptance and Commission: The following information shall be submitted upon completion of installation and prior to final acceptance and commissioning: 1. Reference Section 1 requirements: a. As -Built System Block and Level Diagrams; b. As -Built DS1 and DSO Channelization Plan Diagrams (where necessary); c. Field test reports including thermal fade margin (TFM) and external interference fade margin (EIFM); and d. Path Performance predictions based on composite fade margin (CFM) as derived from TFM and EIFM test results. 800 MHz P25 Digital Trunked Simulcast Network System Section 12 Page 153 of 190 Rev. 4.4.17 Point -to -Point Digital Microwave Radio City of Miami, Florida Contract No. RFP592382 1.3 QUALITY ASSURANCE A. Reference Section 1 requirements as applicable. B. Comply with References and Applicable Standards. 1. The radio shall meet the applicable requirements and standards of the following: a. Federal Communications Commission (FCC). 1) Rules, Part 15 Subpart B, Class A. 2) Rules, Part 101. b. Conducted Emissions: 1) TR-TSY-000752, Microwave Digital Radio System Criteria, 14.5.2, 10/89; and 2) ETS 300 826. c. Earthquake, Shock and Vibration. 1) Test Specification: IEC 721-3-1. 2) TR-EOP-000063 — Network Equipment — Building Systems (Seismic rack applications). 3) Standard EIA Rack shall meet Zone 2 Earthquake Specifications. d. Bell System Technical References: 1) TR-TSY-000499 - Transport Systems Common Requirements, 12/88. 2) TR-NWT-000332 - MTBF. 3) TR-TSY-000332 - Reliability Prediction Procedure, Electronic Equipment. 4) TR-TSY-000191 - Alarm Indication Signal Requirements and Objectives. 5) TR-NTW-001089 - Electromagnetic Compatibility & Electrical Equipment. 6) TR-TSY-000009 — Synchronous Digital Multiplexers, Requirements and Objectives, 5/86. e. Electronics Industry Association/Telecommunications Industry Association. 1) Standard RS-232C. 2) 603 Land Mobile FM or PM Communications Equipment Measurement and Performance Standards. 3) 569 Commercial Building Standard for Telecom Pathways and Spaces. 4) 568-A Commercial Building Wiring Standard. f. National Fire Protection Association (NFPA). g. Mil. Std. 217B. h. National Electrical Manufacturers' Association (NEMA). i. National Electrical Code (NEC). j. Uniform Building Code (UBC). k. American National Standards Institute (ANSI). 1) C95.1 — 1982 Radiation Hazards. 2) Y14.5M — 1982. I. Institute of Electrical and Electronic Engineers (IEEE). m. International Consultative Committee on Radio (CCIR). n. International Consultative Committee on Telephone and Telegraphy (CCITT). C. Inspection and Test Reports: 800 MHz P25 Digital Trunked Simulcast Network System Section 12 Page 154 of 190 Rev. 4.4.17 Point -to -Point Digital Microwave Radio City of Miami, Florida Contract No. RFP592382 1. During the course of the Project the Communications Contractor shall maintain an adequate inspection system and shall perform such inspections to insure that the materials supplied and the work performed conform to Contract requirements. 2. The Contractor shall also provide printed test result documentation, directly from the test equipment used, indicating that all testing was completed and that all irregularities were corrected and re -tested, prior to installation acceptance, for City/Engineer analysis. The balance of this page is intentionally left blank. 800 MHz P25 Digital Trunked Simulcast Network System Section 12 Page 155 of 190 Rev. 4.4.17 Point -to --Point Digital Microwave Radlo City of Miami, Florida Contract No. RFP592382 PART 2 - PRODUCTS 2.1 GENERAL A. Components shall be supplied and installed in accordance with the associated project drawings and meet equipment specifications of the manufacturers listed below or approved equal. Only systems and equipment that meet or exceed the level of quality and capabilities stated within this document will be considered for acceptance. B. Microwave System components include: 1. Transmitter/Receiver; 2. Antenna System; 3. Cabling; 4. Multiplexing/Routing; and 5. DC Power supply and batteries. 2.2 MANUFACTURERS A. Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Microwave Radio Equipment. a. Alcatel -Lucent. b. Aviat Networks c. Microwave Networks Incorporated. d. NEC Corporation. 2. Antenna Systems. a. Commscope b. Radio Frequency Systems. 2.3 MATERIALS A. All products shall be new, of the same revision level and brought to the job site in original manufacturer's packaging. B. All pertinent electrical components/devices shall bear the Underwriter's Laboratories label. 2.4 SYSTEM REQUIREMENTS A. Proposed equipment specifications should comply with the stated requirements. However, if there is any disparity, the Contractor shall explain how the equipment satisfies the intent of the particular requirement and how the end objective will be met. In all cases, the Purchaser reserves the right to enforce the stated requirements. In addition, the Contractor may be required to demonstrate compliance with any requirement. B. General 1. Microwave links shall be digital in architecture, point-to-point, with capability to provide sufficient DS3 capacity as required by the network design for legacy systems 800 MHz P25 Digital Trunked Simulcast Network System Section 12 Page 156 of 190 Rev. 4.4.17 Point -to -Point Digital Microwave Radio City of Miami, Florida Contract No. RFP592382 backhaul. End -to -end performance requirement is 10-6 BER or better, with a MINIMUM 2-Way availability of 99.999 percent of the time (five -nines) for any and all desired paths in the 6 GHz frequency band. Any path/hop in the 10/11 GHz band shall be designed for 99.9999 percent of the time (six -nines) availability. 2. Digital Microwave Terminal Equipment shall have a system MTBO rate of at least 1 million hours based upon failure data or Bellcore reliability calculations. 3. The digital microwave radio shall be designed to meet the requirements for system capacities, plus 50%. 4. The radio shall be suitable for two -frequency, full -duplex operation in various combinations of non -protected, hot standby and space diversity configurations. 5. The radio shall include transmitter, receiver, modem, power supply, automatic switching device, multiplexer, service channel(s), and all associated interconnections C. Link Design 1. The Contractor shall conduct physical path surveys to assure that all paths meet proper clearance criteria. 2. The Contractor shall conduct site visits at all sites and quote any tower or building modification necessary to mount related microwave and antenna equipment. 3. The Contractor shall provide antenna centerline mounting height recommendations, based upon the information gathered during the physical path surveys and site visits. 4. The Contractor shall include fade margin calculations with the bid, showing the antenna sizes, system gains, and system losses. 5. Solid dish antennas shall be used. 6. The equipment shall be self -accepted for licensing under Part 101 of the FCC Rules and Regulations. D. Frequency Bands 1. It is requested that all links employ the 6 GHz frequency band, unless distance limitations preclude use according to FCC Rules part 101. Reduced EIRP shall not be a valid reason for use of 10/11 GHz. If availability is achieved with reduced EIRP, then 6 GHz is preferred. 2. Under no circumstance shall 10/11 GHz be used for paths exceeding 6 miles. 3. The Contractor shall include all required frequency coordination and licensing services and fees. E. Digital Transmission Rate and Interface 1. Individual DS1 lines shall be software controllable to set line codes (AMI or B8ZS), LBO length and active/inactive status. In the event the DS1 source to the DS1 input fails, the radio shall exhibit an alarm. F. DS1 Tributary Specifications if applicable 1. DS1 bit rate 1.544 Bellcore GR-499-CORE, Section 9.3, ANSI T1.102-, ITU-T 703. 2. ANSI T1.102 DS3 and 1.544 Mb/s Wayside DS1. G. Unfaded Bit Error Rate 1. In the absence of fading, the BER will not be greater than 10-12 per HOP or link at room temperature. H. System Gain 800 MHz P25 Digital Trunked Simulcast Network System Section 12 Page 157 of 190 Rev. 4.4.17 Point -to -Point Digital Microwave Radio City of Miami, Florida Contract No. RFP592382 1. The Radio shall have a guaranteed system gain, measured at the antenna port top of rack provided in Contractor's proposal. I. Jitter Requirements 1. Radio terminals and multiplex shall meet the requirements outlined in the following specifications: a. Jitter transfer conforms to AT&T Standard TR-62411. b. Jitter tolerance conforms to Bellcore Standard GR-499, Section 7.3.2. c. Jitter generation conforms to Bellcore Standard GR-499, Section 7.3.3. d. The DS1 interface meets the jitter transfer and jitter acceptance requirements of ITU-T G.958 and Bellcore GR-253. J. Severely Errored Seconds (SES) 1. A one-way, one -hop system, not subject to the effects of radio fading, will produce no more than one SES in a 24-hour period, measured at the DS1 level, during the first year of service. A severely errored second is defined as a one -second interval within which at least 1544 bit errors occur at the DS1 level or 2500 bit errors occur at the 155 Mb/s level. K. Protection and Recovery 1. In a hot standby radio the modules shall be protected at RF, IF, High Level Mux and Low Speed Mux levels. 2. Radio receivers shall provide both manual and fade initiated automatic errorless switching to the protection unit. 3. Recovery of a system from prolonged (greater than 1 min) RF signal loss will take place within 250 milliseconds after a valid signal is restored. 4. The average recovery time for switching caused by hardware failures in a protected system will be 60 milliseconds or less. 5. The Radio shall be designed so that protection circuits and units not in service or operation can be tested and repaired without affecting on-line system operation. 6. Partial or complete failure of protection control or switching equipment will not render the microwave link inoperable. 7. The time delay between the onset of the BER reaching 10E-6 and the completion of the protection switching will be less than 25 milliseconds 10 consecutive measurements. 8. The recovery time of valid DS1 signals will take place within 10 milliseconds after the removal of a short transmit system disturbance which interrupts only the radio system framing signals without loss of the basic line signals. 9. The protection switching threshold has a hysteresis with at least a factor of 10, in the sense that if the protection switch threshold is 10E-6, the switch from the protection channel back to working channel requires the BER of the working channel to be better than 10E-7. 10. The average recovery time of the radio from an out -of -frame and out -of - synchronization condition will be 0.25 seconds or less. Not more than 5 percent of the recovery times will exceed 0.5 seconds. The maximum recovery time will not exceed two seconds. L. Electromagnetic Interference 800 MHz P25 Digital Trunked Simulcast Network System Section 12 Page 158 of 190 Rev. 4.4.17 Point -to -Point Digital Microwave Radio City of Miami, Florida Contract No. RFP592382 1. The radio should be operationally compatible with the following types of analog and digital equipment located in the same shelter, and/or on the same site: a. AMPS Cellular Base Stations. b. Digital Cellular/PCS Base Stations. c. FDM-FM Microwave. d. VHF Mobile Base Stations. e. UHF Mobile Base Stations. f. 800 Mobile Base Stations. g. VHF/UHF/800 Hand-held Radios. h. Paging/Short Messaging Transmitters. 2. The radio shall not emit Radio Frequency Interference (RFH) to any of the types of equipment listed above at any level above that permitted under FCC Part 15, Subpart B for Class A devices. 3. The equipment offered will be capable of meeting full specifications when operating in the general vicinity of FM and TV transmitters and vehicular mobile UHF/VHF transmitters where theft emitted RFl does not exceed the level specified in Bellcore TR-EOP-000063. M. Environmental 1. Equipment will function properly under the following environmental conditions: a. Temperature: 1) Operating Range: 0°C to +50°C. 2) Storage: -40°C to +65°C. b. Humidity: 1) to 95 percent non -condensing. c. Altitude: 1) 0 to 16,400 ft. (5000 meters) AMSL. N. Physical 1. Equipment Mounting a. All equipment shall be installed in 7-foot high, 19-inches wide, aluminum phosphate -coated relay racks. b. Each 19-inch Digital Radio rack shall be equipped with: 1) Fuse,Alarm and Distribution Panel capable of distributing two independent -48 VDC power circuits to the A and B radios, multiplex and service channel. 2) Frame Ground Lug. c. With the exception of coaxial connections, connector blocks or jacks and plugs will be provided for all external connections. 2. Equipment Arrangement a. The equipment in each rack will be arranged to permit ease of operation and maintenance. Service channel and control panel placement will be at a convenient operating height, when seated, such that there is no interference to the maintenance and operation of the equipment. b. The addition of modules and equipment in order to bring the system to full capacity has been considered in the rack layout, if applicable. 3. Grounding/Lightning 800 MHz P25 Digital Trunked Simulcast Network System Section 12 Page 159 of 190 Rev. 4.4.17 Point -to -Point Digital Microwave Radio City of Miami, Florida Contract No. RFP592382 a. The positive (+) DC connection (return) will be isolated from the equipment rack to eliminate ground loops. b. All equipment shall provide for proper grounding either by direct connection via chassis and/or a separate ground strap connection. c. All external and internal/external transmission cables (including RF and data) shall be properly grounded (chassis, tower, and earth) at both ends to eliminate ground loops and minimize potential lightning damage. 2.5 TRANSMITTER SUB -SYSTEM REQUIREMENTS A. Transmitter Output Power 1. The guaranteed minimum transmitter output power referenced to the antenna port shall be provided by the Contractor for each radio. B. Adjustable Output Power 1. Shall only be employed where FCC licensing dictates. 2. Automatic Transmitter Power Control (ATPC) shall be available for a 10 dB range to ease frequency coordination in congested areas and reduce interference levels without the use of pads or high performance antennas. It shall be possible to disable this feature. 3. The transmitter output power shall be software adjustable using a keypad/display, or PC emulator to reduce the need for attenuators on short paths. C. Frequency Source 1. The frequency source shall be synthesized. Frequency stability shall be at least ± 3 ppm over the temperature range of 0° to +50° C. D. RF Monitor Port 1. Calibrated RF monitor test points should be provided on the radio transmitter to measure output power and frequency on an in-service basis. E. Power Amplifier 1. Each hot standby radio shall have redundant, separately switched power amplifiers. 2. Failure of a redundant amplifier shall not reduce the power output of the radio. 3. Replacement of a failed power amplifier shall not require system outage. F. Reverse Path Protection 1. Reverse path protection software will enable a hot -standby radio to automatically switch from the on-line Transmitter to the standby Transmitter when the Receiver has a sync loss alarm. 2. Reverse path protection must be accomplished in less than 60 milliseconds. G. Error Correction 1. Forward Error correction shall be employed to ensure low intrinsic error rate and improved threshold. 2.6 RECEIVER SUB -SYSTEM REQUIREMENTS A. Threshold 1. The Radio shall have a guaranteed receiver threshold provided by the Contractor for each radio. 800 MHz P25 Digital Trucked Simulcast Network System Section 12 Page 160 of 190 Rev. 4.4.17 Point -to -Point Digital Microwave Radio City of Miami, Florida Contract No. RFP592382 B. Equalization 1. Each Radio shall be equipped, as standard equipment, with a digital transversal equalizer (DTE) for aligning information packets to compensate for the effects of dispersive fading, and to provide automatic alignment of the equipment. C. Differential Absolute Delay Equalizer (DADE) 1. The Radio shall have main and space -diversity receiver signal delays are automatically equalized up to a diversity antenna spacing of 150 feet. D. Receiver Diversity Switching 1. The receiver shall be designed so as to ensure that the receiver with the better performance is operational at any given moment. 2. The receiver shall monitor the incoming RF/IF signal for signal degradation (including but not limited to eye -quality monitor alarm, RSL threshold alarm, and uncorrected BER alarm) and initiate a receiver switch before errors occur. 3. The transfer to the alternate receiver shall be without errors. 4. The Contractor shall describe, in detail, how this will be accomplished. E. Frequency Source 1. The frequency source shall be synthesized. F. Dispersive Fade Margin 1. The Dispersive fade margin for the Radio at 10-3 BER with multipath delay of 2 = 6.3 ns shall be provided by the Contractor. 2.7 ANTENNA SUB -SYSTEM REQUIREMENTS A. The Digital Microwave Radio shall operate on an antenna system equal or exceeding a peak return loss of -20 dB without degrading the specified performance. B. The radio shall be provided with a CMR or CPR waveguide flange for connection of external waveguide runs. Connection to the waveguide shall be by use of semi -rigid cables. Use of low loss coaxial cable in the antenna branching network shall not be allowed C. The microwave antennas shall be compatible with the radio frequency bands used and conform to applicable FCC requirements. They shall be of the solid parabolic type designed to minimize tower loading. D. High-performance antennas with low VSWR shall be used where required to meet the total system end -to -end performance requirements. E. Transmission lines shall be semi -flexible continuous extruded low -loss runs of elliptical waveguide with low VSWR. Pressurized elliptical waveguide shall be used for all frequency bands 6 GHz and above. Connectors shall be standard, premium type, and compatible with the antenna and radio EIA interfaces. F. Minimum antenna system requirements shall be as listed below: 1. Antennas shall meet or exceed performance standard Category A in accordance with Part 101.115. 2. VSWR: 1.05. 3. Wind Load Operating (MPH): 100. 4. Wind Load Survival (MPH) including 1-inch ice: 125. 800 MHz P25 Digital Trunked Simulcast Network System Section 12 Page 161 of 190 Rev. 4.4.17 Point -to -Point Digital Microwave Radio City of Miami, Florida Contract No. RFP592382 5. Max Line loss (dB/100'): 1.5. 6. Pressure Limit (psi): 10. G. All mounting brackets, connectors and other hardware shall be supplied as necessary for a complete installation. H. All antennas shall be provided with a tieback strut device, to provide additional stability during high wind conditions. 1. An automatic dehydrator/pressurization system, Andrew Model 1930 or equal, shall maintain at least 5-psig positive pressure of conditioned air in the elliptical waveguide and antenna feed unit. Individual pressure gauges on a distribution manifold shall be provided for each line. J. The pressurization system shall operate from 120 VAC, 60 Hz, single phase; and it shall include built-in sensing for local and remote indication of pressure loss and high humidity. K. All installed antenna/transmission lines shall be purged, pressure -tested, and tested for low VSWR using return loss measurements over the specified frequency band. All RF paths shall be tested to demonstrate proper antenna alignment by measuring the net path loss between sites as measured at the equipment rack interface. 2.8 CHANNEL BANK SUB -SYSTEM REQUIREMENTS A. Digital channel bank equipment shall be provided where necessary, to process the legacy voice and data signals between required circuits and the microwave radio equipment. B. If the radio system has TCPIIP-based architecture, and T1 capacity is not necessary, then 1xT1 of capacity is the only requirement per remote site, and corresponding T1 capacity at the City's master controller. C. The equipment shall be complete, mounted and wired in racks, ready for operation. 1. Accessories shall include specialized test fixtures, test cords, and adapters. 2. All equipment shall be completely factory -tested and documented in the final configuration. D. The multiplex shall utilize PCM digital modulation with standard North American/Bell 24-channel digital hierarchy using DS-1 modulation and be compatible with applicable Bell standards. 1. Channel banks shall accommodate flexible voice and data sub-channelization of the DS1 signal, via modular plug-in units for duplex standard telephone 4-wire voice/E&M wide -band audio program channels, and direct sync/async interface for up to 56 Kbp/s data. 2. All channels shall provide toll grade service. 3. Channel Banks shall have DSO cards with no more than six (6) channels per card. E. The equipment shall be completely solid-state, employing the latest technology, and shall be convection -cooled. F. Channel bank equipment shall be powered by the same DC supply as the microwave equipment. 800 MHz P25 Digital Trunked Simulcast Network System Section 12 Page 162 of 190 Rev. 4.4.17 Point -to -Point Digital Microwave Radio City of Miami, Florida Contract No. RFP592382 G. All necessary standby switching, alarm sensing, and control shall ensure fully automatic operation, and it shall have remote alarm/control capability for any equipment failure common to 24 or more channels. H. Test points and facilities shall enable alignment and testing of all signal levels, including DS1 signals to and from the microwave radio, levels, clock frequency, BER levels, framing, power supplies, and all interface signals, all with no interruption of service. Built-in alarms shall be provided for major, minor, power failure, BER, and loss of clock or framing. I. As an option, a system -wide redundant master oscillator incorporating synchronization signals, routed to all 1.544- Mb/s clocks, shall be provided. J. All audioldatalE&M interface circuits shall be equipped with lift/lift/monitor jacks for convenient testing and patching during maintenance. 1. Built-in test facilities shall also provide DS-1 loop -back testing capability. K. Where necessary at existing sites, Contractor shall provide all upgrades to, or replacement of, existing multiplex channel banks required. 1. Upgrades shall be compatible in all aspects with the existing microwave and installation shall cause minimal disruption to current operations. 2.9 NETWORK MANAGEMENT SUB -SYSTEM REQUIREMENTS A. General 1. The Radio shall have sufficient alarm, control and metering capabilities so that qualified technicians can detect and repair defective or failing components and remotely monitor radio status and performance from all contiguous sites using the integral keypad/display (keypad). 2. All radio settings, adjustments, etc., shall be made without the use of straps, switches, or mechanical adjustments. 3. Control, adjustment, and radio settings shall be made using the keypad, VT100 terminal or laptop with VT100 emulator. B. Alarm History Log 1. The radio shall maintain an electronic file that records the date and time of all alarm conditions and switching actions. 2. The file shall be portable to a personal computer for review and electronic communications to others. C. Alarm Indications 1. Alarm conditions should be displayed on the radio in full view of maintenance personnel. 2. The status and alarm indications should be arranged so that they can easily be traced to the proper section of the radio or multiplex equipment. 3. Diagnostics shall be down to the individual board level and each field replaceable unit shall have a Red Fault LED, and a Green Online LED. 4. The following color scheme should be used for alarm indications: a. Fault Condition or Major Alarm: RED; b. Normal Condition or No Alarm: GREEN/OFF; and 800 MHz P25 Digital Trunked Simulcast Network System Section 12 Page 163 of 190 Rev. 4.4.17 Point -to -Point Digital Microwave Radio City of Miami, Florida Contract No. RFP592382 c. Marginal Condition or Minor Alarm: YELLOW. D. Control Inputs 1. The radio keypad, display or laptop emulator shall provide a means to control the following functions: a. Manual switch of on-line transmitters and receivers, locally and remotely, from all sites in a contiguous network. b. Adjustment of local transmitter power output. c. Local IF electronic loopback. d. Local and remote DS 1 loopback. e. Initiation of integral BERT for DS1 line testing. f. Assignment of network element addresses. g. Programming of individual DS1 line codes and ability to enable/disable equipped lines. h. Select version of on-line software. i. Monitor alarms. j. Set and clear alarm or control relays. E. Built-in Test Facilities 1. The radio shall provide the following functions as a minimum: a. DS1 loopback, local and remote (8T, 16T, and 28T radios). b. Local IF electronic loopback; and c. Integral BERT for DS1 line testing. F. External Alarms 1. Each radio assembly shall accommodate sixteen opto-isolated external site/housekeeping alarm inputs (contact closures). G. External Controls 1. Each radio assembly shall have eight, customer configurable, as alarm or control, relay outputs. 2. Two of the relays are normally factory configured as Local Major and Local Minor Alarm relays. H. RSL Test Points 1. Test points for each receiver shall be available for attaching a multimeter for voltage readings to approximate measuring of RSL for antenna alignment. I. Automatic Provisioning 1. A replacement module shall be automatically configured/provisioned identical to the removed module. 2, No straps, switches, or adjustments are to be required. 3. If a CPU is replaced, the radio shall have all settings for all units stored elsewhere in the radio so that the replacement CPU is automatically provisioned. a. Transmitter turn on procedure is followed to ensure that the Transmitter Assembly and power level comply with the license requirements. (Example: FCC Title 47, Part 101.107, 101.111, 101.113, and 101.217.) It also ensures that the residual BER floor and acquisition time remain within specification. b. Radio automatically records part number, manufacture date, serial number and revision number of Transmitter. 800 MHz P25 Digital Trunked Simulcast Network System Section 12 Page 164 of 190 Rev. 4.4.17 Point -to -Point Digital Microwave Radio City of Miami, Florida Contract No. RFP592382 c. Receiver turn on procedure is followed to ensure that the Receiver is operating on the correct frequency. J. Remote Inventory 1. It shall be possible to remotely retrieve the part number, serial number, manufacture date, and revision level of each module in the radio. K. Remote Software Download 1. The radio shall be capable of storing two software copies, one the operating software, and one the off-line software. 2. It shall be possible to remotely download a new off-line software version, and to remotely make the off-line software the operating software and vice -versa, at any time. L. SNMP Network Management 1. The radio shall have an embedded SNMP capability for connections to an open NMS system such as HP Open View. 2. Any channel banks shall have an embedded SNMP capability for connections to an open NMS system such as HP Open View. 2.10 SERVICE CHANNEL SUB -SYSTEM REQUIREMENTS A. Capacity 1. The service channel shall be digital and provide for a minimum of one voice circuit and one RS-232C data circuit. 8. Service channel 1. A service channel shall be included with each terminal or repeater. 2. The Miami Dispatch requires an additional service channel extension to the respective supervisory positions. 3. The service channel will provide the following: a. DTMF Signaling for up to 999 stations and remote "all call" and cancel features. b. Monitor Speaker. c. Handset (modular with 20-foot cord, and cradle for mounting of the handset). d. Capability for use with standard two -wire telephone handset. e. Built in ringing for standard telephone handsets. 4. At a repeater site, when the service channel is "on -hook," the digital service channel shall not convert the digital audio signal to analog and back to digital for retransmission; instead, the digital signal shall be converted to analog for monitoring and DTMF detection only. The talk path shall pass digitally through the station. C. 4-wire Voice Frequency Ports 1. The service channel shall meet the following specifications: a, Input/Output Impedance: 600 ohms balanced. b, Input/Output Levels: -161+7 dBm and 0/0 dBm. D. Data Ports 1. The service channel shall meet the following specifications: a. Configurable bridged or isolated b. EIA Standard RS-232C Interface 800 MHz P25 Digital Trunked Simulcast Network System Section 12 Page 165 of 190 Rev. 4.4.17 Point -to -Point Digital Microwave Radio City of Miami, Florida Contract No. RFP592382 2.11 DC POWER SUB -SYSTEM REQUIREMENTS A. Operating Range 1. The equipment shall operate over the range of ± 22 to ± 60 VDC at Top of Rack. B. The Digital Microwave Radio and associated channel bank equipment shall be provided with and powered by a -48 VDC (nominal) battery system. 1. Batteries supplied shall be sized for eight hours minimum operation at full load. 2. Battery strings of 4 shall mount into 1 tray per string. C. Terminal power consumption on a per link basis shall not exceed 500 watts. D. Polarity 1. The radio shall operate without damage with reversed polarity battery connections. E. Power Feeds 1. In a protected radio, each transmitter/receiver pair shall have its own power supply and regulator. 2. A power supply failure will not cause the alarm and control circuits to fail. F. Ripple 1. The radio shall meet all specifications in the presence of externally -produced battery ripple not exceeding 200 mV RMS, with voltage spikes up to 60 volts peak -to -peak, 125 microseconds rise time. G. Noise 1. The radio shall meet the requirements for Noise Allocation (bus loading) as presented in Bellcore Technical Advisory TR-TSY-00752. H. Fuses 1. All fuses and circuit breakers associated with DC distribution or the microwave terminal are of the indicating type and provide alarm contact closure upon open -circuit operation. I. Ground Loops 1. The battery DC connection (return) will be isolated from the equipment rack to eliminate ground loops. 2.12 ALARM, CONTROL AND METERING SUB -SYSTEMS REQUIREMENTS A. Each of the alarm, control and metered points on the local display panel shall meet the following requirements: 1. Control Inputs: The Digital Microwave Radio shall have a control and display panel providing a means to switch transmitters and receivers on and off line either automatically or manually, both locally and remotely from all sites in a contiguous network. The display panel also shall provide a visual indication of control actions. B. Alarm, control and metering points for each site shall be provided to remotely monitor and control the radios through an external alarm and control system. C. The proposed Digital Microwave Radio shall be designed with an integral alarm and control system, to provide the following minimum features: 1. Alarm, status and control functions from each site to any other interconnected site. 2. Transmitter and receiver readings from each site. 800 MHz P25 Digital Trunked Simulcast Network System Section 12 Page 166 of 190 Rev. 4.4.17 Point -to -Point Digital Microwave Radio City of Miami, Florida Contract No. RFP592382 The balance of this page is intentionally left blank. 800 MHz P25 Digital Trunked Simulcast Network System Section 12 Page 167 of 190 Rev. 4.4.17 Point -to -Point Digital Microwave Radio City of Miami, Florida Contract No. RFP592382 PART 3: EXECUTION Reference Section 1 & 2 requirements as applicable. END OF SECTION 12 800 MHz P25 Digital Trunked Simulcast Network System Section 12 Page 168 of 190 Rev. 4.4.17 Point -to -Point Digital Microwave Radio City of Miami, Florida Contract No. RFP592382 SECTION 13 — DIESEL GENERATOR AND TRANSFER SWITCH PART 1 - GENERAL 1.1 SUMMARY A. This Section provides specifications and requirements for standby power systems suggested by the contractor to replace and/or supplement specifications and requirements for diesel standby power systems to supply electrical power in event of failure of normal supply. This consists of a liquid cooled engine, an alternating current (AC) alternator, and system controls, with all necessary accessories for a complete operating system, including but not limited to the items as specified hereinafter. A manual transfer switch and connector for an City -supplied external generator including the location of shelter/facility wall penetration to be coordinated with the appropriate City prior to installation. B. This specification is for a single-phase 120/240 VAC diesel -powered generating set. Contractor shall provide units meeting these general specifications and appropriately sized to supply anticipated loads within the site. C. The equipment site this generator will support has a 200-ampere power distribution panel installed. D. This Section includes diesel powered generator sets with the following features and accessories. 1. Emergency generator -engine system 2. Automatic transfer switch 3. Engine cooling system 4. Fuel supply system 5. Engine exhaust system 6. Batteries and charger 7. Weatherproof enclosure. 8. Manual transfer switch 9. Connection for a City -supplied portable generator E. This specification is for a single-phase 120/240 VAC diesel -powered generating set. The Contractor shall provide units meeting these general specifications, and appropriately sized to supply anticipated loads within the sites. F. The quantity requirement for new/replacement generators at each existing site will be determined at the time of mandatory site walks and based upon design needs. G. Generators shall be for indoor or outdoor use based upon information gathered during mandatory site walks. 1.2 SUBMITTALS A. Reference Sections 1 and 2 requirements as applicable. B. Shop drawings and product data shall include, but not be limited to, the following. 800 MHz P25 Digital Trunked Simulcast Network System Section 13 Page 169 of 190 Rev. 4.4.17 Diesel Generator and Transfer Switch City of Miami, Florida Contract No. RFP592382 1. Detailed dimensioned drawings of the engine generator set showing all system components and location of electrical and fuel connections 2. Specifications describing the engine generator set and all components 3. Drawings and/or specifications describing auxiliary equipment 4. The following data shall be submitted in tabular form. a. Make, model and type of generator b. Generator electrical rating, kilovolt ampere (KVA) and kilowatt (KW) at 0,8 power factor c. Engine manufacturer's certified engine Brake Horsepower (BHP) curve and certified engine generator set fuel consumption curve. d. Brake Mean Effective Pressure (BMEP) at rated KW output e. Make, type and rated capacity of engine f. Number of cylinders g. Bore, liters (inches) h. Stroke, liters (inches) i. Piston displacement, liters (cubic inches) j. Piston speed, liters per minute (feet/min.), at rated rotations per minute (RPM) k. Number and type of bearings I. Generator insulation class and temperature rise m. Parts and service support 5. This data must accompany manufacturer's published specifications for each article of equipment or specialty, and shall give dimensions, rated capacity, kind of materials,, finish, guarantee and all other detailed information required to indicate compliance with the specifications. 1.3 QUALITY ASSURANCE A. Manufacturer Requirements 1. The system shall be supplied by a firm experienced in manufacturing generator and transfer switch equipment similar to that indicated for use in this project and with a record of successful in-service performance. 2. The manufacturer shall have printed literature and brochures describing the standard series specified, not a one of a kind fabrication. B. Regulatory Requirements 1. An electric generating system, consisting of a prime mover, generator, governor, coupling and all controls, must have been tested as a complete unit on a representative engineering prototype model of the equipment to be sold. 2. The generator set must conform to applicable National Electrical Code (NEC) and applicable inspection authorities. 3. The generator set must be available with the Underwriters Laboratories (UL) listing as a stationary engine generator assembly. 4. Any included transfer switch(es) must be UL listed for use in emergency systems. C. Comply with National Fire Protection Association (NFPA), American National Standards Institute (ANSI), National Electrical Manufacturers Association (NEMA); 800 MHz P25 Digital Trunked Simulcast Network System Section 13 Page 170 of 190 Rev. 4.4.17 Diesel Generator and Transfer Switch City of Miami, Florida Contract No. RFP592382 1. NFPA 37 Flammable and Combustible Liquids Code 2. NFPA 55 Standard for the Storage and Handling of Compressed Gasses 3. NFPA 70 with particular attention to Article 700, "Emergency Systems" 4. NFPA 110 Requirements for Level 1 Emergency Power Supply System 5. NFPA 101—Code for Safety to Life from Fire in Buildings and Structures 6. ANSI/NEMA MG 1—Motor and Generators 7. ANSI/NEMA AB 1—Molded Case Circuit Breakers 8. ANSI/NEMA 250—Enclosures for Electrical Equipment (1,000 volts maximum) 1.4 COORDINATION A. Reference Section 1 and 2 requirements as applicable. B. Should the telecommunications contractor, in the process of digging the foundation, find a condition that makes use of the proposed foundation unsuitable, the telecommunications contractor shall do the following: 1. Notify the City's Project Manager as City representative 2. Provide drawings and specifications for a revised foundation as designed by the contractor's registered engineer 3. Provide a written quotation of the cost for the revised foundation C. The Contractor shall also coordinate with other Contractor, through the City's Project Manager as City representative, working at the sites to ensure all requirements of this procurement are met in a manner acceptable to the City. 1.5 WARRANTY A. Reference Section 1 and 2 requirements as applicable. B. The standby electric generating system components, complete engine -generator and instrumentation panel shall be warranted by the manufacturer against defective materials and factory workmanship for a period of five years. C. Defective parts shall be repaired or replaced at the manufacturer's option free of charge for parts, labor and travel. D. The warranty period shall commence when the standby power system is first placed into service. 1. Multiple warranties for individual components (engine, alternator, controls, etc.) will not be acceptable 2. Satisfactory warranty documents must be provided to the City project manager before installation. 1.6 MAINTENANCE SERVICES A. Reference Section 1 and 2 requirements as applicable. B. In -Warranty Maintenance 1. The local telecommunications facility shall provide a telephone number that answers 24 hours a day for service requests. 2. In -warranty maintenance services shall be provided 24 x 7 x 365. 800 MHz P25 Digital Trunked Simulcast Network System Section 13 Page 171 of 190 Rev. 4.4.17 Diesel Generator and Transfer Switch City of Miami, Florida Contract No. RFP592382 3. The local telecommunications facility shall provide prompt repair service during the warranty period should a failure occur, providing parts support as needed. 4. The telecommunications contractor shall provide for appropriate City /Consultant /Engineer written documentation indicating that all testing was completed and that all irregularities were corrected once the unit is repaired. 5. The manufacturer shall offer engineering and technical support to the user and/or its service agency to help resolve any operational or service problems that may occur. The manufacturer shall provide a 24-hour hotline telephone number for emergency technical support. The balance of this page is intentionally left blank. 800 MHz P25 Digital Trunked Simulcast Network System Section 13 Page 172 of 190 Rev. 4.4.17 Diesel Generator and Transfer Switch City of Miami, Florida Contract No. RFP592382 PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with requirements, this Section is open to all manufacturers and integrators offering products that meet or exceed these specifications. B. Pursuant to the diesel generator specification, subject to compliance with requirements, manufacturers offering products that may be incorporated into their proposals include, but are not limited to, the following. 1. Cummins/Onan 2. Caterpillar 3. Generac 4. Kohler 2.2 GENERAL REQUIREMENTS The generator shall be suitable for standby power to all equipment associated with the site and communications tower lighting where applicable. 2.3 ENGINE A. Environmental Conditions: Engine generator system withstands the following environmental conditions without mechanical or electrical damage or degradation of performance capability: 1. Ambient Temperature: -5° to 40° C 2. Relative Humidity: 0 to 95 percent 3. Altitude: Sea level to 1000 feet B. The engine shall be diesel turbocharged and after cooled, four- or two-cycle, liquid cooled with mounted radiator fan and coolant pump. The engine shall be equipped with fuel, lube oil and intake air filters; lube oil coolers, fuel transfer pump, fuel -priming pump and gear -driven water pump. C. The engine shall start and assume its rated load in a period not to exceed ten seconds. D. The engine and generator shall be torsionally compatible to prevent damage to either the engine or generator. E. An engine instrument panel shall be installed on the generator set in an approved location. The panel shall include oil and fuel pressure, water temperature, operating hours, engine RPM and battery DC volts. F. A unit mounted, thermal circulation type water heater(s) shall be furnished to maintain engine jacket water at 90° F in an ambient temperature of 30° F. Heater(s) shall be Chromalox or equal and comply with NFPA 110 requirements. 800 MHz P25 Digital Trunked Simulcast Network System Section 13 Page 173 of 190 Rev. 4.4.17 Diesel Generator and Transfer Switch City of Miami, Florida Contract No. RFP592382 G. Combustion aft intake shall be routed through a heavy-duty engine -mounted air cleaner with replaceable dry filter element and "blocked filter" indicator. H. Comply with NFPA 3 I. Lubrication System: Pressurized by a positive -displacement pump driven from engine crankshaft. The following items are to be mounted on engine or skid. 1. Filter and Strainer: Rated to remove 90 percent of particles 5 micrometers and smaller while passing full flow. 2. Thermostatic Control Valve: Controls flow in system to maintain optimum oil temperature. Unit is capable of full flow and is designed to be fail-safe. 3. Crankcase Drain: Arranged for complete gravity drainage to an easily removable container with no disassembly and without use of pumps or siphons, or special tools or appliances J. Engine Fuel System: Comply with NFPA 37. System includes the following. 1. Main Fuel Purnp: Mounted on engine. Pump ensures adequate primary fuel flow under starting and load conditions. 2. Relief/Bypass Valve: Automatically regulates pressure in fuel line and returns excess fuel to source. 2.4 ENGINE COOLING SYSTEM REQUIREMENTS A. Engine -driven water circulating pump and thermostatic valve to maintain the engine at the recommended temperature B. Closed loop, liquid cooled, with radiator factory mounted on engine generator -set skid C. Radiator: Engine mounted radiator with blower type fan, close fitting venturi shroud and duct adapter flange, The radiator shall be equipped with core guard, fan guard and mounting hardware with flexible pipe connections at the engine and radiator. The fan shall be capable of overcoming 0.5 inches water external pressure. D. Coolant: Solution of 60 percent propylene -glycol -based antifreeze and 40 percent water with anticorrosion additives as recommended by engine manufacturer. 1. Radiator will be marked "PROPYLENE GLYCOL USED; DO NOT ADD ETHYLENE GLYCOL." E. Expansion Tank: Constructed of welded steel plate and equipped with gage glass and petcock. 1. In the event a manufacturer does not supply a visual expansion tank to provide a means to visually check coolant level and add coolant, an after -market expansion tank meeting specifications in 2.3 D must be installed by the Contractor; or 800 MHz P25 Digital Trunked Simulcast Network System Section 13 Page 174 of 190 Rev. 4.4.17 Diesel Generator and Transfer Switch City of Miami, Florida Contract No. RFP592382 2. The Contractor must demonstrate other suitable means provided by the manufacturer to meet the requirements in in 2.3 D. and obtain the City's approval of the method prior to installation F. Temperature Control: Self-contained, thermostatic -control valve modulates coolant flow automatically to maintain optimum constant coolant temperature as recommended by engine manufacturer G. Coolant Hose: Flexible assembly with inside surface of nonporous rubber and outer covering of aging-, ultraviolet- and abrasion -resistant fabric 1. Rating: 50 psig maximum working pressure with 180° F coolant and non -collapsible under vacuum 2. End Fittings: Flanges or steel pipe nipples with clamps to suit piping and equipment connections H. Coolant piping external to engine generator set. Use ASTM B 88, Type L copper tubing with brazed joints, sized as recommended by diesel engine manufacturer. Provide motorized dampers to close off cooling duct when not in use. I. Engine coolant and oil drain extensions, equipped with pipe plugs and drain valves, must be provided to the outside of the mounting base for cleaner and more convenient engine servicing. Extensions must completely clear the mounting base with sufficient space to easily permit draining of coolant and oil. J. Remote activation and monitoring functions shall include but not be limited to: 1. Remote starting/stopping, 2. Alarm and status message display, 3. Output metering 2.5 FUEL SUPPLY SYSTEM REQUIREMENTS A. Provide a fuel heater/water separator wired to the generator starting battery to run whenever the generator runs. B. Comply with NFPA 30 and NFPA 37 C. Thermally Insulated, Double Wall, Steel, Fuel Oil Aboveground (belly -style) Storage Tank (AST) 1. AST shall be designed for above ground storage of flammable and combustible liquids at atmospheric pressure in accordance with the Steel Tank Institute (STI) recommendations. Tank shall include integral steel secondary containment and thermal insulation that provides a minimum two-hour fire rating. 800 MHz P25 Digital Trunked Simulcast Network System Section 13 Page 175 of 190 Rev. 4.4.17 Diesel Generator and Transfer Switch City of Miami, Florida Contract No. RFP592382 2. Tank shall be delivered as a complete UL-listed assembly with two factory supplied welded -on saddles. Size and location of saddles shall be required by the manufacturer. Saddles to be set level on a solid foundation. 3. Tank shall comply with NFPA 30 Flammable and Combustible Liquids Code, 1996 Edition or latest revision. The tank's secondary containment must be tested for tightness in the factory and in the field before commissioning. Tank shall be supplied with emergency venting for the primary and the secondary containment tanks. 4. Inner and Outer Tank shall be manufactured in accordance with UL 142 Standard for Steel Aboveground Tanks for Flammable and Combustible Liquids and labeled for UL 2085 Standard for Insulated Secondary Containment Aboveground Tank for Flammable Liquids. The tank design shall be UL 2085 listed as both "Protected' and "Fire -Resistant" and tested for Ballistics, Impact, Hose Steam and Pool Fire UL-2085 performance standards compliance. 5. Tank shall be manufactured and labeled in strict accordance with STI Fireguard® Thermally Insulated, Double Wall Steel Aboveground Storage Tank standards as applied by a licensee of the STI. Tank shall be subject to the STI's Quality Assurance program and shall be backed by the STI 30 year limited warranty. 6. Construction: Tank shall be fabricated per UL-142 of mild carbon steel with shell seams of continuous lap weld construction. Tank shall be of double wall construction and provide complete secondary containment of the primary storage tank's contents by an impervious steel outer wall. A minimum of three inches of porous, lightweight monolithic thermal insulation material shall be installed at the factory within the interstitial space between the inner and outer wall. Thermal insulating materials shall meet the following. a. Shall be in accordance with American Society of Testing Materials (ASTM) Standards C-332 and C-495 b. Shall allow liquid to migrate through it to the monitoring point c. Shall not be exposed to weathering and shall be protected by the steel secondary containment outer wall (an exterior concrete wall or vault exposed to the elements will not be permitted). D. Piping and Attachments 1. All Fiberglass Reinforced Plastic (FRP) piping used in an underground petroleum installation shall be UL approved. 2. All FRP piping shall be installed in exact accordance with the manufacturer's instructions. 3. FRP piping may be used to create its own flexible joint if at least 4" of straight run is provided between any directional changes of more than 30 degrees. 4. Product Piping, Above Ground: ASTM B88, Type "L", hard drawn 5. Fittings: ANSI/ASME B16.22 cast brass, or ANSI/ASME B16.22, wrought copper 6. Joints: ANSI/ASTM B32, solder, Grade 95TA 7. Product Piping, Buried: FRP, copper tubing, ASTM B88, Type "L", annealed. Fittings: ANSI/ASME B16.26, cast copper alloy. Joints: compression (flared) type. 8. Pipe joints must be straight, not cocked, and must be fully seated, not backed out. 800 MHz P25 Digital Trunked Simulcast Network System Section 13 Page 176 of 190 Rev. 4.4.17 Diesel Generator and Transfer Switch City of Miami, Florida Contract No. RFP592382 9. Fuel oil supply and return, gauge conduit and vent piping shall be supported from the tank so that lines will not be bent or deformed by backfilling and settlement. 10. Tank vent shall be expended as indicated and fitted with 180-degree elbow turned down and fitted with insect screen or approved screened vent fitting. 11. The Contractor shall furnish and install one each fuel oil supply line where recommended by the engine -generator manufacturer and where oil lines drop to lower elevations, one full-size anti -siphon valve as manufactured by preferred utilities or equal. In addition, Contractor shall increase each fuel oil supply line size in the vertical as indicated on the drawings. 2.6 ENGINE EXHAUST SYSTEM REQUIREMENTS A. Muffler: Critical type, by Kittel, Maxim, Nelson or approved equal, sized as recommended by engine manufacturer. Measured sound level at a distance of ten feet from exhaust discharge, is 85 dBA or less. B. Condensate Drain for Muffler: Schedule 40, black steel pipe connected to muffler drain outlet through a petcock. C, Connections from Engine to Exhaust System: Flexible section of corrugated stainless - steel pipe D. Connection from Exhaust Pipe to Muffler: Stainless -steel expansion joint with liners E. Supports for Muffler and Exhaust Piping: Spring hangers and all -thread rods and vibration hangers as specified in Division 15 Section "Mechanical Vibration Controls and Seismic Restraints" attached to building structure. F. Exhaust Piping External to Engine: ASTM A 53, Schedule 40, welded, black steel, with welded joints and fittings G. Provide suitable wall thimble, rain cap at the exhaust outlet, expansion and contraction fittings, etc., as required for the exhaust pipe installation and termination and to protect the building construction. H. Insulation: All exhaust piping in the building and at openings through building walls and exterior piping shall be covered with a two-inch thickness of molded hydrous calcium silicate pipe insulation, suitable for 1,200° F operating temperature. Insulate fittings with mitered segments of pipe insulation. Cover insulation with a smooth surface aluminum jacket. Al! joints, ends and fittings shall be covered and sealed with 0.16" thickness aluminum covering. 800 MHz P25 Digital Trunked Simulcast Network System Section 13 Page 177 of 190 Rev. 4.4.17 Diesel Generator and Transfer Switch City of Miami, Florida Contract No. RFP592382 2.7 STARTING SYSTEM REQUIREMENTS A. Description: 12 VDC electric, negative ground, with solenoid actuated pinion and over- running clutch including the following items. 1. Components: Sized so they will not be damaged during a full engine -cranking cycle with ambient local ambient temperature. 2. Cranking Motor: Heavy-duty unit that automatically engages and releases from engine flywheel without binding 3. Cranking Cycle: 30 seconds, and start within 10 seconds 4. Battery: Adequate capacity within ambient temperature range specified in "Environmental Conditions" Paragraph above to provide specified cranking cycle at least three times without recharging. 5. Battery Cable: Size as recommended by generator set manufacturer for cable length indicated. Include required interconnecting conductors and connection accessories. 6. Battery Compartment: Factory fabricated of metal with acid -resistant finish and thermal insulation. Thermostatically controlled heater arranged to maintain battery above 10 degrees C regardless of external ambient temperature within range specified in "Environmental Conditions" Paragraph above. Include accessories required to support and fasten batteries in place. 7. Battery -Charging Alternator: Factory mounted on engine with solid-state voltage regulation and 35-amp minimum continuous rating 8. Battery Charger: Current -limiting, automatic -equalizing and float -charging type. Unit complies with UL 1236 and includes the following features. a. Operation: Equalizing -charging rate of ten amps is initiated automatically after battery has lost charge until an adjustable equalizing voltage is achieved at battery terminals. Unit automatically switches to a lower float -charging mode and continues operating in that mode until battery is discharged again. b. Automatic Temperature Compensation: Adjusts float and equalizes voltages for variations in ambient temperature from minus 40° C to plus 60° C to prevent overcharging at high temperatures and undercharging at low temperatures. c. Automatic Voltage Regulation: Maintains output voltage constant regardless of input voltage variations up to plus or minus ten percent. d. Ammeter and Voltmeter: Flush mounted in door. Meters indicate charging rates. e. Safety Functions: Include sensing of abnormally low battery voltage arranged to close contacts providing low battery voltage indication on control and monitoring panel. Include sensing of high battery voltage and loss of AC input or DC output of battery charger. Either condition closes contacts that provide a battery -charger malfunction indication at system control and monitoring panel. f. Enclosure and Mounting: NEMA 250, Type 1, wall -mounted cabinet 2.8 ALTERNATOR A. The alternator shall be a four pole revolving field type, 12 lead, re -connectable with extended stacks for full -rated single phase output, wired for 240/120 VAC 1 phase, 60 Hz with a brushless design. 800 MHz P25 Digital Trunked Simulcast Network System Section 13 Page 178 of 190 Rev. 4.4.17 Diesel Generator and Transfer Switch City of Miami, Florida Contract No. RFP592382 1. Photosensitive components will not be permitted in the rotating exciter. 2. The rotor shall be direct connected to the engine to ensure permanent alignment. 3. Exciter is rotated integrally with alternator rotor. 4. Excitation uses no slip or collector rings or brushes, and is arranged to sustain alternator output under a short-circuit condition as specified. 5. The Alternator shall be designed for operation in 110 degrees F, 43 degrees C ambient temperature. 6. The alternator shall meet temperature rise standards for Class "H" insulation, operating within Class "F" standards for extended life. 7. Both the stator and rotor shall be further protected with a 100 percent epoxy impregnation and an overcoat of resilient insulating material to reduce possible fungus and abrasion deterioration. 8. All re -connectable leads must be extended into an AC connection panel. 9. The alternator shall be protected by internal thermal overload protection and an automatic reset field circuit breaker. 10. Stator windings will have two-thirds pitch and have fully linked amortisseur winding. 11. Subtransient Reactance: 12 percent, maximum 12. The alternator shall produce a clean AC voltage waveform a. With no more than five percent total harmonic distortion at full linear load when measured from line to neutral b. With no more than three percent in any single harmonic c. Telephone influence factor shall be less than 40. B. One-step load acceptance shall be 100 percent of engine -generator set nameplate rating and meet the requirements of NFPA 110 paragraph 5-13.2.6. 1. The generator set and voltage regulator must sustain at least 90 percent of rated voltage for 10 seconds with 250 percent of rated load at near 0 power factor connected to its terminals when equipped with direct or brushless excitation. 2. Three hundred percent short circuit current must be selectable on units equipped with permanent magnet exciters. 3. Generators equipped with permanent magnet exciters not allowing the selection of the short circuit current ratings are not allowed. C. A solid-state voltage regulator designed and built by the alternator manufacturer must be used to control output voltage to provide plus or minus 0.25 percent regulation in less than or equal to one cycle of the AC voltage. 1. Should an extremely heavy load drop the output frequency, the regulator shall have a voltage drop of four volts/Hz to maximize motor starting capability. 2. The frequency at which this drop operation begins must be adjustable, allowing the generator set to be properly matched to the load characteristics ensuring optimum system performance. 3. Additional rheostats for matching generator voltage, drop and stability characteristics to the specific load conditions must be available. 800 MHz P25 Digital Trunked Simulcast Network System Section 13 Page 179 of 190 Rev. 4.4.17 Diesel Generator and Transfer Switch City of Miami, Florida Contract No. RFP592382 4. The solid-state regulator module shall be shock mounted and epoxy encapsulated or coated for protection against vibration and atmospheric deterioration. 5. Voltage regulator shall be SCR load application tolerant. D. A NEMA 1 panel that is an integral part of the generator set must be provided to allow the installer a convenient location in which to make electrical output connections. E. A fully rated, isolated neutral must be included by the generator set manufacturer to ensure proper sizing. F. The generator system shall be mounted with vibration isolators on a welded steel base that shall permit suitable mounting to any level surface. G. A main line output, shunt trip circuit breaker carrying the UL mark shall be factory installed. 1. The breaker shall be rated per the manufacturer's recommendations unless specified below and mounted in the genset connection box. 2. The line side connections are to be made at the factory. 3. Output lugs shall be provided for load side connections. 4. Form C auxiliary contacts rated at 250 VAC/10 amperes shall be provided to allow remote sensing of breaker status. 5. A system utilizing manual reset field circuit breakers and current transformers is unacceptable. H. An alternator strip heater shall be installed to prevent moisture condensation from forming on the alternator windings. 2.9 GENSET CONTROLS A. All engine alternator controls and instrumentation shall be designed, built, wired, tested and shock mounted in a NEMA 1 enclosure mounted to the engine -generator set by the manufacturer. It shall contain panel lighting, a fused DC circuit to protect the controls and a +/-5 percent voltage adjusting control. This panel must be able to be rotated 90 degrees in either direction for correct installation. B. The engine -generator set shall contain a complete two -wire automatic engine start -stop control that starts the engine on closing contacts and stops the engine on opening contacts. C. A programmable cyclic cranking limiter shall be provided to open the starting circuit after four attempts if the engine has not started within the programmed time. Engine control modules must be solid-state plug-in type for high reliability and easy service. D. The panel shall include 800 MHz P25 Digital Trunked Simulcast Network System Section '13 Page 180 of 190 Rev. 4.4.17 Diesel Generator and Transfer Switch City of Miami, Florida Contract No. RFP592382 1. Analog meters to monitor a. AC voltage b. AC current c. AC frequency 2. A phase selector switch 3. Emergency stop switch 4. Audible alarm 5. Battery charger fuse 6. Programmable engine start control 7. Monitoring module 8. Panel illumination lights and switch 9. Voltage level adjustment rheostat, as specified elsewhere 10. Control for automatic/stop/manual, as specified elsewhere 11. Individual fault indicators to visually indicate alarms and status 12. One auxiliary alarm relay with a set of Form C contacts rated at ten amperes 13. One red mushroom -type emergency stop push button with indicator E. The programmable module shall include 1. Auto/OFF/Manual switch 2. Four light emitting diodes (LED) to indicate a. Not In Auto b. Alarm Active c. Generator Running d. Generator Ready F. The control panel shall display all pertinent unit parameters 1. Generator Status —not in AUTO 2. Instrumentation —Real time readouts of the following engine and alternator analog values a. Oil pressure b. Coolant temperature c. Fuel level, where applicable d. DC battery voltage e. Run time hours 3. Alarm Status —Current alarm(s) condition a. High or low AC voltage b. High or low battery voltage c. High or low frequency d. Low or pre -low oil pressure e. Low water level f. Low water temperature g. High and pre -high engine temperature h. High, low and critical low fuel levels, where applicable i. Overcrank 800 MHz P25 Digital Trunked Simulcast Network System Section 13 Page 181 of 190 Rev. 4.4.17 Diesel Generator and Transfer Switch City of Miami, Florida Contract No. RFP592382 j. Overspeed k. Unit not in "Automatic Mode" G. The following control equipment is to be installed at the engine -generator set manufacturer's facility: 1. A DPDT relay shall be socket mounted in the generator control panel, operate on engine start and run for City connection. 2. The control panel shall contain a frequency meter reading from 40 Hz to 70 Hz. 3. The pane! mounted five percent voltage adjusting control shall have a positive locking mechanism to prevent the accidental movement of the control. 2.10 GENERAL INSTALLATION REQUIREMENTS A. Reference Section 1, 2 and 4 requirements, as applicable B. All underground wiring will be installed with conduit for the wires sized as required by the NEC. C. All underground wiring will be with wet area rated insulation such as THW, THHW, THWN or TW. This includes the generator output, control, alarms and 120 volt feed for battery charger and block heater. All wiring will be stranded, no solid wire is allowed, 2.11 SPECIFIC INSTALLATION REQUIREMENTS A. Reference Part 3 Execution portion of this specification B. Controls and Monitoring Equipment 1. Gas capacity gauge with low fuel level alarm contact closure 2. Multi -valve for filling, pressure relief and gauging 2.12 UNIT ACCESSORIES A. The following unit accessory equipment is to be installed at the engine -generator set manufacturer's facility: 1. Weather protective enclosure as needed: a. The engine -generator set shall be factory enclosed in a heavy gauge steel enclosure constructed with a minimum of 14 gauge corner posts, uprights and headers. b. The roof shall aid in the runoff of water and include a drip edge. c. The enclosure shall be coated with electrostatically applied powder paint, baked and finished to manufacturer's specifications. d. The color will be factory standard or coordinated with City requirements. e. The enclosure is to have large, hinged doors to allow easy access to the engine, alternator and control panel. 800 MHz P25 Digital Trunked Simulcast Network System Section 13 Page 182 of 190 Rev. 4.4.17 Diesel Generator and Transfer Switch City of Miami, Florida Contract No. RFP592382 f. The doors must lift off without the use of tools. Each door will have lockable hardware with identical keys. Padlocks do not meet this specification. 2, The exhaust silencer(s) shall be provided of the size as recommended by the manufacturer and shall be of critical grade. a. The silencer(s) shall be mounted within the weather protective enclosure for reduced exhaust noise and provide a clean, smooth exterior design. b. Silencer shall be connected to the engine with a flexible, seamless, stainless steel exhaust connection. c. A rain cap will terminate the exhaust pipe. d. All components must be properly sized to assure operation without excessive backpressure when installed. 3. Provide an automatic dual rate maintenance battery charger manufactured by the engine -generator set supplier. Input voltage to be 120 volts AC. a. The automatic equalizer system shall monitor and limit the charge current to ten amperes. b. Low charge rate is to be of the battery maintenance level. c. The output voltage is to be determined by the charge current rate. d. The charger must be protected against a reverse polarity connection. e. The battery charger is to be factory installed on the generator set. f. Due to line voltage drop concerns, a battery charger mounted in the transfer switch will be unacceptable. B. The following unit accessory equipment is to be provided by the engine -generator set manufacturer and shipped loose with the unit. 1. Spring -type vibration isolators of the type, size and number recommended by the manufacturer shall be supplied to support the engine generator set to reduce transmitted vibration. Isolators to be painted or otherwise protected to prevent rusting in an outdoor environment. 2. A heavy duty, lead acid 12 VAC battery shall be provided by the generator set manufacturer. There shall be a frame suitable for securely mounting the battery and include all connecting battery cables. 2.13 AUTOMATIC TRANSFER SWITCH A. General 1. The automatic transfer switch (ATS) shall be compatible with the engine -generator set to maintain system compatibility and local service responsibility for the complete emergency power system. 2. ATS shall be listed by IL Standard 1008. 3. The ATS shall be in a NEMA 1 cabinet for indoor installations. 4. Representative production samples of the transfer switch supplied shall have demonstrated, through tests, the ability to withstand at least 10,000 mechanical 800 MHz P25 Digital Trunked Simulcast Network System Section 13 Page 183 of 190 Rev. 4.4.17 Diesel Generator and Transfer Switch City of Miami, Florida Contract No. RFP592382 operation cycles. One operation cycle is the electrically operated transfer from normal to emergency and back to normal. 5. Wiring must comply with NEC table 373-6(b). The manufacturer shall furnish schematic and wiring diagrams for the particular ATS and a typical wiring diagram for the entire system. 6. Adjustable time delays will be provided for the following a. Momentary normal source power outages to delay start b. Transfer to emergency power c. Transfer from emergency to normal power d. Cool down engine run 7. Built-in engine exerciser to automatically test generator on a weekly basis with testing with or without load B. Ratings and Performance 1. The automatic transfer switch shall be a three pole design rated for minimum of 200 amperes continuous operation in ambient temperatures of -20 degrees F (-30 degrees C) to +140 degrees F (+60 degrees C). 2. Main power switch contacts shall be rated for 600 VAC minimum. 3. The transfer switch supplied shall have a minimum withstand and closing rating when fuse protected of 200,000 amperes. Where the line side overcurrent protection is provided by circuit breakers, the short circuit withstand and closing ratings shall be 35,000 amperes RMS. These RMS symmetrical fault current ratings shall be the rating listed in the UL listing or component recognition procedures for the transfer switch. 4. All withstand tests shall be performed with the overcurrent protective devices located external to the transfer switch. 5. The operating mechanism will be a single operating coil design, electrically operated and mechanically held in position. 6. A provision will be supplied to be able to manually operate the switch in the event of logic or electrical coil failure. C. Construction 1. The transfer switch shall be double throw construction, positively electrically and mechanically interlocked to prevent simultaneous closing and mechanically held in both normal and emergency positions. a. Independent break before make action shall be used to positively prevent dangerous source -to -source connections. b. The transfer switch shall be approved for manual operation. c. The electrical operating means shall be by electric solenoid. d. Every portion of the contactor is to be positively mechanically connected. No clutch or friction drive mechanism is allowed, and parts are to be kept to a minimum. 2. This transfer switch shall not contain integral overcurrent devices in the main power circuit, including molded case circuit breakers or fuses. 3. The transfer switch electrical actuator shall have an independent disconnect means to disable the electrical operation during manual switching. 800 MHz P25 Digital Trunked Simulcast Network System Section 13 Page 184 of 190 Rev. 4,4.17 Diesel Generator and Transfer Switch City of Miami, Florida Contract No. RFP592382 a. Maximum electrical transfer time in either direction shall be 160 milliseconds, exclusive of time delays. b. Main switch contacts shall be high-pressure silver alloy with arc chutes to resist burning and pitting for long life operation. 4. There shall be a SPDT (Form C), 10 ampere, 250-volt auxiliary contact operated by the switch mechanism for monitoring switch position. Full rated neutral bar (or contacts on switched neutral applications) with lugs for normal, emergency and load conductors shall be provided inside the cabinet. D. ATS Controls 1. All control equipment shall be mounted on the inside of the cabinet door in an enclosure with transparent safety shield to protect all solid-state circuit boards. This will allow for ease of service access when main cabinet lockable door is open, but prevent access by unauthorized personnel. a. Control boards shall have installed cover plates to avoid shock hazard while making control adjustments. b. The solid-state voltage sensors and time delay modules shall be plug-in circuit boards with silver or gold contacts for ease of service. 2. A solid-state under -voltage sensor shall monitor all phases of the normal source and provide adjustable ranges for field adjustments for specific application needs. a. Pickup and dropout settings shall be adjustable from a minimum of 70 percent to a maximum of 95 percent of nominal voltage. b. A utility sensing interface shall be used, stepping down system voltage of 120/240 VAC 1 phase to 24 VAC, helping to protect the printed circuit board from voltage spikes and increasing personnel safety when troubleshooting. 3. Controls shall signal the engine -generator set to start in the event of a power interruption. a. A set of contacts shall close to start the engine and open for engine shutdown. b. A solid-state time delay start, adjustable, 0.1 seconds to 10 seconds shall delay this signal to avoid nuisance startups on momentary voltage dips or power outages. 4. Controls shall transfer the load to the engine -generator set after it reaches proper voltage. a. Adjustable from 70 percent to 90 percent of system voltage and frequency b. Adjustable from 80 percent to 90 percent of system frequency c. A solid-state time delay, adjustable from five seconds to three minutes, shall delay this transfer to allow the engine -generator to warm-up before application of load. d. There shall be a switch to bypass this warm up timer when immediate transfer is required. 5. Controls shall retransfer the load to the line after normal power restoration. a. A return to utility timer, adjustable from 1 minute to 30 minutes shall delay this transfer to avoid short-term normal power restoration. 6. The operating power for transfer and retransfer shall be obtained from the source to which the load is being transferred. 800 MHz P25 Digital Trunked Simulcast Network System Section 13 Page 185 of 190 Rev. 4.4.17 Diesel Generator and Transfer Switch City of Miami, Florida Contract No. RFP592382 a. Controls shall provide an automatic retransfer of the load from emergency to normal if the emergency source fails with the normal source available. 7. Controls shall signal the engine -generator to stop after the load retransfers to normal. a. A solid-state engine cool down timer, adjustable from 1 minute to 30 minutes shall permit the engine to run unloaded to cool down before shutdown. b. Should the utility power fail during this time, the switch will immediately transfer back to the generator. 8. Provide an engine minimum run timer, adjustable from 5 minutes to 30 minutes to ensure an adequate engine run period. 9. The transfer switch shall have a time delay neutral feature to provide a time delay, adjustable from 0.1 seconds to 10 seconds during the transfer in either direction, during which time the load is isolated from both power sources. This allows residual voltage components of motors or other inductive loads (such as transformers) to decay before completing the switching cycle. a. A switch will be provided to bypass all transition features when immediate transfer is required. 10. The transfer switch shall have an in -phase monitor that allows the switch to transfer between live sources if their voltage waveforms become synchronous within 20 electrical degrees within 10 seconds of transfer initiation signal. a. A switch must be provided to bypass this feature if not required. 11. If the in -phase monitor will not allow such a transfer, the control must default to time delay neutral operation. a. Switches with in -phase monitors that do not default to time delay neutral operation are not acceptable. 12. Front mounted controls shall include a selector switch to provide for a NORMAL TEST mode with full use of time delays, FAST TEST mode that bypasses all time delays to allow for testing the entire system in less than one minute or AUTOMATIC mode to set the system for normal operation. 13. Provide bright lamps to indicate the transfer switch position in either UTILITY (white) or EMERGENCY (red). A third lamp is needed to indicate STANDBY OPERATING (amber). These lights must be energized from utility or the engine -generator set. 14. Provide manual operating handle to allow for manual transfer. This handle must be mounted inside the lockable enclosure, accessible only by authorized personnel. 15. Provide a safety disconnect switch to prevent load transfer and automatic engine start while performing maintenance. This switch will also be used for manual transfer switch operation. 16. Provide LED status lights to give a visual readout of the operating sequence a. Utility on b. Engine warm-up c. Standby ready d. Transfer to standby e. In -phase monitor f. Time delay neutral g. Return to utility 800 MHz P25 Digital Trunked Simulcast Network System Section 13 Page 186 of 190 Rev. 4.4.17 Diesel Generator and Transfer Switch City of Miami, Florida Contract No. RFP592382 h. Engine cool down i. Engine minimum run 17. A "signal before transfer" lamp shall be supplied to operate from external circuitry, 2.14 MISCELLANEOUS TRANSFER SWITCH EQUIPMENT An isolated neutral bus will be provided in the transfer switch cabinet. All power neutral conductors will be connected to the isolated bus. The isolated bus will not be connected to the cabinet ground or an electrical ground. The balance of this page was left intentionally blank 800 MHz P25 Digital Trunked Simulcast Network System Section 13 Page 187 of 190 Rev. 4.4.17 Diesel Generator and Transfer Switch City of Miami, Florida Contract No. RFP592382 PART 3 - EXECUTION 3.1 SPECIFIC INSTALLATION REQUIREMENTS A. Install engine -generator set and make operational as follows. 1. Install engine at sufficient height above base to permit dropping oil pan without removing unit. 2. All connections to the engine generator shall be flexible. 3. Provide conduit, wiring and connections required and recommended by unit supplier. 4. Install all control and alarm wiring in conduit. Coordinate sizes and locations of concrete bases. Verify structural requirements with structural engineer. 5. Provide concrete pad 6 inches thick minimum and 24 inches larger on all sides of generator. Pad thickness size will depend on total weight of generator. Generator base to be mounted at least 18 inches higher than surrounding yard. Open ended I beam rails is not allowed. The intent of this elevation is to prevent normal surface blowing snow from filling up the inside of the generator. 6. Control start/stop wiring will be in a separate conduit run with minimum #14 AWG stranded wire. 7. AC 120-volt power for the engine block heater and battery charger will be an a single circuit breaker feed from the main power distribution panel and labeled as such. No other use will be allowed for this breaker. A different circuit will be supplied for the oil heater. 8. Frame of the generator will be grounded to the building earth counterpoise with exothermic welding or non -reusable high compression wire lugs. 9. Generators installed external and within 6 feet of the building shall be bonded to the nearest practical location on the grounding system as follows: a. Grounding conductors above grade should use #6 or courser copper conductor. b. Grounding conductors below grade or partially below grade shall be #2 or courser bare, solid, tined or un-tinned conductor. 10. Generators installed external and greater than 6 feet from the building shall be bonded to the nearest practical location on the grounding system as in 9 and include an additional ground rod near the generator. All conductors must be #2 or courser, bare solid tinned or un-tinned and bonded to the ground rod and ground system bonded as in 9 above. 11. At a minimum, the generator weatherproof cabinet will be grounded in opposite corners. 12. The paint will be removed at the connection point and a thin coating of an anti -oxide compound will be applied to the surfaces. 13. Only stainless steel hardware will be used to attach the grounding lugs to the cabinet. 14. The generator neutral bus will not be grounded to the generator frame or with an external ground wire. The generator neutral bus will only be wired back to the automatic transfer switch neutral bus. 15. Installation acceptance tests to be conducted on site shall include a "cold start" test, a two-hour full load test, and a one-step rated load pickup test in accordance with NFPA 800 MHz P25 Digital Trunked Simulcast Network System Section 13 Page 188 of 190 Rev. 4.4.17 Diesel Generator and Transfer Switch City of Miami, Florida Contract No. RFP592382 110. Provide a resistive load bank and make temporary connections for full load test, if necessary. 3.2 LABELING AND IDENTIFICATION All wiring harnesses and connectors shall be clearly identified by number and function according to the associated schematic diagrams and documentation provided by the Contractor. 3.3 FIELD QUALITY CONTROL A. Inspection: 1. The telecommunications contractor shall have in place an inspection schedule that will ensure that the components of the systems and workmanship are of the highest quality and meet the contractual agreements. B. Factory Testing 1. Before shipment of the equipment, the engine -generator set shall be tested under rated load for performance and proper functioning of control and interfacing circuits. Tests shall include a. Verifying all safety shutdowns are functioning properly b. Verifying single step load pickup per NFPA 110-1996, Paragraph 5-13.2.6 c. Verifying transient and voltage dip responses, and steady state voltage and speed (frequency) checks d. Full load test for a minimum of one hour 2. Provide complete report(s) of all testing performed C. Startup And Checkout 1. The supplier of the electric generating plant and associated items covered herein shall provide factory -trained technicians to check out the completed installation and to perform an initial startup inspection a. Ensure the engine starts (both hot and cold) within the specified time b. Verify of engine parameters within specification c. Verify no load frequency and voltage, adjusting if required d. Test all automatic shutdowns of the engine -generator e. Perform a simulation of power failure to test generator start up and ATS to pick up building Toad correctly. f. Return commercial power and test generator and ATS to correctly cycle to normal commercial power g. Perform a City observed load test of the generator to ensure full load frequency and voltage is within specification by using building load, This test to be run for a minimum of one hour. h. Test and verify all remote indicators and controls. 2. Provide complete report(s) of all testing performed 3.4 CLEANING Reference Section 2 requirements as applicable 3.5 FINAL TESTING AND ACCEPTANCE 800 MHz P25 Digital Trunked Simulcast Network System Section 13 Page 189 of 190 Rev. 4.4.17 Diesel Generator and Transfer Switch City of Miami, Florida Contract No. RFP592382 Reference Section 2 requirements as applicable END OF SECTION 13 800 MHz P25 Digital Trunked Simulcast Network System Section 13 Page 190 of 190 Rev. 4.4.17 Diesel Generator and Transfer Switch City of Miami, Florida Contract No. RFP592382 APPENDIX A COVERAGE AREA City of Miami P-25 Radio Project Legend Fire Station 7emionee Station Territory T%ei! M K®y a scorn bin AVee% 800MHz P25 Digital Trunked Simulcast Network System Appendix A —Coverage Area Page 1 of 1 City of Miami, Florida APPENDIX B CRITICAL BUILDINGS Contract No. RFP592382 BUILDING ADDRESS CITY, STATE Miami Fire Station 1 144 N.E. 5th Street Miami, FL Miami Fire Station 2 1901 N. Miami Avenue Miami, FL Miami Fire Station 3 1151 N.W. 7th Street Miami, FL Miami Fire Station 4 1105 S.W. 2nd Avenue Miami, FL Miami Fire Station 5 1200 N.W. 20th Street Miami, FL Miami Fire Station 6 701 N.W. 36th Street Miami, FL Miami Fire Station 7 314 Beacon Boulevard Miami, FL Miami Fire Station 8 2975 Oak Avenue Miami, FL Miami Fire Station 9 69 N.E. 62 Street. Miami, FL ' Miami Fire Station 10 4101 N.W. 7th Street Miami, FL Miami Fire Station 11 5920 W. Flagler Street Miami, FL Miami Fire Station 12 1455 N.W. 46th Street Miami, FL Miami Fire Station 13 990 N.E. 79 Street Miami, FL Miami Fire Station 14 2111 S.W. 19 Street Miami, FL Miami Fire Station 15 Bayside Marina 401 Biscayne Blvd Miami, FL Miami Fire Station 16 Under Construction Brickell City Center Miami, FL Miami Police Headquarters/College 400 NW 2nd Avenue Miami, FL Miami Police North Station 1000 NW 62nd Street Miami, FL Miami Police South Station 2200 West Flagler Street Miami, FL Miami Police Grapeland Heights Substation 1701 NW 30th Avenue Miami, FL Miami City Hall 3500 Pan American Drive Miami, FL Miami Riverside Center 444 S.W. 2nd Avenue Miami, FL Miami Fire Department Training Center 3425 Jefferson Street Miami, FL Ravicarl 4M1 Fi 800 MHz P25 Digital Trunked Simulcast Network System Appendix B - Critical Buildings Page 1 of 1 City of Miami, Florida APPENDIX C SITE LIST Contract No. RFP592382 Site Name Site Address Site Function Site Backhaul Fire Station 3 1151 N.W. 7th Street Primary Site —Master Transmit/ Receive Microwave Loop Miami -Dade County Administration Building 111 NW 1st Street Transmit 1 Remote Receive Site Microwave Loop Fire College 3425 Jefferson Street Dispatch and Remote Receive Microwave Loop Fire Station 11 5920 Flagler Street Remote Receive Microwave Loop Fire Station 9 69 N.E. 62nd Street Remote Receive Microwave Spur from Park Place Apartments Miami Police Department 400 N.W. 2nd Avenue Dispatch and Interop Units Microwave Spur from Station 3 Park Place Apartments 915 N.W. 1st Avenue Microwave Bridge Microwave Loop Bridge to Spur Station 9 Well Fargo Building 200 South Biscayne Boulevard Interoperability Site Ti Connected Interop Site Key Biscayne Fire Department (Optional) 560 Crandon Boulevard Potential Site for Coverage Requirements No Connection 800 MHz P25 Trunked Simulcast Network System Appendix C — Site List Page 1 of 1 City of Miami, Florida Contract No. RFP592382 APPENDIX D RADIO LICENSES REFERENCE COPY Thus is not an official FCC hcense- it is a record of public Info motion contained in the FCC's licensing database on the date that this reference copy was generated, in case; where FCC rules require the presentation posting, or display cF an FCC license, this document :nay net he used in place ofanoF$cialFCC 1; se Federal Communications Commission Public Safety and Homeland Security Bureau RADIO STATION AUTHORIZATION LICENSEE. LEA1f 0r Y CIF ATTN. „OSE I. ESTREL LA 1‘,42vff CrrY OF 1390 NW 20TH STREET FL 33142 FCC Registration Number (FRN): 0001302782 Call Sign KNGR376 File Number 0006211C42 Raclin Service YP -Public SafetylSpec Emerg, 806-821/S51-866 MHz, Trunked Regulatory Status PMRS Frequency Coordination Number Grant Date 03 -25-2014 Effective Date C3_25-2014 Expiration Date 0E-19-2024 PrintDate 03-25-2014 STATION TEC}II IC AI, SPECIFICATIONS Fixed Location Address orMob ileArea of Operation Loc. 1 Address: COUNTY ADM BLDC.I 11l 1'1W 1ST SIT City: IvfAIvfl County: MIAM1-DADS •State: FL Lat (NADS;i): 25-46-31 4 N Long (NAD83): 080-11- 50 '2 17J ASR No.: Ground Elev: 3.._. Antennas Loc Ant Frequencies Sta. No. No. Emission Output ERP Ant. Ant. Construct No. No. (MHz) Cls. Units Pagers Designator Power (watts) Ht Fp AAT Deadline (watts) meters meters Date 1 1 000854.96250000 FB2 i 201(0F2D Su 13011 350.050 l01 0 3 0 20KOF3E 20KOF9W 1 1 000855.21250000 FB2 1 29810F2D 59_000 350.0130 161.0 3,0 20KOF3E 2QKOF9W 1 i 000855.46250000 F12.2 1 201(0F2D 50-000 1350.000 8dl.0 3 0 20KOF3E 20 K0F9W Conditions: Pursuant to §309(h) of the Communications Act of 1934, as amended, 47 U.'3.0 309(h), this license is sc.ih,e 3 to. Lae,. following conditions', This shallnot vest in the license,e any right to operate the station nor any rijit in the use of the frequencies designated in the license beyond the tern thereof nor in any other manner than authorized herein Neither the license nor the right granted thereunder shalt he assigned or-othervise transferred in violation of the Ccnarmlineations Act of 1934, as amended. See 47 U.3-C- § 310(d)- This license is sub eot in terms to the right of use or control conferred by §706 of the Communications Act of 1934, as amended_ See 47 U S C. *606. Page 1 of 3 FCC 601-ULSHS 1 August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 1 of 41 City of Miami, Florida Contract No. RFP592382 Licensee Name: YIIAIIvII C[TY OF Call Sign: ItiN .3R376 Antennas Loc .ant Frequencies No. No. (ADM) 1 1 000855.71 25000.0: 1 1 000856 21250000 1 1 0008 5:6.-162_ 50000 1 1 000856.71250000 1 1 000856.96250000 1 1 000857.462 50000 1 1 000857.71250000 1 1 000857.96250000 1 00E1858.71250000 1 1 000858.71250000 1 1 0008.58967 50000 File Number: 0006211042 Print Date: 03-25-2014 Sta. No. No. Emission Output ERP Ant. Ant. Construct Cls. Units Pagers Designator Power (watts) IIt./Tp .tkil Deadline (watts) meters meters Date FB2 1 20K0F2D 50.000 350.000 161.0 3.0 20K0F3E 20K0F914' FB2 1 FB2 1 FB2 FF12 FB2 20K0F2D 50.000 350.000 161.0 3.0 20K0F3E 20K0F9W 20K0F21) 50.0.00 350.000 i5F_0 30 20K0F3E 20K0F9W 20K0F2D 50.000 350.000 161.0 3.0 2OKOF3E 20K0F9W 20K0F2D 50.000 350.000 161.0 3.0 20K0F3E 20K0F9W 20K0F2D 50.000 350.000 161.0 3.0 20K0F3E 20 K0 F9W FB2 1 20K0F2D 50.000 350.000 161.0 3.0 20K0F3E 20K0F9W F132 1 201C00213 50.000 350.000 161.0 3.0 201; 0F3E _20KOF1%W F132 1 201,10F2D 50.000 +50.000 161.0 3.0 20K0F3E 20K0F9W FB2 1 20K0F2D 50.000 350.000 161.0 3.0 20K0F3E 20K0F9W FB2 1 20K0F2D 50.000 350,000 161.0 3.0 20K0F3E 20K0F9W Page 2 of 3 FCC 601-IJLS13S1 August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 2 of 41 City of Miami, Florida Contract No. RFP592382 REFERENCE COPY This Ls not an official. FCC license It is arecord ofpublic in£onnahon contained in the FCC'slicenang database on the date that this reference copy was generated In cases where FCC riles require the presentation, posting, or display of an FCC license, this document may not be used in place of an official FCC incense Federal Communications Commission Public Safety and Homeland Security Bureau RADIO STATION AUTHORIZATION LICENSEE IvI<AI411CITY OF ATTN. J"OSE I E0TF Er TA M AMI C1T Y OF 13 90 NW 20TH STREET IMMEANE, FL. 33142 FCC Registration Number (ERN): 0)001803782 Call Sign i File Number WI'7CE612 I 0005 ? 59012 Radio Sen, lce YP - Public Safety/Spec Emerg, 80,5-S21I$ 51-E66 MHz, Trunked Regulatory Stattts PM RS Fretltiency Coordination Number Grant Date 12-19-2012 Effective Date 12-19-2212 Expiration Date 03-10-2023 Print Date 12-19-21)12 STATION TECHNICAL SPECIFICATIONS Fiietl Location Address or Mobile Area of Operation Loc. 1 Address: 1125 NW) ST City: ivilk1VE1 County: IvItAMII-DARE State: FL Lat (NADi3): 25-46-51 411 Long (NAD33): p 0- I2- I. 3VT ASR No.: Ground Elea: 3.0 Antennas Loc Ant Frequencies No. No. (MHz) 1 I 000854 9625000e 1 I 000355 21250000 1 1 000055.0250000 Sta. No. No. Emission Output ERP Ant. Ant. Construct Cis. Units Pagers Designator Power (watts) Ht_!fp A.AT Deadline (watts) meters meters Date FE•2S 1 217K0F2D 100_0E0 350 001 64 0 61 0 ZQKOF3E 20KOF9W FB23 1 FF..23 1 20K0F2D 1031100 350 000 64 0 61 0 20K0F3E 20KOF9W 20KOF2D 100 00J0 350-000 64 0 61 0 20K0F3E 20KOF9W Conditions: Pursuant to §309(h) of the Communications Act of 1934, as arnimded, 47 LT. S.0 0309(h), this license is sbject to, the following conditions: This Ii se shall not vest in the licensee any right to operate the station nor any right in the use of the frequencies designated in the 1v:ense beyond the team thereof nor in any other manner than authorized herein Neither the license no the right granted thereunder shall be assigned cr otherwise transferred in violaticn of the Communications Art of 1934, as amended. See 47 U S-C_ § 310(d} This license is subject in terms to the right of use or conti 1 conferred by §706 of the Communications Act of 1934, as amended See 47 U.S 2 §606 Page 1of3 FCC 601-ULSHS1 August 2037 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 3 of 41 City of Miami, Florida Contract No. RFP592382 Licensee Name: \4 2vll CITY OF Call Sign: WN C E 612 Antennas Lac Ant Frequencies No, No. (NIHz) 1 1 000855. 712 50000 1 1 0008 56.' 1250000 File Number: 0005559012 Print Date: 12-19-2012 Sta, No. No. Emission Output ERP Ant. Ant Construct CIs. Units Pagers Designator Power (watts) Ht./Tp AAT Deadline (watts) meters meters Date FB2S 1 20K0F2D 100.000 350.000 64.0 61.0 20K0F3E 26KOF9W FB2S 1 20K0F2D 100.000 350.000 64.0 61.0 20K0F3E 20K0F9W 1 1 000856.15250000 FB2S 1 20K0F2D 100.000 350.000 64.0 61.0 2OKOF3E 20K0F9W 1 1 000856.71250000 1 1 000056.96250000 1 1 0008 57.46250000 FB25 ' 1 20K0F2D 100.000 350.000 64.0 6I.0 20KOF3E 20K0F9W 9825 1 20K0F2D 100.000 350.000 54.0 61.0 20K0F3E 201:0 F9W FB2S 1 20K0F2D 100.000 350.000 64.0 61.0 20K0F3E 2OKOFSW 1 1 000857.71250000 FB2S 1 2010F2D 100.000 350.000 64.0 61.0 20K0F3E 20K0F9W 1 1 000857 862 50000 1 1 000858.21250000 1 1 000858.'1250000 1 000858.96250000 FB2S 1 20K0F2D 109.000 350.000 64.0 61.0 20K0F3E 20K0F9W FB2S 1 20000F21) 100.000 350-.600 64.0 61.0 20K0F3E 20K0F9W FB2S 1 20K0F2❑ 100 000 35011700 54.0 61.0 20K0F3E 20K0F9W FB2S 1 20K0F2D 100.000 350.000 64.0 61.0 20K0F3E 20K0F9W FCC 601-ULSHSI Page 2 of 3 August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 4 of 41 City of Miami, Florida Contract No. RFP592382 Licensee Name: II.A2v13 CITY OF Call Sign: W CE612= .Antennas Lot Ant Frequencies No. No. (MHz) 1 1 000859_21250000 1 1 000859.46250000 1 1 000859 96250000 1 1 000860 2 1250000 1 1 000860 46250000 1 1 000860-71250000 File Number: 00(o559012 Print Date: 12-19-2012 Sta. No. No. Emission Output FRP ,ant. Ant_ Construct CIs, Units Pagers Designator Power (watts) Ht.ITP AA'I' Deadline (watts) meters ureters Date FB2S 1 20K0F2D 100.000 350.000 64.0 61.0 20K0F3E 20K0F9W 1412S 1 20K0F2D 100.000 350.000 64.0 61.0 20KOF3E 2 OKO F9W FB2S 1 FB2S 1 FB2S 1 FB2S 't 20KOF2D 100.000 350.000 64.0 61.0 2 OKOF3E 20KOF9W 20K0F2D 100.000 350.000 64 0 61.0 20KOF3E ?t1l OF9W 20R092D 100,000 350.000 6.1,0 51.0 26KO F3E 2OKO F9W 201000213 100.000 350.000 64.0 61.0 20K0F3E 20 0F9\V Control Points Control Pt. \o.1 Address; 3500 PAN _ MER1C_ N DR City: \IL all County: State: FL Telephone Number: (305)57575171 Associated Call Signs Waive rs/Conditions: Grant of the request to update licensee name is conditioned on it not reflecting an assignment or transfer of control (see Rule 1.9 8): if an assignment or transfer occurred without proper notification or FCC approval, the grant is void and the station is licensed under the prior name. FCC 601-1LLSHSI Page 3 of 3 August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 5 of 41 City of Miami, Florida Contract No. RFP592382 REFERENCE COPY Tti 5Is not an ofEcial FCC license 1t is .areccrci o f pub he rnfonnatien cantalned in the FCC's licensing database on the date that this reference copy was geterated. In cases where FCC rules require the presentation, posting, or display of an FCC license, this document may not be 'iced in place of an official FCC1Fcense. Federal Communications Commission Public Safety and Homeland Security Bureau RADIO STATION AUTHORIZATION LICENSEE 1,1 CITY =.)F ATTN. JOSE L ESTRELLA h,'QAA,fI CTT Y OF 13 }L11, W 20TH STREET MIA1vII, FL 33142 FCC Registration Number (FR T): 00013037° Call Sign File Number WNVH462 0005oii325 Radio Service rE _ PUbS a fty/Sp ecE m er/PabSaltyh7tlFlan,S06-817'851 -8621�/LHz,'Cc v Regulatory Status 1tiiE12 Frequency Coordination Number Grant Date 01-Z4-2112 Effective Date 01-24-201'2. Expiration Date 02-19-2022 Print.Date 01-25-20I2 STATION TECHNICAL SPECIFICATIONS Fixed Location Address orlvlobiieArea of Operation Loc. 1 Address: 1501 21`ID ST City: 1 IIAM[ County: i.II iT-DATE State: Et Lat(NAD83): 2546-16.414 Long(NADS3): 080-11-0 2W ASRNo.: NIA Ground Elev: 2.0 Loc. 2 Area of Operation Operating within a 113.0 ion radius around fixed location 1 Antennas Loc Ant Frequencies No. No. (14lflz) t l 000855.661250000 1 1 000357-81250000 1 1 000359.81250000 Sta. No. No. Efn.issiim Output ERP Ant. Ant. Construct Cls. Units Pagers Desigratur Power (watts) HLITp AAT Deadline (watts) meters meters Date FB2 I 201COF2D 525 000 500 000 2170 219.0 01-29-2007 2IKOF3E 20KOFOW FB2 1 2DKIF2D 125.000 500:000 2170 219.0 08-29-2007 2DKOF3E 217KOF9W FB2 1 20K0F2D 125.000 500000 2170 219.0 08-29-2027 20KCF3E 20KOF9Vii Conditions: Pursuant to §309(h) of the Communications Act of 1934, as amended, 47 U.8 C §309(h), this license is subjecttothe following conditions. This lictatseshall not vest. inthe licensee any tightto operatehestation nor tiyrrightirt-thhssaofthe frequencies designated in the license beyond the term thereof nor in any other manner than authorized' herein Neither the license nor the right granted thereunder shall be assignedorothere Ise transf4rred invinlation of the C.on rnunicatons Ant of 1934, as amended. See 47 U.S C. § 310(d). This license is subjed in trans to the right ofuse or control confetred by §706 of the Communications Act of 1934, as amended. See 47 US C ,606 Page 1 of 2 FCC 601-1 LSITS1 August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 6 of 41 City of Miami, Florida Contract No, RFP592382 Licensee Naine: MIA131 CITY OF Call Sign: CIT STI462" " File Number: 00050-11325 Print Dade: 01-25-2012 12_ Antennas .. Loc Ant Frequencies . Sta. No. No. Emission Output ERP Ant. Ant. Construct No. No. (MHz) CIs. Units Pagers Designator Power (watts) Ht./Tp AA1• Deadline (watts) meters meters Date FBO I 20K0F2D 125.000 500.000 217.0 219.0 08-29-2007 20K0F3E 20E0E9W 1 1 000854.48750000 00085-1.36250000 1.B2 1 20K00212 125.000 500.000 2i7.0 219.0 08-29-700' 201:O FSE 201:0F9W 1 000010 61250000 1'.1O 1500 20K0F2D 35.000 35 GOO 08-29-2007 2OKOF3E 20KOF9W 1 000812.81250000 MO 1500 20K0F2D 35.000 35.000 08-29-2007 20KOF3E 2OK.0F9W 2 1 000811.81250000 INtCJ 1500 20K0F2D 35.000 35.000 08-29-2001 2OKOF3E 20KOF9W 1 00080928750000 MCI 1500 20K0F2D 35,000 35.000 05--'29-2007 2OKOF3E _0K .E9W 0008049.36250000 MO 1500 20K00213 35 000 35.000 08-29-2007 20KSF3E 20KOF02W Control Points Control Pt. No. 1 Address: 1390 N-"X 20 ST City: MIAMI County: State: FL Telephone Number: (305)575- 171 .Associated Call Signs Waive rs/Conditions: Grant of the request to update licensee name is conditioned on it not reflecting an assignment or transfer of control (see Rule 1-94S); if an assignment or transfer occurred without proper notification or FCC approval, the grant is void and the station is Licensed under the prior name. Page 2 of 2 FCC 601-ULSHSI August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 7 of 41 City of Miami, Florida Contract No. RFP592382 REFERENCE COPY Thi S IS not an ofaciai FCC license. It is arecord of public Information contained in the FCC's licensing. database on the date that thus reference_ copy was venerated In case:; where FCC rules require the presentation, posting. or display of an FCC license, this document may not he used in place of an official FCC liurtse Federal Communications Commission Public Safety and Homeland Security Bureau RADIO STATION AUTHORIZATION LICENSEE 14(A2r`Y D?F AT TN JOSE I. ESTRELLA MIA1141crf Y OF 1390 NW 20TH STREET Iv11t�1VI1 FL 33142 FCC Registration Number (ERN): 0001803782 Call Sign WI'TZ..7936 File Number 0005559011 Radio Service GE - PubSaftylSpecEmer/PubSaftyNt1Planr06-817! iI -3623vIIiz.Conv Regulatory{o{Status PMRS Frequency Coordination Number Grant Date 12-19-2012 Effective Date 12 19-2012 Expiration Date 02-03-2023 Print Date 1 1^-20012 STATION TECHNICAL SPECIFICATIONS Fixed Location Address or Mobile Area of Operation Loc. I Address: SE FINANCIAL CTR 200 S EISCAYITE BL T City: i dv0I County: MI -DAUB State: F= Lat (NAD83): 25-46-16.4 N Long (NA D83): 030- t 1 =.9 2 ASR No.; NIA Ground Elev: Loc. 2 Area of operation Countywide '&IIA dI-DADE, FL Antennas Loc Ant Frequencies No. No. (1V1Hz) t 1 000854.63750000 Sta. No. No. Emission Output ERP Ant. Ant. Construct CIs. Units Pagers Designator Power (watts) HLiTp AAT Deadline (watts) meters meters Date FB2 1 20KOF2D 125.00O 50 O00 217.0 219 03-29-2007 20KOF3E 20KOF9W 2 n0n309 63750000 MCI 0 2201C0F3E 35 0012 35 000 08-29-2007 Conditions: Pl€suant to §309(h) of the Cotranunicatioils Act of 1934, as amended, 47 U.S.C. §309(11), this License is subject t) the following conditions. This license shall not vest in the licensee any right to operate the station nor anyitight in the use of the frequencies designated in the license beyond the term thereof nor in any other manner than authorize&herein 1 <eidler the license not the right granted thereunder shall be assigned or otherwise transferred in violabcn of the Comrrunications Act of 1934, as amended_ See 47 U_S C. § 310(d) This license is subject in terms to the right of use or control conferred by 5706 of the Ccanrnunications Act of 1934, as amended. See 47 U.S C §606. Page 1 of 2 FCC 601-ULSHSI August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 8 of 41 City of Miami, Florida Contract No. RFP592382 Licensee Name: 101A2s11 CITY OF Call Sign: It NZZa r6 File slumber: 01)05559011 Print Date: 12-19-2+i12 Control Points Control rt. No. 1 Address: 4t st /Vv. 21%7) Sl Cite: \d ANFt Count}: State: FL Telephone `um her: (305)579-6436 Associated Call Signs Waivers/Conditions: Grant of the request to update lkeznseC name is cundaioned on it not reflecting an asssgrnnent or transfer of control (sec Rule 1.948); if an assignment or transfer occurred without proper notification or FCC approval, the grant is void and the station is licensed under the prior name ALtTHORIZED FOR MUTUAL MD PI. RPOSES FCC 601-1.1 SHSI Page 2 of August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 9 of 41 City of Miami, Florida Contract No. RFP592382 REFERENCE COPY Tots is not an official FCC license. It is a record o fpublic information contained in the FCC's Iicenang database on the date that this reference copy was generated_ Tn cases where FCC rules require the presentation, posting. or display cf. an FCC. license, this document may not he used in place of an official FCC lic nee. LICENSEE: CITY 1:'F ATTIT_ FIRE CHIEF CITY OF M(A I - DEPT OF FffiE-FES CLTE 1151 WV 7TH ST - 3RD FLO._aF. ta1IA1vE, FL3313,6 Federal Communications Commission Public Safety and Homeland Security Bureau RADIO STATION AUTHORIZATION 'EPF OF FIFE -RESCUE FCC Registration Muni.) er (FRN): 051231:0 13 Cali Sign WQCF602 File Number Radio Service PVT - Public Safety Pool, Conventional Regulatory Status PM S Frequencg Coordination Numb er Grant Date 02-22-2005 Effective Date 0 3-31-20C tl Expiration Date 02-22-2015 PrirtDate STATION TECII IC.A.L SPEC1r ICATIONS Fixed Location Address orTvlobileArea of Operation Loc. 1 Address: Hadisy Park - NW 50th St at 1,PAT 13th A''e City: P.,liami County: 1vfAMI-DADS State: FL Lat(NAD83): 25-49-13.0N Long(NADS3): 080-13-05 0` I ASRNo.: GroundElev: c Luc. 2 Address: 4101 5092 7th St. City: Miami County: I4ftAMi-DP.DE State: FL Lat (NADS3): 25-46-42,014 Long (NADS3): 080-15-46 ?'W ASR Nu.: Ground Elev: 0.0 Loc-3 Address: 1800SW21stAve -ShenandoahPark City: Miami County: MIAMI-DADE State: FL Lat(NAD83): 25-5-18.02T Long (NAD8 ): 080-13-45 0'N ASR No.: GroundElev:4.0 Loc. 4 Area of operation Operating within a 57.0 km radius around 25-35-32.61d, 080-30-21.6 W, Miami, MIAMI-DADE county, FL Loc.5 Area of operation Operating within a 57 0 km radius around 25-35-32 6Iv, 080-30-21.6 W, Miami, MIAIVII-DADE minty, FL Conditions: Pursuant to ;309(h) of the Communications Art of 1934, as amended, 47 II_S C F309(h), this license is s+.rbia-ct to the following conditions: This Iicense shall not vest in the licensee any rightto operate the station nor ariyr:ght inthetuse of the Frequencies designated in the license beyond the term thereof nor in any other manner than authorized h-ein Neither the license not the right granted thereunder shall be assigned or othe:wise transferred in violation of the Communications Act of 1934, as amended. See 47 U S.C. § 310(d) This homse is subject in terns to the right of use or control contented by 706 of the Communications Act of 1934, as amended. See 47 II.'a'-C. §606. Page 1 of 2 FCC 601-IILSIISL August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 10 of 41 City of Miami, Florida Contract No. RFP592382 Licensee donne: CITY OF Id1Ah11- DEPT OF FIRE -RESCUE Call Sign: WQCF6O2 Antennas File Number: Print Date: Coe Alti Frequencies Sta. No, No. Emission Output FRP Ant. Ant. Construct No. No. (ALM) Cis. Units Pagers Designator Power (watts) 11t./Tp AA'1' Deadline (watts) meters meters Dale 1 1 000001.c.8000000 FB 1 )1:00r\3E 10.000 10.000 9 3 02-22-2000 Frequency 0001101.00101)0011 Special Condition Authorization on a necorrlury hosts 2 1 000001.08000000 FB 1 oi:00:LE 10.000 10.000 9.3 03.31-2007 3 1 000001.68000000 FB 1 EiK00A3E 10.000 10.000 9.3 03-31-2007 -1 1 00000097000000 FBT 1 aIK00A3E 10.000 10.000 1 000001.28000000 FBT I II:00A3E 10.000 10.000 Control Points Control Pt. No. 1 .Address: 44-1 SW 2nd Ave City: \fi,ami Count}-: A.ITAMI-DADS State: FT. Telephone NUM her: (30)-116-103ti :\ssocixted Call Signs Waivers/Conditions: Antenna structures for land, base and fixed stations authorized for operation at temporary unspecified locations may be erected without specific prior approval of the Commission where such antenna structures do not exceed a height of 60.96 meters (200 feet) shove ground level; provided that the overall height of such antennas more than 6.10 meters (20 feat) above ground including their supporting structures (whether natural formation or tunas -made), do not exceed any of the slope ratios set forth in Section 17.7(h). Arsy' antenna to be erected to excess of the foregoing limitations requires prior Commission approval. Licensees seeking such approval should file application for modification of license. In addition, notification to the Federal Aviation Administration is required whenever the antenna will exceed 60.96 meters (200 feet) above the ground and whenever notification to otherwise required by Section 17.7 of the Commission's Rules. Such notification should be given by filing FAA Form 7460-1. Notice of Proposed Construction or Alteration, in duplicate, with the nearest office of the Federal Aviation Administration, which form a available from that office. FCC 601-I:IS11S1 Page 2 of 2 August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 11 of 41 City of Miami, Florida Contract No. RFP592382 REFERENCE COPY Thi s is nct ar official FCC Licenseit is arecord o fp ubloo information contained in the FCC's licenang database on the date that this reference copy was generated. In cases where FCC rules require the presentation, posting, or display of an FCC license, this document may not be used in place of an official FCC litsse. Federal Communications Commission Public Safety and Homeland Security Bureau RADIO STATION AUTHORIZATION LICENSEE CITY OF NfIP.LZ. 20EPT DF FIRE -RESCUE CITY OF l4IAMI DEFT OF F7=-RES:C P 1151NW7THST-3RDFLOOR 19L lvE. FL 33136 FCC Registration Ntunber (FRN): 0012312713 Call Sign WOEEC--45 File Nwnher Radio Service PW - Public. Safety Pool, Conventional Regulatory Status Piy1RS Frequency Coordination Numb er Grant Date 01-09-2006 Effective Date 01-09-2006 Expiration Date 07-08-2006 Print Date STATION TECHNICAL SPECIFICATIONS Fixed Location Address or Mobile ile Area of Operation Loc. 1 Address: NW 50th St at 12W 13th Ar e City: Miarni Cu uity: 14142i1I-DADE State: FL Lat (NAD83):25-45-13.f0AI Long (NAD83):08i0_13_0_50V Loc. 2 Address: 4101 NW 7th St City: Miami County: hIIAi✓II-DADS State: FL Lat (NAD83): 25- i6-k2.014 Long (NAD83): 080-15-46_ 81." ASR Loc. 3 Address: 1 `n_0018 uj,W 21st Ave City: Miami County: 1ilA:A-DADE State: FL Lat (NAD83): 25-45-18.0 N Long (NADM): 080-13-45.0 ;?.t ASR No.: Loc. 4 Area of operation Op prating withal a 57.0 km radius around 25-35-32.6 N, 080-30-21.6 ,N Miami, YvMIAIrII-DARE county, FL Loc. 5 Area of operation Operating within a 57 0 km radius around 25-35-32 61,1, 080-30-21 6 W, Miami. I IIAM-II-D'A i )E county, FL ASR No.: Ground Elev: 6 0 Ground Elev: 0.0 Ground Elev: 4 0 Conditions: Pursuant to ti309(h) of the Communications Act of 1934, as amended, 47 U.L. C 5309(h), this license is subject to, tyre following conditions. This license shall not vest in the licensee any right to operate the station nor allyri 6.1 in ale useofthe frequencies designated in the license beyond the term thereof nor in any other manna- than authorized herein Neither the license not the right gantedthereunder shall beassigned er otherwise transf edinviolationoftaheCommunicationsActof 1934, as amended. See 47 Tr S C, § 310(d) This license is subvert in terms to the right of use or ecnlnnt conferred by §706 of the Cinnmu nications Act of 1934, as amended. See 47 U.S 0. §6065. Page 1 of2 FCC 601-LILSHS1 August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 12 of 41 City of Miami, Florida Contract No. RFP592382 Licensee Marne: (AIX OF MIA II DEPT OF FIRE -RESCUE Call Sign: WQEE64S File Number: Antennas Print Date: Lac Ant Frequencies Sta. No. No. Emission Output FRP Ant. ant. Construct No. No. (MIElz) Cls. Units Pagers Designator Power (watts) tlLffp AXr Deadline (watts) meters meters Dale I I 000001.60000000 FB 1 61,100A3E 10.000 10.000 9.3 1 00000168000000 00 l oK00_.A3E 10.000 10.000 9.3 3 1 000001.68000000 . FB 1 6K00A3E 10 000 10 000 9.3 -1 1 000000.92000000 FBT 1 61:00A3E 10.000 10.000 5 I 000001.23000000 Flat l 6K09A3E 10.009 10.000 Control Paints Control Pt. NO. 1 Address: 444 SW 2nd Ave City: tifiami County: DIIAIll-DADli Slate: FL "Telephone Number: i3i13j 16_1:l.6 Associated Call Signs Waivers/Conditions: Antenna structures for land, base and fixed stations authorized for operation at temporary unspecified locations may be erected without specific prior approval of the Commission where such antenna structures do not exceed a height of 60.96 meters (200 feet) above ground IeveL provided that the overall height of such antennas more than 610 meters (20 feet) above ground. including their supporting structures ltivh.ther natural formation or man-made). do not exceed any of the slope ratios set forth in Section 17.7(b ). Any antenna to be erected in excess of the foreuoine lim itan ifs requires prior Comni fission approval. Licensees seeking such approval should file application for modification of license In addition. notification to the federal Aviation Administration is required whenever the antenna will exceed 60.96 meters (200 feet) above the ground and whenever notification is otherwise required by Section 17 7 of the Commission's Rules. Such notification should be given by filing FAA Form 7460-1, Notice of Proposed Construction or Alteration, in duplicate. with the nearest office of the Federal AviationAdn inistration, which form is available from that office. This Special Temporary :Vahan ration may be terminated at the 13ureau's discretion, without a hearing, if conditions warrant Under no circumstances may the facility(ies) authorized herein become a hazard to air navigation or violate the tents of an international agreement or treaty. If an application for permanent authority is on tile with the Commission this action is taken without prejudice to that application. Post antf:or retain a copy or this authorization as required by the Commission's Rules. Special Temporary Authority is authorized on a secondary non-interference basis. FCC 601-C1 SHSI Page 2 of 2 August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 13 of 41 City of Miami, Florida Contract No. RFP592382 REFERENCE COPY -Fla is net ai official FCC license_ it is arecard ofpublic information contained in the FCC's licenang database on the date that this reference copy was generated. Tn cases where FCC rules require the presentation, posting, or display of an FCC license, this document may not be used in place of an official FCC lintelse. Federal Communications Commission Public Safety said Homeland Security Bureau RADIO STATION AUTHORIZATION LICENSEE nftfrJii, crTY QF' ATTIC POLICE DEFT L ET Mi.AM[, CITY OF 4001TW '2 AVE 1/LAM, FL 3 3128 FCC Registration Number (FRN): 0009' 05260 Call Sign W9MQ953 File Number Radio Service PEN - Public Safety Pool, Cony ern totiai Regulatory Status PMRE Frequency C oord nation Numb er Grant Date 10-11-2003 Effective Date 10-11-25 3 Expiration Date 11-12-2013 Print Date STATION TECHNICAL SPECIFICATIONS Fixed Location Address or MobileArea of Operation Loc. 1 Area of operation Op crating within a 40.0 lciti radius around 25-46-12 4N, 080414/0.2 SN, TviiAb(JI-L ADE county, FL ..... Antennas Loc Ant Frequencies No. No. (1VI13z) 1 i 002467.50000000 Sta. No. No. Emission Output ERP Ant. Ant. Construct Cis. Units Pagers Desiguatur Power (watts) Htirp AAT Deadline (watts) meters meters Date l41 I 1lf1iF"a: 5 000 Control Points Control Pt. No. 1 Address: 400 N°vV 2 AVE City: 11 M1v1I County: State: FL Telephone Number: (305)579 Associated Ca11 Signs Conditions: Pursuant to 0309(h) of -the Communications Act of 1934, as amended, 47 FJ.'2 C 309(h), this license is subject tot e following conditions: This hcise :.hall not vast tin the licensee any right to operate the station nor any right in the .lists ofthe frequencies designated in the license beyond the teem thereof nor in any other manner than authorized hereinNeither the license nor the right granted thereunder shall be assigned or otherwise transferred in violation of the Co r nunications Act of 1934, as amended. See 47 U S.'. § 310(d) This house is subject in terms to the right et use or ccmtrol conferred by §706 o the Communications Act of 1934, as amended. See 47 U.S.C. §60u: Page 1 of 2 FCC 601-TJLSHSI August 2037 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 14 of 41 City of Miami, Florida Contract No. RFP592382 Licensee Name: MIAMI. CITY OF Call Sign: WPMQ953 File Number: Waivers/Conditions: NONE Print Date: FCC 601-LZSHS1 Page 2 of 2 August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 15 of 41 City of Miami, Florida Contract No. RFP592382 REFERENCE COPY Tvsis not an official FCC license. It is arecord of' public information contained in the FCC'sltcensng database on the date that this reference copy was generated_ to cases where FCC rules require the presentation, posting, or display of an FCC license, this document may not be 3,ised in place ©fan official FCC limnse Federal Communications Commission Wireless Tel Bureau RADIO STATION AUTHORIZATION LICENSEE CITY OF 1✓LT?.htI ATTN MARINE STADIi_TM MA RJN X CITY OF 1v5T.kIvII 3501 F?CKE1vBACK..ER CAUSEWAY A 1IA] II, FL 33149 FCC Re0stration Ntunber (FRN`I): 001827292Z can Sigh WQ3P445 File Numb e r ._ 49596 Radio Service MC - Coastal in-oup Station Class Fr_ L Coast Id S el Call Aviation Id Grant Date 11-17-20OS Effective Date 1 1-17.2CO3 E. natrun Date I1-17-2012 Print Date STATION TECIIINIC'_&L SPECIFICATIONS Fixed Locat ion Address or Mobile Area of Operation Loc. 1 Address: 3501 RIC.:ENBACKER CAUSEWAY City: T IIA}U County: i'IIAIrII-DALE State: FL Lat (NAD83): 25_39-10.013 Long (NADRx3): 020-09-100 \A` ASR No.: Ground Elev: 1_0 No. of units: Antennas Loc Ant Frequencies Entission Output hours of Ant. Construct No. No. (11f&) Designator Power Operation - Ht.fTp Deadline (watts) meters Date 1 1 000156.42500000 161C0F3E 50_000 0700-1800 50 1 1 00015645000000 161C0F3E 50000 07051.1800 5.0 1 1 000156_80000000 16K0F3E 50000 )700-1200 5.0 1 1 00)156 92500000 16K0F3E 50.000 0700-1800 -- 5.0 Control Points Conditions: Pursuant to n309(h) of the Communications Art of 1934, as amended, 47 U. S C +§309(h), this license is subjet. to the following conditions This license shall not vet in the Licensee any tight to operate the station nor a*r,git 1xrttis tie sfthe frequencies designated in the license beyond the term thereof nor in any other manner than authorized herein ITeither the license not: the right o:aritedthereunder shall be assigned or otherwise transferred inviolationofthe CornmttnieationsAct of 1934, as amended_ Sae 47 US_C. § 310(d) This license is sub actin terms to the right of use or control conferred by §706 of the Corninun'cations Act of 1934, as amended See 47 17.S C § 5C Page 1 of 2 FCC 601-CG August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 16 of 41 City of Miami, Florida Contract No. RFP592382 Licensee Name: CITY OF \ fIAII Call Sign: WC2 iP4-IS Assaciated'Cnf Signs File Number: CO03649896 Print Date: II -I 2008 W aivers/Conditions: NONE Page w of FCC 601-CG August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 17 of 41 City of Miami, Florida Contract No. RFP592382 REFERENCE COPY T>e s is nut an official FCC hcense. It is a record of public. inf rmah on contained in the FCC's l keno ng database or. the date that this reference copy was generated. In cases where FCC rules require the presentapon. posting, or display of an FCC license, this document may not be wed in place of an official FCC License Federal Communications Commission Wireless Telecomin'mica/ions Bureau RADIO STATION AUTHORIZATION LICENSEE CITY OFMrAIvII ATTN 1vtLAMARELk "IT-7.-.,:1 '1II 401 NE BCd1JI.EVA i, _ 3 132 FCC Registration Number (FRII): 0018230511 Grant Date 11-21-201 s Effective Date 11 1-2,X Call Sign WQJP991 File Number 0003656446 Radio Service MC - Coastal Group Station Class F,CL Coast Id Sel Call Aviation Id Expiration Date 1 1-' 1-201 2 STATION TECHNICAL SPECIFICATIONS Pit tDate 11-22-200? Fixed Location Address or Mobile A rea of Operation Lac. 1 Address: 401 BISCAYNE BOULEVARD City: 1dIA1vf County: ? _AMI-DADE State: FL Lat (NAD3i): 5-=7-00 0 hi Long(NAD83): 060-ii-00.0 tii' ASR No.: Ground Elev: 1.0 No, of units: Antennas Loc Ant Frequencies Enrissia Output Hours of Ant. Construct No. No. (14IFfz) Designator Power Operation HtaTp Deadline (watts) meters Date 1 1 000156.42500000 I6KOF3E 50.000 0700-2300 5 0 I 1 00015645000000 16KOF3E 50 000 0700-230 5,0 1 1 000156.80000000 161(0F3E 50 000 0700-2300 5 n 1 1 000156_80000000 16KOF3E 50.000 0700-2300 J.0 Control Points Conditions: Pursuant to F•309(h) of the Communications Act of 1934, as amended, 47 U. a C. 5309(h), this license is subject to the following conditions. This license shall not vest in the licensee any right to operate the station nor anyr:gt# in the use of the frequencies designated in the license beyond the term thereof nor in any other manner than authorized herein Neither the license nor the right granted thereunder shall be assigned or otherame transferred in violation of the Cornmunidations Act of 1934, as amended. See 47 TJ:S.C. § 310(d). This license is sub)ed to terms to theright of use or control conferred by §706 of the Communications Ad of 1934, as amended. See 47 U S C *d06 Page t of 2 FCC 601-CG August `007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 18 of 41 City of Miami, Florida Contract No. RFP592382 Licensee Name: CITY OF l{fAMI Call Sign: WQ?P991 A.esociated`Call Signs File lumber: 0003656446 Print Date: 11-22-2O0B %Vaivers/C onditinns: NONE Page 2 of FCC 601-CG August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 19 of 41 City of Miami, Florida Contract No. RFP592382 REFERENCE COPY This is not an official FCC license It is a record of public information contained in the FCC's licensing database on the date that this reference copy was generated. In cases where FCC rules require the presentation, posting, or display of an FCC license, this document may not be used in place of an official FCC license. Federal Communications Commission Public Safety and Homeland Security Bureau RADIO STATION AUTHORIZATION LICENSEE- City of Miami - Police Department ATTN: SR_ SGT. ]lift BILLBERRY CITY OF MLA 14II - POLICE DEPARTMENT 400 NW 2NDAVENUE MfAI II, FL 33123 FCC Registration Number (FRN): 001'4486492 Call Sign WQE7208 File Number Radio Service MW - Microwave Public Safety Pool SALSA Station Class MO Grant Date 02-03-2006 Effective Dare 02 -08- 2_006 Expiration Date 02-08-2016 Prim Date LOCATION Fixed Location Addressor Area of Operation: Circular area Of Operation Defined By Radius 32.2 KM Around Coordinates 25-46-41.7 N,080-11-54.3 W City: Mlami County Iv1lAI fl-DARE State: FL Antenna Structure Loc No. Location Name Latitude Longitude Elevation Retstration No. 001 AIR MOB1T F, FL 25-46-41 7 N 080-11-54.3 1117 FREQUENCY PATHS Frequency Iul Emission El]7P Canstr Path Seg Emit Antlrgt Gain Beam POL AZIM Rec Rec (1vHz) (%) Desig (darn) Date No Lac (nil (d11) fdeg) (deg) Lac Call No Reflector No Sign Ht(m)aW d(tnl 6437.5 S4625 6487.5 6512.5 0.00500 25MOFIW 0.00500 25M081 W 0.00500 25MOF8W 0.00500 25MOFIW 44.500 001 1 001 6 1 6 u 0M1'I1 F. OMM 001 44.500 001 1 001 6.1 6.0 chair S OlvINI 001 44.500 001 1 001 6.1 6.0 OI.-'_NI S OMITI 001 44.500 001 1 001 6.1 6 0 004241 5' 2110017 001 Conditions: Pursuant to §309(1) of the Communications Act of 1934, as amended, 47 U.S.C. §§309(h), this license is aubject to the following conditions: This license shall not vest in the licensee any right to operate the station nor any right in the use of the frequencies designated in the license beyond the term thereof nor in any other manner than authotiyed herein. Neither the license nor the right granted thereunder shall be assigned or otherwise transferred in violation of the Cornmtancations Act of 1934, as amended. See 47 U.S.C. § 310(d). This license is subject in terms to the tight °fuse or control cnnfened by 00706 of the Communications Act of 1934, as amended. See 47 U.S. C. §606. Page 1of2 FCC 601-1.ILSHS3 August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 20 of 41 City of Miami, Florida Contract No. RFP592382 Licensee Name: CITY OF MIAMI - POLICE DEPARTMENT Cull Sign: RVQET208 File Number: Waivers/Conditions: Print Date: Antenna structures for land_ lase and fixed stations authorized for operation at temporary unspecified locations may he erected without specific prior approval of the Commission where such antenna structures do not exceed a height of 60.96 meters (2 0 feet) above ground level; provided that the overall height of such antennas more than 6.10 meters (gin feet) above arouncl, including their supporting sinlctures (whether natural formation or man-made), do not exceed any of the slope ratios set forth in Section 17.7(b). .Any antenna to be erected in excess of the foregoing limitations requires prior Commission approval. Licensees seeking such approval should file application for modification of license. In addition. notification to the Federal Aviation Administration is required whenever the antenna will exceed 61.96 meters (200 feet) above the ground and whenever notification is otherwise required by Section 17_7 of the Cummission'sRoles. Such notification should he given by filing FAA Form 7460-]. Notice of Proposed Construction or Alteration. in duplicate. %Vith the nearest office ot'the Federal aviation Administration, which Toren is available from that office. Before each use, the specific technical parameters of each operation must be prior coordinated with existing users and applicants in accordance with 101.103(d) of the Cotr=issiori s Rules. if all parties agree, the coordination may he completed verbally. FCC 601-11.11.SHS3 Page 2 of Augusi 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 21 of 41 City of Miami, Florida Contract No. RFP592382 REFERENCE COPY This is not an official FCC Iicense. It is a record of public information contained in the FCC's licensing database on the date that this reference copy was generated In cases where FCC rules require the presentation, posting, or display of an FCC license, this document may not be used in place of an official FCC license Federal Communications Commission Public Safety and Horuel:utd Security Bureau RADIO STATION AFTTHORIZATION LICENSEE: 3tHAMI CITY OF A TTN: TOSE I. ESTRE.LL.A IVI AM[ CITY OF 1390 NW 20TH STREET MIAh7I, FL 33142 FCC Registration Number (ERN): 00018037132 Call Sign VdNEH663 File Number 00053'34722 Radio Service MW - 2elicrowave Public Safety Pool SMSA Station Class FNO Grant Date 09-11-2012 Effective Date 09-11-2012 Expiration Date 11-19-2022 Frint Date 09-11-2012 LOCATION Fixed Location Address or Area of Operation: 915 N. W. 1ST AVENUE City: MIAMI County: MIAMI-DADS State: Antenna Structure Lot No- Location Nante Latitude Longitude Elevation Registration No. 001 STATION 25-47-40.3 N 080-1246.1 A' 3.0 9999999 002 1437 25-46-32.3 N 080-11-50.1 W 2.4 003 1460 25-46-36.3 N 030-11-58.1 W 2-4 FREQUENCY PATHS Frequency Tol Emission EIRP Constr Path Seg Emit Ant list Gain Beam POI. AZIIVI Rec Rec (MHz) (%) Desig (dEm) Date No Lac (in) (BEE) (deg) (deg) Loc Ca11 No Reflector No Sign Ht(nn)xW d(m1 67250 00050010140FSW 37.600 001 1 001 290 39,8 17 E 143 3 002 831EH664 6855.0 0.00500 10140F9W 37.200 002 1 001 38.1 39 8 1 7 H 14,6 0 003 W10EH665 Conditions: Pursuant to ¢309(h) of the Communications Act of 1934, as amended, 47 II.S.C. ¢309(h), this license is subject to the following conditions: This license shall not vest in the licensee any tight to operate the station nor any right in the use of the frequencies designated in the license beyond the term thereof nor in any other manner than authorized herein. Neither the license nor the right granted thereunder shall be assigned or otherwise transferred in violation of the Co i nigrieations Act of 1934, as amended. See 47 U.S-C. ¢ 310(d)_ This license is subject in teens to the right of use or control conferred by 5706 of the Communications Act of 1934, as amended- See 47 U.S.C. §606. Page tof2 FCC 601-IULSHS3 August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 22 of 41 City of Miami, Florida Contract No. RFP592382 Licensee Name: 7\41fA.v11 CITY OF Call Sign: WNEH663 Waivers/Conditions:: File Number: 0005384722 Print Date: 09-1 1-2012 Grant of the request to update licensee name is conditioned on it net reflecting an assignment or transfer of control (see Rule 1.948); if an assignment or transfer occurred without proper notification or FCC approval. the grant is void and the station is licensed under the prior na➢ne. FCC 601-ULSHS3 Page 2 of 2 August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 23 of 41 City of Miami, Florida Contract No. RFP592382 REFERENCE COPY This is not an oft -lc -tat FCC license. It is arecord of public information contained to the FCC's licensing database on the dare that this reference copy was generated. In cases where, FCC rules require the presentation, posting, or display of an FCC license, this document may not be used in place of an official FCC license Federal Communications Commission Public Safety and Horneland Security Bureau RADIO STATION AUTHORIZATION LICENSEE_ MIA\II CITY OF ATTN: JOSE I. ESTRELLA 14ILARII CITY OF 1390 NW 20TH STREET MLa-itll, FL 33142 FCC Registration Nmnber (FRN): 0001803 782 Call Sign WNEH664 File Number 0004257685 Radio Service MW - Microwave Public Safety Pool SMTSA Station Class FXO Grant Date 03 -12 -2010 Effective Dare 05-25.2010 Expiration Date 06-06-2020 Print Date 05-25-2010 LOCATION Fixed Location Address or Area of Operation'. 111 NW 1ST City: ML11eII County: MEAME-DADE State: FL Loc No. Location Naine Latitude Longitude Elevation 001 C_A H_ M:1Lti 25-46-32.3 N 000-11-50 1 W 2.4 002 3237 2547.40.3 N 080-12-16.1 W 3.0 003 2197 25-43-47.3 N 080-14-21.1 W 4.3 00-1 FIRE DEFT 25-46-363 N 080-11-58.1 W 2.4 005 BISCAYNE.APTS 25-46-59.5 N 080-11-11.8 W 3.0 006 FIRE COLLEGE 25-43-363 N 080-15-26.1 W 4_6 Antenna Structure Registration No. FREQUENCY PATHS Frequency Tol Emission EIRP Con str Path Seg Emit Ant Hgt Gain Beam POL AZI&I Rer Rec (MHz) (a) Desig (d13m) Date No Lee (m) (dB'r) Idea (deg) Lor CaII No Reflector No Sign 1{t(nn)xW d(m) 6555,0 0.0050010M0F9W 39.000 001 1 001 153.3 39.3 17 H 323.3 002 WNTEH663 6655.0 0.0050010M0F9W 44.000 002 1 001 153.3 39.8 17 H 219.7 003 W11EH665 6725 0 0 00100107Y10F9W 11 800 06-I9-2003 003 1 001 153 3 39.8 1 7 298.9 004 titiEI4EH569 Conditions: Pursuant to s1309(h) of the Communications Act of 1934, as amended, 47 U.S.C_ 309th), this license is subject to the following, conditions: This license shall not vest in the licensee any right to operate the station nor any right in the use of the frequencies designated in the license beyond the term thereof nor in any other manner than authorized herein. Neither the license nor the right granted thereunder shall be assigned or otherwise transferred in violation of the Communications Act of 1934, as amended. See 47 U.S.C. yi 310(d). This license is subject in terns to the right ofuse or control conferred by §706 of the Communications Act of 1934, as amended. See 47 U S-C s*606. Page 1 of 2 FCC 601-ULSHS3 August 1007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 24 of 41 City of Miami, Florida Contract No. RFP592382 Licenser Name: 'MIAIII CITY OF CaII Sign: WNEH664 File Number: 0004251685 Print Date: 05_25_2010 Frequency Tol Emission EIRP Cvustr Path Seg Emit Ant UIgt Gain Brim POL AZIM Rec Rec (iNHIz) (%) Desig (dlbm) Date 7 o Lot {m) (dBi) (deg) (deg) Lac Cali No Reflector No Sigh Hgm)xW din) 11198.125 0.00100 31050U7W 53.700 03-19-2004 00-1 1 001 160.0 40_-1 1..6 V 15,3 005 11648.125 0.001003M.50D7W 59.70D 03-19-2004 005 1 00l 160.0 -10.4 I. li 228.0 006 1lNEH666 Waivers/Conditions: Grant of the request to update liccnsee name is conditioned on it not reflecting an assignment or transfer of control (see mule 1.948): if an assignment or transfer occurred without proper notification or FCC approval. the grant is void and the station is licensed under the prior name. FCC 601-ULSHS3 Page 2 of*2 August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 25 of 41 City of Miami, Florida Contract No. RFP592382 REFERENCE COPY This is not an official FCC license It is a record of public inform anon contained in the FCC's licensing database on the date that this reference copy was go.nerated. In cases where FC.0 rules require the presentation, posting. or display of an FCC license. this document may not be used in place of an official FCC license. Federal Communications Commission Fubifc Safety and Homeland Security Bureau RADIO STATION AUTHORIZATION LICENSEE: MIAMII CITY OF ATIN: JOSE I_ ESTRE L•A MEANIE CITY OF 1390 NW 201H STREET 14MIAIJI, FL 33142 FCC Registration Number (ERN): 0001103782 Call Sign WN EH66 5 File Nmnber 000,1257696 Radio Service \R,11- Microwave Public Safety Pool SA•IBA Station Class EXO Grant Date 03-12-2010 Effective Date 05-25-2010 Eapiraiion Date 06-06-2020 Print Date 05-25-2010 LOCATION Fixed Location Address or Area of Operation: 2850 TICERTA1L AVE City: MIAMI County: MIAM1-DADE State: FL Loc No. Location Name Latitude Longitude Elevation 001 STATION 2543473 N 090-14.21 I tl' 4.3 002 0396 25-46-32.3 N 080-11-50.1 W 2_4 003 2595 25-43-363 N 080-15-26.1 W 4.6 Anterura Structure Registration No. FREQUENCY PATHS Frequency loi Emission EIRP Constr Path Seg Emit Ant Hgt Gain Beam POL AZIM Rec Rec (MHz) t'%a) Desig (dam) Date No Loc (m) (dgh) (deg) (deg) Loc Call No Reflector No Sign Ht(m)eWd(tn) 6815.0 6725.0 0.0050010MOF9W 0.00)50010M0F9W 44 000 001 1 001 14 0 39_2 1.7 H 39 6 002 Wt'IEH664 34 000 002 1 001 14.1:1 39.E 1 7 V 259.5 003 WNEH666 Conditions: Pursuant to §309(h) of the Communications Act of 1934, es amended, 47 Lr S.C. §309(h), this license is subject to the following conditions: This license shell not vest in the licensee any right to operate the station nor any tight in the use of the frequencies designated in the license beyond the term thereof nor in any other manner than authorized herein. Neither the license nor the right granted thereunder shall be assigned or otherwise transferred in violation of the Communications cations Act of 1934, as amended_ See 4' TJ 5_C- y) 310(d). This license is subject in tetras to the right of use or control confen ed by $706 of the Communications Act of 1934, as amended. See 47 U.S.C. §606. Page 1of2 FCC 601-ULSHS3 August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 26 of 41 City of Miami, Florida Contract No. RFP592382 Licensee Name: MTAM'II CITY OF Call Sign: 1,\NFH665 Waivers/Conditions: File Number: n01)42573$(3 Prins Date: 03-25-217111 Grant or the request to update licensee name is conditioned on it not rellectino an assiiInmrnt or transfer of control (see Rule 1.94 ); if an aastmment or transfer occurred without proper notification or FCC approval, the grant is void and the station is licensed wider the prior name. Page 2 of FCC 6t11-D1.S11S3 August 2097 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 27 of 41 City of Miami, Florida Contract No. RFP592382 REFERENCE COPY This Is not an -official FCC license It is a record of public information contained in the FCC's licensing database' n the date that this reference copy was generated In cases where FCC rules require the presentation, posting, or display of an :FCC license. this document may not be used in place of an official FCC license Federal Communications Commission Public Safety and Homeland Security Bureau RADIO STATION AUTHORIZATION LICENSEE_ M7AII CITY OF ATTN: JOSE I_ ESTRELLA MA.IrII CITY OF 1390 NW 2OTH STREET MLAMI, FL 33142 FCC Registration Number (ERN): 0001803 782 Call Sign WNEE666 File Number 0004257687 Radio Service 14i1h' - Microwave Public Safety Pool SMSA Station Class FXO Grant Date 03-12-2010 Effective D are 05-25.2010 Expiration Date 06-06-2020 Print Date 05-25.2010 LOCATION Fired Location Address or Area of Operation: 3425 JEFFERSON ST City: IvIIA14II County: MIANII-DADS State: FL Loc No. Location Name Latitude Longitude Elevation 001 FIRE COLLEGE 25-43-36.3 N 0M-15-26.I W 4-6 002 0795 25.43.473 N 080-14-21.11b' 4.3 003 ORANGE BOWL 25-46-37.3 N 080-13-11.1 W 1.5 004 C.A.B. NL4.LN 25-46-32.3 N 080-11-50.I W 2.4 005 FIRE STATION 11 25-46-13.8 N 080-17-24.1 W 3.1 Antenna Structure Registration No. FREQUENCY PATHS Frequency Iol Emission EIRP Constr Path Seg Emit Antllgt Gain Beam YOL AZIM net Ree (MHz) CO Desig (dBnt) Date No Loc (m) (dBi) (deg) (deg) Loc Call No Reflector No Sign Ht{m)xWd(m) 6555.0 0.00500 101S10F9W 33.900 001 1 001 30.2 39.8 1 7 '.1 79 5 002 WNEH665 6655.0 000500 I0M0F9W 48 900 002 1 001 30.2 39.8 1 7 II 34 0 003 WNEH667 11178.125 0.001003M50D7i6 62.400 03-19-2004 003 1 001 30.3 40.4 1 n II 34 0 003 WNEH667 11143.125 0 00100 31450D7W 66 000 03-19-2004 004 1 001 30 3 44.0 1 0 H 43,0 004 WNEH664 Conditions: Pursuant to §309(h) of the Communications Act of 1934, as amended, 47 it S C_ §30911f), this license is subject to the following conditions: This license shall not vest in the licensee any right to operate the station nor any right in the use of the frequencies designated in the license beyond the term thereof nor in my other manner than authorized herein. Neither the license nor the right granted thereunder shall be assigned or otherwise transferred in violation of the Cotmnu ieaiions Act of 1934, as amended_ See 47 U.S.C. § 310(d). This license is subject in terms to the right of use or control conferred by §706 of the Communications Act of 1934, as amended. See 47 U.S. C. §606. Page I of 2 FCC 601-ULSHSS August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix 0 Page 28 of 41 City of Miami, Florida Contract No. RFP592382 Licensee Name: \UA\II CITY OF Call Sign: 6[•'NEH666 File Number: ::)04257687 Print Date: 05-25-2Ol O Frequency Tol Emission EIRP Constr Path Seg Emit AntHgt Gain Beam POL MINI kec Rec (MHz) ("/ ) Desig (dRtn) Date No Loc (m) (dBi) (deg) (deg) Lac Ca1I No Reflector No Sign Ht(m)xW d(m) 11608.125 0,001003N150D"'\V 66.300 0'•15-2010 005 1 001 30.5 44_0 1.0 V 325.9 005 Waivers/Conditions: Grant of the request to update licen..see name is conditioned on it not reflecting an assignment or transfer of control (see Rule 1.948); if an assignment or transfer occurred without proper notification or FCC approval, the grant is void and the station is licensed under the prior name. FCC 601-1'LSHS3 Pine 2 of 2 August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 29 of 41 City of Miami, Florida Contract No. RFP592382 REFERENCE COPY This is not an official FCC license. Ir is a record of public inf.3tniati an contained in the FCC's licensing database on the date that this reference copy was generated. In cases where FCC rules require the presentation. posting, or dispIay of an cCty license, this document may not be used to place of an official FCC license_ Federal Communications C om mission Public Safety utd Homeland Security Bureau RADIO STATION AUTHORIZATION LICENSEE: MIA III CITY OF ATTN. JOSE I- ESTRELI A ARAM CITY OF 1390 NW 20TH STREET MTAMI, FL 33142 FCC Registration Number (FRN): 0001803782 Call Sign WNEH667 File Number 0004257688 Radio Service MW - Microwave Public Safety Pool SiiISA Station Class FXO Grant Date 03-12-2010 Effective Date 05-25-2010 Expiration Date 06-06-2020 Print Date 05-25-2010 LOCATION Fixed Location Address or Area of Operation: BOUNDED BY NW 6TI3 & NW 3RD ST BTWNNW 14TI3AVE & NW 16TH AVE City: 5UAMI County: MIAMII-DADE State: FL Lot No. Location Name Latitude Longitude Elevation 001 ORANGE BOWL 25-46.37.3 N 0I10-13-11 1 W 1.5 002 FIRE COLLEGE 25.43-363 N 080-15-26.1 W -1.6 003 POLICE DISPATCH 25--16-41.3 N 080-11-54.1 W 2_4 Antenna Structure Registration No. FREQUENCYPATHS Frequency Tol Etnission 04112) (%) Desig EIRP Constr Path Sag Emit Antllgt Gain Beam POI. AZII\1 Rec Rec (dam) Date £lo Lae (ni) (dJ ) (gee) (deg) Lac Ca11 No Reflector Na Sign Htl in)xW d(ml 6815.0 0 00500 10M0F9W 47 000 001 1 001 41.8 39_E 1 7 H 214 0 002 W11EH666 6725.0 0.0050010140F9W 37.000 002 1 001 43.0 39_7 17 V 86.7 003 WNEH668 11668 125 0.00100 31,4_S0D7W 61.000 03-05-2004 003 1 001 43.9 40A 1 6 E 214.0 002 WNEHG66 11623.125 0.09100 31.150D7W 55.000 03-05-2004 094 1 001 43.9 40.4 1 6 V 86.7 093 Wr1E11668 Conditions: Pursuant to §309(h) of the Communications Act of 1934, as amended, 47 II.S.C. §309(h), this license is subject to the following conditions: This license than not vest in the licensee any right to operate the station not any right in the use or the frequencies designated in the license beyond the term thereof nor in any other manner than authorized herein_ Neither die license nor the right granted thereunder shall be assrg-tied or otherwise transferred in violation of the Communications Act of 1934, as amended- See 47 U.S.C. $ 310(d). This hcense is sublect in terms to the right ofuse or control conferred by b-06 of the Communications Act of 1934, as amended. See 47 U_S_C_ §606 Page 1of2 FCC 601-IILSHS3 August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 30 of 41 City of Miami, Florida Contract No. RFP592382 Licensee Name: MIAMI C'TTY OF Call Sign: WNEH667 Waivers/Conditions: File Number: 0004257688 Print Date: 05_25_2010 Grant of the request to update licensee name is conditioned on it not rellectin« an assignment or transfer of control (see Rule 1.948). if an assignment or transfix occurred without proper notification or FCC approval. the grant is void and the station is licensed under the prior name. FCC 601-tILSHS3 Psge 2 012 Augus12007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 31 of 41 City of Miami, Florida Contract No. RFP592382 REFERENCE COPY This is not an official FCC license It Is a record of public information contained In the FCC's licenslno database on the date that this reference copy was generated. In cases where FCC rules require the presentation, posting, or display of an FCC Incense, this document may not be used in place of an official FCC license. Federal C©n1Munications Com mission Public Safety and Homeland Security Bureau RADIO STATION AYUTIHORIZATION LICENSEE: MIAME CITY OF ATIN. LOSE I. ESTRELL A ML9hII CITY OF 1390 NW 20TH STREET 1& AMI, FL 33142 FCC Registration Number (ERN): 0001803782. Call Sign WNEH668 File Number 0004257689 Radio Service NAV - Miceowave Public Safety Pool SINISA Station Class FNO Grant Date 03-12-2010 Effective Date 05-25-2010 Expiration Date 06-06-2020 Print Date 05-25-2010 LO'CATION Fixed Location Address or Area of Operation: -100NW2NDAVE City: M AMI County: NIIAMI-DADE State: FL Lot No. 001 002 003 004 Location Name POLICE DISPATCH ORANGE BOWL 2100 FIRE STATION3 ALT Latitude 25.46-41.3 N 25-46-373 N 25-46-363 N 25.46-52.0 N Longitude 080-11.54.1 W 080.13.11 1 W 080-11-58.1 W 080.12.50.0 W Elevation 2.4 1.5 2.4 3.3 Antenna Structure Registration No. FREQUENCY PATHS Frequency (MI[z) 6555-0 6655.0 11133 125 11183 125 11188 125 Tal Emission (°/o) Denig 0.00500101,10F9W 0 005001010F9W 0 00100 3M50D7 ;V 0 00100 3M50D7W 0 00100 3M5007W EIRP Constr. Path Sag Emit AntHgt Gain Beam (d$in) Date No Lot (m) (dill) (deg) No Reflector Ht4m1xW d(un) 38.400 001 1 18.400 002 1 56.300 03-05-2004 003 1 57 600 03-05-2004 004 1 59.600 07-15-2010 005 1 001 001 001 001 001 18.9 21.6 21.3 24.4 24.4 39.3 40.4 404 40.4 17 17 1.6 16 16 POL AZIM Rer Rec (deg) Lac Call No Sign v v v v J 2667 215_9 266 7 28 1.9 281.9 002 W11EH667 003 WNEH669 002 WhT321667 004 004 Conditions: Pursuant to §309(h) ofthe Communications Act of 1934, as amended, 47 U.S.C_ §309(h), this license is subject to the following conditions- This license Mall not vest in the licensee any tight to operate the station nor any right in the use of the frequencies designated in the license beyond the term thereofnor in any other manner than authorized hereon_ Neither the license nor the right granted thereunder shall be assigned or otherwise transferred in violation of the Communications Act of 1934, as amended- See 47 U_S_C. § 310(d). This license is subject in teens to the right of use er control conferred by §706 of the Communications Act of 1934, as amended. See 47 US. C. §606. Page l of 2 FCC 601-1ILSHS3 August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 32 of 41 City of Miami, Florida Contract No. RFP592382 Licensee Nance: MIAMI CITY OF Cal[ Sign: IVNEF1668 Waivers/Conditions: File Number: 0004237689 Print Date: 05-25_2011 Grant of the request. to update licensee name is conditioned on a not reilcctine an assignment or transfer of control (.,ce Rule 1.948); if an assignment or transfer Occurrent without proper notification to FCC approval, the grant is void and the .Station is licensed under the prior name. FCC 601-111.SHS3 hag:; 2 012 August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 33 of 41 City of Miami, Florida Contract No. RFP592382 REFERENCE COPY This is not an official FCC license. It is a record of public information contained in the FCC's licensing database on the date that this reference copy was generated. In cases where FCC roles require the presentation, posting, or display of an FCC license, this document may not be used in place of an official FCC license. Federal Communications Commission Public Safety and Hornet:Ind Security Bureau R4,DIO STATION AUTHORIZATION LICENSEE: MLAMI CITY OF ATTN. JOSEI_ ESTRELLA MIAM1 CITY OF 1390 N14' 20TH STREET MEA14II, FL 33142 FCC Registration Number (FRN): 0001803782 Call Sign W EII669 File Nwnb er 0004257690 Radio Service MTV - Microwave Public Safety Pool SNLSA Station Class FXO Grant Date 03-12-2010 Effective Date 05-25-2010 Expiration Date 06-06-2020 Print Date 05 -25 -2010 LOCATION Fixed Location Address or Area of Operation: 275 NW 2ND ST City: 3flA0rff County: ML4M1-DADE State: FL Anterura Structure Loc No. Location Name Latitude Longitude Elevation Registration No. 001 STATION 25-46-36.3 N 080-11-58.1 W 2.4 002 0300 25-46-41 3 N 080-11-54.1 W 2.4 003 3260 25-47-40.3 N 080-12-46.1 11, 3.0 004 CAB 25-46-32.3 N 080-11-50.1 Vr 2 4 FREQUENCY PATHS Frequency To' Emission EIRP Canso. Path See Emit Antlgt Cain Beam POL AZINI Rec Rec (MHz) (%) Deag (IPin) Date No Loc (in) (dPII) (deg) (deg) Loc Call No Reflector No Sign IidrulxWd(m) 6815.0 0.00500 10MOF9W 13.600 001 1 001 23.2 39 2 1 7 V 35.9 002 W10EN668 6695.0 0.00500101+40F9W 33.600 002 1 001 23.2 39.8 1.7 E 326.0 003 WFTE12663 6555.0 0.00100 10M0F9W 10 800 06-19-2003 003 1 001 23.2 39 8 1 V 118 9 004 `idNE12664 Conditions: Pursuant to c§309(h) ofthe Communications Act of 1934; as amended, 47 U.S.C. §309(h), this license is subject to the following conditions: This license shall not vest in the licensee any tight to operate the station not any tight in the use of the frequencies designated in the license beyond the term thereofnor in any other manner than authorized herein_ Neither the license nor the right granted thereunder shall be assigned or otherwise transferred in violation ofthe Communications Act of 1934, as amended. See 47 U.S.C. § 310(d). This license is subject in terms to the right of use or control confened by c§706 of the Communications Act of 1934, as amended_ See 47 LT_S_C_ ¢606_ Page 1of2 FCC 601-111SH53 August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 34 of 41 City of Miami, Florida Contract No. RFP592382 Licensee Name: M1IAMI C1l4 OF Call Sign: WNEH669 Waivers/Conditions: File Number: 00O-05769O Print Date: 05-25_2O10 Grant of the request to update licensee name is conditioned on it not reflecting an assignment or transfer of control (see Rule 1.94); if an assignment or transfer occurred without proper notification or FCC approval, the grant is void and the station is licensees under the prior name 10°5 Page 2 of2 FCC 601-tt1.SHS3 Augu.1 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 35 of 41 City of Miami, Florida Contract No. RFP592382 REFERENCE COPY This i s not an official FCC license_ It is a record of public information contained in the FCC's licensing database on the date that this reference copy was generated In .cases where FCC rules require the presentation, posting, or display of an FCC license, this document may not he used in place of an official FCC license Federal Communications Commission Public Safety and Homeland Security Bureau RADIO STATION AUTHORIZATION LICENSEE. MSAMII CITY OF ATTN: JOSE L ESTRELLA MEANIE CITY OF 1390 NW 20TH STREET ML%.MI, FL33142 FCC Registration Number (FRN): 0001003 82 Call Sign WNEH670 File Number 0005384723 Radio Service MW - Microutiave Public Safety Pool SNLSA Station Class F.N. Grant Date 09-11-2012 Effective Date 09-11-2012 Expiration Date 11-19-2022 Print Date 09-11-2012 LOCATION Fixed Location Addr es s or Area of Operation: SW CORNER OF INTER OF WFLAGLIR & SW 59TH AVE City: M A&II County: MLS. II-DADE State: FL Loc No. Location Name Latitude Longitude Elevation 001 FIRE STATION 11 25-46-13.3 N 0880-17 31 1 Of 0.8 003 FIRE STATION 3 25-46-52.0 N 080-12-50.0 W 33 Antenna Structure Registration No. FREQUENCY PATHS Frequency Tn1 Emission ELRP Constr Path Seg Emit AntHgt Gain Beam POL AZIM Rey Ree (MHz) (°u) Desig (dBm) Date No Lor (in) (dEl) {slip) (deg) Loc Call Nu Reflector No Sign Ht(m)xWd(ni) 1 i 123 125 0 0)100) 31150D7W 62700 03.05-2004 002 1 901 21 3 40 4 1 6 Li 31 3 003 WaiversiConditions: Grant of the request to update licensee name is conditioned on it not reflecting an assignment or transfer of control (see Rule 1.948); if an assignment or ttansfer occuited without proper notification or FCC approval, the grant is void and the station is licensed under the prior name. Conditions: Put scant to §309(h) of the Communications Act of 1934, as amended, 47 U.S.C. §309t11), this license is subject to the following conditions. This license shall not vest in the licensee any tight to operate the station nor any right in the use of the frequencies designated in the license beyond the term thereof not in any other manner than authotized herein. Neither the license not the right ranted thereunder shall be assigned or otherwise transferred in violation of the Cornmunieatioas Act of 1934, as amended See 47 U.S.C. § 310(d). This license is subject in terms to the tight of use or control confected by ; 706 of the Communications Act of 1934, as amended. See 47U. S.C. ¢606. Page Iof3 FCC 601•IrLSHS3 August200'7 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 36 of 41 City of Miami, Florida Contract No. RFP592382 REFERENCE COPY This is n>t an official FCC license It is arecord of public inform an rn contained in the FCC's licensing database on the date that this reference copy was generated. In cases where FCC rules require the presentation- posting, or display of an FCC license. this document may not be used in place of an official FCC license Federal Comm unications C oln mission Public Safety and Homeland Security Bureau RADIO STATION AUTHORIZATION LICENSEE MIAMIc TYOF ATTN: LOSE I. ESTRELLs, M[ANII CITY OF 1390 NW 20'IIi STREET ML .MI, FL 33112 FCC Registration Nmubet (FRN): 0001803782 Call Sign WNFF1671 File Ntunber 00 4'257692 Radio SerFice MW - Nileroesrive Pubic Safely Pool S)LSA Station Class ENO Grant Date 03-12 -2010 Effective Date 05-25.2010 Expiration Date 06-06-2020 Print Date 05-25-2010 LOCATION Fixed Location Address or Area of Operation: 69 NE 62ND ST City: MIIANII County: MIAAII-DARE State: FL Loc No. Location Name Latitude Longitude Elevation 001 FIRE STATION 9 25-49-593 N 080-1140 1 W 3 4 003 BISCAYNE APTS 25-46-59.5 N 080-11-41.8 W 3.0 Antenna Structure Registration No. FREQUENCY PATHS Frequency Tol Emission EIRP Constr Path Seg Etnit AutHgt Gain Beam POL AZTIl3 Ree Rec (1lIi) (!'o) Devg (Him) Date No Loc (m) (dBi) ideg) (deg) Loc Call No Reflector Na Sign Ht(mlxW d(m) 11193 125 0 00100 3Mf.0D7W 57 700 03-05-2004 002 1 001 16.8 40 4 1 6 130 5 03 Waivers/Conditions: Giant of the request to update licensee name is conditioned on it not reflecting an assignment or transfer of contiol (see Rule 1.948); if an assignment or transfer occurred without proper notification or FCC approval, the grant is void and the station is Licensed under the prior name. Conditions: Pursuant to §309(h) of the Cotnmutneations Act of 1934, es amended, 47 U S.C. j309(h), this license is subject to the following eonditions: This license shall not vest in the licensee any right to operate the station nor any right in the use of the fiegrtencies designated in the license bey orid the term thereof nor in any other manner than authorized herein. Neithu the license nor the right granted thereunder shall be essigntd or otherwise transferred in violation of the Communications Act of 1934, as amended_ See 47 LLS.C_ $ 310(d). This license is subject in terns to the right of use or control confen ed by tg706 of the Coinmruucations Act of 1934, as amended. See 471:1,S.C. §606. Page l of 1 FCC 601-ULSHS3 August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 37 of 41 City of Miami, Florida Contract No. RFP592382 REFERENCE COPY This is not an official FCC license_ His a record of public information contained in the FCC's licensing database on the date that this reference copy was generated. In cases where FCC rules require the presentation, posting, or display of an FCC license, this document may not be used in place of an official FCC license. Federal Communications Commission Public Safety and Homeland Security Bureau RADIO STATION AUTHORIZATION LICENSEE IvfTAMIL CITY OF ATTN. JOSEI. ESTRELLA M LnM1 CITY OF 1390 NW 20111 STREET I�II414fI, IL 33142 FCC Registration Number (I'RN): 0001803782 Call Sign WPVY603 File Number 0005261027 Radio Service M'tV - Microwave Public Safety Pool SALSA Station Class IXO Grant Date 06-14-2012 Effective Date 06-14-2012 Expiration Date 09-06-2022 Print Date 06-14-2012 LOCATION Fixed Location Address or Area of Operation: 1151NW7ST City: MIAN1I County: MIAMI-DADE State: FL. Antenna Structure Lot No. Location Name Latitude Longitude Elevation Registration No. 001 FIRE STATION 3ALT 25-46-52.0N 080-12-50.OW 3.3 1001894 002 FIRE STATION 11 25-46-133 N 080-17-31.1 V.' 0.8 003 BISCAYNE APTS 25-46-59.5 N 080-1141_S W 3.0 004 POLICE DISPATCH 25-46-413 N 000-11-54.1 N' 2.4 005 FIRE STATION 11 25-46-13.8 N 080-17-24.1 W 3.1 FREQUENCY PATHS Frequency Tol Emission E1RP Constr Path Seg Entit Ant Hgt Gain Beans PtL AZ11bf Rec Rex (2'iHz) (%) Desig (dEne) Date No Loc (m) (dBi) (deg) (deg) Loc Call No Reflector Nu Sian Httmjxwd(m) 11688 125 0.0010030250007W 57.900 03-06-2004 001 1 001 54.9 40.4 16 0 261.4 002 WI1E11670 11633 125 0.00100 3M50D7W 50 400 03-06-2004 002 1 001 19.8 40.4 1.6 17 33.0 003 11633.125 0.001003M50D7W 52.400 03-06-2004 003 1 001 30.5 40.4 1.6 VI 101,9 004 WITE11663 11688 125 0.00100 3M50D7W 57.900 02-23-2007 004 1 001 54.9 40.5 1 3 Li 261 3 005 Conditions: Pursuant to ¢309(h) ofthe Communications Act of 1934, as amended, 47 U.S.C. ¢309(h), this license is subject 10 the following conditions.- This license shall not vest in the licensee any right to operate the station nor any right in the use of the frequencies designated in the license beyond the term thereof nor in any other manner than authorized herein. Neither the license nor the right granted thereunder shall be assigned or otherwise transferred in violation of the Coiiimmications Act of 1934, as amended. See 47 U.S.C. ¢ 310(d). Tins license is subject in terrns to the right ofuse or control confeired by §706 of the Communications Act of 1934, as amended. See 47 U.S.C. ¢606. Page 1 of 2 FCC 601-II1SHS3 August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 38 of 41 City of Miami, Florida Contract No. RFP592382 Licensee Name: \Cf A\ R CITY OF Call Sign: \E'P' Y6O3 File Number: 0005261.0=7 Print Date: 06-14-2012 Frequents Tot Emission EIRP Coostr Path Sep Emit AntHgt Gain Beant POL AZIM Rec Rec (MIIit (%} Desig (dBn) Date No Lae (m) (dIti) (deg) (deb Loc CaII No Reflector No Sign Hi(m)sWd(m) 11683.125 0.00100 3:b15013"W 55.900 07-15-2010 005 1 001 54.9 40.4 1.6 H 261.3 005 11688.125 0.00100 3h15013-11' 54.400 07-15-2010 006 1 001 30.5 -10.4- 1.6 V 101.9 004 Waivers/Conditions: Grant of the request to update licensee name is conditioned on it not reflecting an assignment or transfer of control (see Rule 1.948): if an assignment or transfer occurred without proper notification or FCC approval, the grant is void and the station is licensed under the prior name. FCC 6014I,SHS3 Page 2 of 2 august 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 39 of 41 City of Miami, Florida Contract No. RFP592382 REFERENCE COPY This is not an official FCC license_ his a record of public information contained in the FCC's licensing database on the date that this reference copy was generated. In cases where FCC rules require the presentation, posting, or display of an FCC license, this document may not be used in place of an official FCC license. Federal Communications Commission Public Safety and Homeland Security Bureau RADIO STATION AUTHORIZATION LICENSEE. MIAMI CITY OF AITN: JOSEI.ESTRELLA MfAMI CITY OF 1390 NW 201H STREET MIAMI, FL 33142 FCC Reg stration Number (FRN): 0001901782 Call Sign WPVZ5 20 File Number 0005296142 Radio Service MW - Microwave Public Safety Pool SMSA Station Class FNO Grant Date 07-06-2012 Effective D ate 07-06-2012 Expiration Date 09-19-2022 Print Date 07-06-2012 LOCATION Fixed Location Addressor Area of Operation: City: IvilAlva County: MIAMI-DADE State: FL Lac No. Location Nance Latitude Longitude Elevation 001 BISCAYNEAPTS 25.46-59.5 N 080.1141.8W 3 0 002 C.4_B. MAP 25.46-32.3 N 080-11-50.1 W 2.4 003 FIRE STATION 25-49-59.3 N 080-1140.1 W 3.4 004 FIRE STATION3 25-46-52.0 N 080-12-50.0 W 3.3 Antenna Structure Registration No. FREQUENCY PATHS Frequency Tol Emission E11tP Constr Path Seg Trait AntHgt Gain Beam POL AZIM Rec Rec (MI -Li ) (e ) Desig (dBni) Date No Lac tin) (dHi) (deg) {deg) Lite Ca11 Na Reflector No Sign iltlmXFVd(m) 11698 125 U 00100 3Iv150D7W 54 200 03-19-2004 001 1 001 69.9 40.4 1 cl V 195.3 002 WNEHO64 11693 125 0 00100 3M50D7W 60.200 03.19-2004 002 1 001 66.9 40 4 1 6 'v 0 5 003 iR11EH671 11143 125 0 00100 31450D7W 57 400 03-19-2004 003 1 001 39.9 40.4 1 6 'I 263 0 004 Conditions: Pursuant to y9309(h) ofthe Communications Act of 1934, as amended, 47 U.S.C. §309(h), this license is subject to the following conditions: This license shall not vest in the licensee any right to operate the station nor any right in the use of the Irequeneies designated in the license beyond the term thereof not in any other manner than authorized herein. Neither the license nor the right granted thereunder shall be assigned or otherwise transferred in violation of the Comnuzneations Act of 1934, as amended_ See 47 U_S.C. g 310(d). This license is subject in terms to the right ofuse or control conferred by §706 of the Communications Act of 1934, as amended. See 47 U.S.C. *606. Page l of FCC 601-11ISHS3 August 2007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 40 of 41 City of Miami, Florida Contract No. RFP592382 Licensee Name: \ffAMI CITY OF Cali Sign: 11PV757.0 Waivers/Conditions: File Number: 0005296142 Print Date: 07-06-2012 Grant of the request to update licensee name is conditioned on it not reflecting an assignment or transfer or control (see Rule 1.949_ it an assignment or transfer occurred without proper notification or FCC approval, the grant is void and the station is licensed under the prior name_ FCC601-UI SHS3 Paget or2 Augus12007 800 MHz P25 Digital Trunked Simulcast Network System Appendix D Page 41 of 41 City of Miami, Florida Contract No. RFP592382 APPENDIX E SUBSCRIBER EQUIPMENT COUNTS FIRE/RESCUE Component (Mixed Tier) Quantity Mobile Mid -Tier Dash Mount 66 Mobile Mid -Tier Dash Mount D/H 34 Mobile Mid -Tier Trunk Mount 15 Mobile Low -Tier Dash Mount 16 Vehicle Charger 115 Portable Dual Ban Ll+71800 363 Leather Case W/ Strap 363 N.C. Lapel Mic 363 Spare Battery 363 Desktop Radios 20 Charger, Multi Bay 25 Rapid Charger 100 POLICE Component (Mixed.Tier) Quantity Mobile Mid -Tier Trunk Mount 220 Portable High -Tier 7/800 1,640 256-AES 150 Leather Case W/ Belt Swivel 1,650 Lapel Mic 1,650 Spare Battery 1,650 Travel Charger 1,650 Charger, Multi Bay 14 Portable Dual Band V+7/800 10 Desktop Radios 20 LOCAL GOVERNMENT Component (Low•Tier) Quantity Mobile Low -Tier 125 800 MHz P25 Digital Trunked Simulcast Network System Appendix E — Subscriber Equipment Page 1 of 2 City of Miami, Florida Contract No. RFP592382 Leather Case W/ Belt Swivel 625 Portable Low -Tier 625 Desktop Radios 2 Charger, Multi Bay 15 800 MHz P25 Digital Trunked Simulcast Network System Appendix E — Subscriber Equipment Page 2 of 2 City of Miami, Florida Contract No. RFP592382 EXHIBIT B2 NEGOTIATED PROJECT SCHEDULE 45 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, F orlda Contract No. RFP592382 aD +ieaurce Nsnrrt T,.sl na.rre :Quentin 1 City of Ranh 461 days 2 Harris Contract S 0n441 0 ita+,.., 3 System design 170 days 4 Prepare tor Detailed Design Review ODOR) 30 days 5 Hams Internal Pwlett Review kteehngs 10uays 6 dairies ksek Off Meeting. Pre inlay,+,+, Design 10 days RevlewICustoiner, Site Surveys 7 Hams Snlnnit Ik.1110J 5t'tiii1ute and pennnt: SG 4 uslnriwr 116:Ty5 8 Prepare Preliminary Design Documentation 40 days 9 Hants 5ysiem Buck :NM level tllagi an is 5 days 10 Hams Patching schedules gild l.=rr1111id1Kin 5elmis 5 Ways 11 Hams fTadio and meiuwave clralrtel plans 5 days 12 Site Drawings 35 days 13 I lams EglaptlienLSheilet Roam Mail Le a wings 5 clays 14 Hams EgLnpmentlflack Cannel Elevations. 10 days ',•1t. H:uiis Towel Profile °rownrys 10 days 16 Hams Full Documentation DI all exis1i1Iq 10 days lUltfl Kuilcdlloll5 Sy5leitl$ 17 I tarns Detailed list of nlatttlafs toi each site 5 days 18 Hams Detailed configuration inhumation for each see " days 119 Hams Submit PisIiiiiinary tieotgn Ooeuneniileill 0 tiara 20 I:;IIy 01 kfWml Prehnun.try ll2Slgrl [7kxilnaerlL3fiun Approval 0 days '21 Hurts Prepare Final Design Documentation 50 days 72 Barris Any updates to txeliu 51J . submitted design lnfhriutt days N.3 Hartl5 System Uperatluri and maintenance Manuals 5 days 124 Barns liislallslloli Site Drawings 2 days 125 * 11tiS Microwave Path Surveys & Pall. Design 5clays 26 -!arils Microwave Ffequency L0o613n6.4ha1 505 License 10 gays Preparation 501 $UIHulss*o o 27 Hams Conduct Tow6r Analysts 10.iays «.H rtor rrc !Run RF Inictrlerence Analysis 10 days 24 Hams Pleparo piGragation rnagS tot OUR 5 days • 30 llatris Prepare site drawlllgS, 1k71X plait d Patti 5i. inCgs 511a5 ,31 Halms Submit 1=nial Di sig11 Documentation 0 days 12 +,Ily of Miami Final Design Review Approvat 0 days 133 Hums Sulntll to Customer Staging Acceptance Test Plan 0 days [34 my of M1.31414 l4 sJuvg Acceptance I east Plan Approval 0 days 135 Prepare Training Plan 35 days 36 Clty of Maum Select System Adlnelrsllalorisl 0 days 37 Hanes Ptepaie Trarnniy Flan 30 days 3 Harris Sllttntil Training Ptans 0 days Exhibit B2 Negotiated Project Schedule 1st Quarter M2 3rn Uuaner M: MS v I.t7 Grip I lir Sluxrse 56 Uvari li: Uuaircr ray i Mel rdli MIS M17 MIS M:1 1423 Exhibit B2 — Statement of Work Project Schedule Page 1 City of Miami, Florida Contract No. RFP592382 10 I4ew44cc NSr .1•15k Nan, llu fllefl 39 City 01 Munn Customer Approve Twin+nq Plon 0 days 40 Prepare Cutovef Plan 40 days 41 Hams Create l0oup Sofa lure ! Fleet Maps 20 days 42 Hants Fsl1LNtsh plan tort departmental 'Allover to ntos sysl20 days 43 City of Miami Customer Approve Cutover P41I 0 days nc 45 Manutacturing and Procurement 130 days 46 LMR Manufacturing and Staging Process 130 days 47 hams Flare orders with factory 5 dao 4U Hams Hare orders with vendors 5 days 49 Il irns I.13rudai lure 1,25113010 System IS wks. .50 Factory Staging 45 days 51 Harris Assemble and Stage totnpment 5 wks 52 !funs Run Staging ALtepldtite Test t vwt 53 Harris Audit, Teat dam t, Paptomslk, drlt$ Pac:tt t Mc .4 Reim [Jewel eycdpnrent to c slu11le1 5 L1Jys 55 Tower Procurement 75 dayS 0 Herres Place orrtei5 ku Ttmt i 5 d:r s I57 Hants Mdnuladd1ro Tower 12 wks V58 Hams Transport Tower to Me 11J days 59 Shelter Procurement 75 days S0 Hams Pidte of Jers fur Shptets . days ,1 Hams Manufacture &heifers 12 wks i62 Hams I rsrlsput Sheltets to Sites 14 days 163 UPS Procurement 55 days 64 Harps Place orders for UPS 5 drys 55 turns MJittnlrture UPS 9 vvlS 166 !tarns I rans1xat UPS to Site. 5 dins 67 DC Power Plant Procurement 55 days 68 Piarns Place or11e15lot DC I -Towel Pl nit 5 days 59 Harris 14J1 iutaiture DC Power Plants 9 wks 713 Hants 71axp %1 LJC power Plants to Silos ;, days `71 Microwave Manufacturing and Staging Process 40 days 72 Ilanis MILI1 wavy urdcitog and Mail ufactunrx) II who 73 City of Miami Cusluirer remiss Factory Acceptam a Testily 1 Wk. F4 Hams Deliver cqui11rrlet1l to Cusiumet 5 clays 75 176 Site Development 77 Fee College 78 Cooper Genet Construct Antenna IoucrFoundation 105 days 50 days 30 days 95r Quarter Ftr*7uencr '.,.....1 nice M1 9r4 5rlar l 1.,7 1,Ma Mil Molt r.11, :.1 Herrii 1}alris Ihann nnrii$ tame • liariis LOMMier tianelal Exhibit B2 — Statement of Work Project Schedule Page 2 City of Miami, Florida Contract No. RFP592382 6L Icres000re Framer la%Mort /9 (tope.[ (,mlrw Mount !owe' In Found:item 2r1 day., 80 Cooper bent Construct ice Fladge 5 day. 1i1 Coop Corti Hang MK ItIVrJYe Ditties & Wavegulde 10 days 82 Cr tenet t tang Llak Antennas and Cabling 5 days 83 Cooper Genet Install surge protection to neW JrilefMei hews 3 days 8/ Cowper (gent lrl:&ill UP, aryl lit Bit'..rkei Panels 13 drlyS 85 Cooper Genet Install DC Power Plant & wire to breaker panel 4 days se Police Department 75 days 87 Cooper Lerw1 Install & Wee UPS 3 days 83R Cooper Genet Install & Wire DC Puvii Swpily 3 days 11!9 Ctxipc 6.OIil l Hang t+4l.rr/wriou (WWI:, & W3ve9unle 10 tlay5 I0 Cooper Genet Hang LMFF Antennas and Cabling 2 days 91 Coupce Cornet Install surge prole+:note for Ile* antenna lines 3 days 92 Cooper ins Install UPS aid UPS F ii ie1 Panels 10 days 33 Cooper Genet install Gt. Pt,wei Plant & wire lu bierer•er panel 4 clays 94 fire Station 3 20 days .9') Cooper Cieanel Yang Microwave Dishes & W3vegUlde 10 days 96 Cooper Guyer Hang t MR Antennas and Carling 2 days 17 Cooper Camel Itslall singe protection for new :uilenna hues 3 days 98 Cooper Genet Install UPS and UPS Breaker Panels 10 Cars 99 Cooper Geier Install DC Power Plant & wire Io Ike wer panel a clays 100 County Administration Building 22 days 101 Copper (30011 Hang MIcr0waee Divies & Wavegieck id IJar5 'um cooper Crenei i tang LAIR Antennas and n„ abin ry 2 days 103 Cooper Genet Install surge protection for new antenna lines 3 days 10l Coupe; Genet Install UPS al id UPS Bleaker Panels 10 days 105 600p01 l'renei Install DC Power Pant 2. wire to breaker panel 4 slays 106 Welts Fargo 7 days 107 Cooper Cent Install singe p uleawn for new antenna lines 3 days 108 Cooper Gene] Inslall DC,' Powt5 Plant & woe 10 breaker panel 4 days 109 30 days 115 Flre St.lu0n 9 53 days 116 Cooper Gene' umsuucl Sheller Foundation 30 [MIS ,117 Cooper Genet Install Shelter nli Ftsjrda lion 3 nays 118 Cooper Genet Run Clectncal wrung k3 Metter 10 days 119 Cooper Genei Hang Mhumsive t}1s1105 & Waveyurue 10 days 120 Cooper Caner Halrg LMR Mtter olds end CAIRN 3 days t?t Cooper Caner Install surge prrMerlinn tar new antenna lines 3 drays 1'22 Cix+pe' Gertei Iint311 UPS and UPS LLrtaker Panels 10 oars 123 Cooper Genet Install tat' Power Plant & wire t4 Mealier panel 4 days IA Al 2 Jrd(awno 15t4.1.4,anu 4Al Ml Ms I Ml M9 MI1 I M1J 1 . - l 1 1' .WIe+ uynerel t. Per G.nreal i ..y,C0L'Qea General 1 e Wuper 4entael TLuupel tierrerel ..r (uuptl Gene. J..su,PtR.C•an t Coto . belwral ivo I Going }� t per Geomor :Ili over GCrlclal tiF' uPe, Coo.rat 1 I - Coupe, Gerard r Cooper General "Ir- Caoycr Gcll} I "'Cowper GenMI.!al Cooper General Cooper Cameral Cnope. Ge eul !4-1 ,Cooper Geue 't Mp.e Ceeriral i,Coiopet Ge M e Cooper omd • Cooper ci renal arm 'u'ral+u la Lae. ler MIS MI) M19 MI M_3 Exhibit B2 — Statement of Work Project Schedule Page 3 City of Miami, Florida Contract No. RFP592382 Ie .fitr, oo, it Mari[: Ia:M Nark �y� + I I 124 Fire Station 11 53 days 125 Cooper Genet r.onsirutt Shelter Panxl:i1mn lalys 126 (;Griper (Sestet Ir 11lII Siletlfi ce Four tion 3day's 127 Cooper Gown Riln t lectrical wiring to Sh0Re1 5 days 128 Cooper Genet Hang klicrtrwave Dishes R Wavegusie 13 days 12!1 Cooper Genet Hang k MR Antenna and C.unaig 3 drys. 130 Cooper fit tnslah surge poledron for new antenna lines 3 days 131 Cava Ca n i irutali UPS .prd UPS Breaker rarri'Is in days 132 Cooper Genet Install DC Puwtl Plant & vnre to tireaker panel 4 clays 133 Site an Wheels (SoW) 1 day 134 Barns Install UPS 1 clay 135 136 Infrastructure Instat1atIUn 35 days 137 P25 Primary Network Switching Center (NSC) & 16 days Dispatch Site - Fire College 138 HanIS nisi, ill pinery Network, Siw1lr.I log Center 1 day 139 darns Glop' td all equipment and connect to Uatknaul l clay 140 Hams Apply pact and 1es1 NSC rielyyurk 2 days 141 Hams Install P2.5 RE Site equipment, ground all 2 days er)ulpnienl and conned to backfired 142 Hams Install r 1PS Alitenna Systems 143 Hams Maki- all RF cat11c5 & tume+:ltuis 144 Hants Guinea all atalm points lu alatnt system 146 I lams Preliminary Functional testing 446 tlarr5S In51a11 Dispatch Corlrrtdes and 4:unifel 5l'liui t47 Kites Appty power. set levels and patanteters 148 Hams Ptelnrin.xv Functional 7r_shrig 149 l tarns Final site cle n•up 150 P25 Secondary NSC • Fire Station 3 151 1- .'lms Install Primary Network :;wilchIng Denier 1.52 riams trra Ind all egtflphltait and Cortfretl 10 5arlthatel t -,3 Hams Apply powel and test NSC nelwi i;,1 Hams Install P25 RF Sae equipnlenl. gratlnd all equips lent and turned 1e bac1:hatl 1; 5 Barns In51411 44PS Alrteriria Systems I €. Harass Make all RF cables & Cuietectrilils 157 HaMMMS Ctu irliit • ll alarm pools to a4Y171 system 1 .d1 dams Apply prmer. Set levels and p.11.111ry,.rs 159 Hams rretltntriary f unclorial 'resting 16n Hants Filial 5l1e clean lip 161 P25 DiSpatch Sde - Police department 1 clay 1day 3 days 1day 2 days I d37 1 nay 05 days 11 days days 1 day 2 U.lys 4 days 2 days 2 days 3 t1.ry, I day 3 day:, 05days 10 days lit ouarier NI ir4 0140o i nt iauer t, Yuri ,luaner 1 _ 14Ia h.1S .Mil ` MIS tAS i M1 tft+ Mlr �a�ye ceased al ........ .- -.$sue Gen ri 3.. tar rr CiS e1 oprAhn1, al y[ .rtrer Gcl : dotter rmcrae c dpee 6the+at luirpc. ¢}enctdt Hauls t 1,1 ltwt1er M'1 II Exhibit B2 - Statement of Work Project Schedule Page 4 City of Miami, Florida Contract No. RFP592382 rj Rcwurte Nene,. s.,s Hanx 162 Hams 163 Hams 1161 I4m115 :165 Hams 16,5 187 redid 169 170 171 172 173 179 I re 176 177 178 :rulata.r Irislall Llis(_anli Culiwies and Ctattlol..lala_n 141.4s Ir151111 GPS Mtenna D.,stems 2 days Connect all alarm {:wink to alarm system 3 days Apply powerset levels .a 41 param eter5 1 day 415331ktl Logging Recorder 1 day Harris Prelrnanary Furr_ticrl.L lesliry 3days Harns Final site t:le n-up 0.5 days P2S RF Site - County Administration 9ulfdtng 15 days Barris Install P25 RF site equipment, ground all 4 days 0lquipmeni and c[H1necl 10 traticnael Hams Inst. ill L PSAlperirlaSySleiIi 2days Hai in Ma8r an RF ca leS & cunnec144ls 2 days H.ivrts Gunnedan alarm pans 10 alarm system 3 days I tams Apply power, sel levels and parameters I Cray mains Preliminary Funrlronal Testing 3 stays Hams Final Site clear -up 0 5 days P25 lnteroperabIity Site - Wells Fargo 3 days connect Int soper.naity resources 3 days 1T9 P25 Simulcast Control Paint - Fire Station 9 12 days 1H0 Hai its Install P25 TIUnked 4;P5 Simulcast CUrlldl Pupil 5 days 181 1{4111I, Install GPSAiItenm.' Systems 7 days 1482 Hares Ground all equiprnerit and cocrlecd to liac#haul 2 days 1183 Harns Preliminary Functional Testing 3 days 18d Hants Final site clean-up 0.5 days :185 P25 Simulcast Control Pant - Fire Station 11 12 days 186 41a1115 Ins1a11 P2.5 Tlunked (iP5 Simulcast Control Point 5 days 487 rtarns If5IaII I PS Albin,' Srdesnis - 2 days188 H.trns (;round all equip) nem and calrsect to tharkh;utl 2 days ,189 Hams Foe 4mrnari Functional Testing 3days 190 Hants Final site clean rip 05 days 151 192 Hants Spntetu41 System Final t pinll(catrun 30 days 193 194 Hams Resolve Purim Levi Items 2 whs 195 1196 Final System Acceptance Testing 45 days 1197 Simulcast Sys1eni ATP Test 45 days 1198 Ham Run Ftrict.onal Iota al earn ill site 6 days 14F:1 Hams Run Fln1CUQrtal le91 al l)is-pat(.ti Cenirrs 2 darts 2(10 Ha1115 Sutmlul Funcronal lest d(irtutleyitJllun 1 day lst [Want. w.? i t i1_ MS dMu0ner'. If Ins h Ts 31n Quarter M15 MIS MI'I M_: r Hants )Houk Traits Exhibit B2 — Statement of Work Project Schedule Page 5 City of Miami, Florida Contract No, RFP592382 ID aewu,ts Naulc:Io:. Nurrc C trrelywrr 1sUusrtrr NI'1 201 City or F.1krn1 rise:Ilona] Teat dCHtimr'rrtata di apl vloe1 1 ilt5 2172 Hams Run Cover aje test (automated signal stlengltl) (CA 1 w1t 203 Harns Vlxte Quatty Coverage Test (CAT Pi 3 v.k5 2U4 hams Sut..inkt System duturnesllalaxl arced final as4sire 5 days rirawulgs 2t3r City of Muni Coverage Test aorulrlerrtalron aptuoved U days tim 207 Training IS& days 208 OW of MLunI Soled System Adlrmusvaiuns! 1 :Jai 209 System Administrator Training 17-5 days 210 Hams P25 System Admrnslraain euurre .4 5 nays 211 Harris P25 Fleet M ipparlg Works0rl3 .3 drib 212 Hams ae;eklnet rl.rlxaI St.lpprin WarksMlp ;S nays 213 Hares Unshed Adnara,tralkin System Course 2 dryer .214 Hams kuglunal Network ktanayer Course: 2 days 1 215 !lams I?..xlkl P1occr;manarg CuuIse 2 days 715 ISYI lug a node 3 Adntrrlts(aln el cavese I dart 217 Operational Training 5 days 218 Hjnu, Radio User Training 5 (lays 219 Console Operator Training 4 days 220 Harris Console C nrkptate"' Trianalg 2 dens 771 Harris Cnnsole °perala nal Training 2 days 222 Maintenance Tralnmg 28 days 223 Hams P25 System Maintenance Course 7 trays 224 Hain keyalnal Network Manager Course 2 days 225 Hauls Il eruluellul to Netvwikaig Cute ;e 5 days 224. 1 tarns Network Operatexi 8 Maintenance Course 4 day5 227 Hams MASTR V Station Maallenarice Course 1-5 days 228 i lams P75 Simulcast System Mae &m. lice Comte 3 days 1 2 51 I larn5 Rh Mail irinanco Course 4.5 days .730 Hants F lira CDC F'nwwsr flare Course 1 day 231 232 Nokia Microwave Network Training 9 days 233 Nokia 960u MNk Cik4aal Markel I uirkonal 811ilaware 1 I day i 234 Nokia 9500 MPH Global Malkel. CuItalkxl PunclMlalily 0.1 day 235 Nokia ct5u0 !APR r)k hat Market €II'erne( 1rattt 08r.1 7 days 236 Notna TSM-800C1OuerateDns 2 days 237 Nokia ISM 8000 Adn'anls raleei 3 days 238 239 Cutover i 18.5 day 1rd Jualt M1 M3 I«IS 1 M7 1 . Quarter k1IL MiS _td Qulttct MI5 M11 I M19 •[iry [el Mltlnll - Ilsr eis { . wire Hmris ft .o .City., Mimi Harvit t r4tris Herbs n Hauls •slerru M2! I uwuer Exhibit B2 — Statement of Work Project Schedule Page 6 City of Miami, Florida Contract No. RFP592382 Illy ga224.01.21Npm22.1Faest Name P2.611011 I 240 Catoyer planning 3 days 24 I C.:11-) or WIL-nni.1 Ciente Group Structure r Fleet Maps 0 day5 24? City ot Moro i Establish plan 10( nepartmental culoYer to new sysil days -241 Calmer 62 days .'1.4 ttins Ping,' am and distrilsite poi labk.s 60 days p45 Hams Plugii11 add maxi mobile rachas 60 days p•iii elty of mom NAN departments ot allows lime 1 day 1247 ttarns 0,110111110 lie*, system 1 day ,248 249 Stabiliaation Pei lud 611 days ./51) 1201 System Acceptance 60 days [252 l tants Submit anal ducuarerilabun 1 day 253 Cm, oi Mans Se.jrt Letter of System Acceptance 1 day ts4 )55 Warranty Elec1111% 0 day:, 2.21.14224.11e1 m 2 Srti tluetcr _ 3.211kailltt1 311101.1111.EI 2/111 I 1+113 12112 ; 11. . al 1.1kaakl 2-2 6•114 151 (Wane-, 1.11. F.12F !tom kali al Mama HPiiI Lay Exhibit B2 - Statement of Work Project Schedule Page 7 City of Miami, Florida Contract No. RFP592382 EXHIBIT CI NEGOTIATED PRICE SHEET 46 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 EXHJBIT CI - Negotiated Price Schedule CITY OF M(AMI, FL Contract No. RFP592382 S uminary - BASE PRICING Attachment 6 - Negotiated Price Schedule e C D Equipment Eqo pment Discounted Instalation 0ncountad and Total Equipment Total Total IneteItatian Tatai Installation Total Radio n#ra;tru,'ture Err,:onent $ 7,642,483.25 5 Optional Radlo in Pra t ruct,;ra Warr. $ Mai nt. Yrs 2- 1 562.0.0.E 15 5,30i,3C9.70 5 2,359,472-75 5 2,359.422:75 5 3,1322,73753 1,562,010.00 0_0 G,,7D 5 1,562,010,CC cnett., MIcrowawe Eeuipmerl $ 418.323.25 5 419.323.25 $ 314,331.00 5 314,331.00 5 733.654.25 Optror al (Mtstai Mic•owa+enittr,. 6 Matra Yrs. 4 r $ 109.437.75 $ 108,487 75 0.00 0.00 $ 1C$,497-75 0iy,tal nadir/ Can,SIP Cprcrtal Own Radio [erodes War, S 5.4a,nc.2 S Site #ac,lint 0uts0ndl Site rarn,ties Wain h Malnt. Yrs. 1 • 5 Szit,rtlnee Equi pmenr, Fir Subscri bet Eeu,oment-Aorice Svnsce,bet Equipment ` LOCI. Government Optional Sub, tribgr /co pwent 54 an. St Ala,nt. ars.3 -5 -iar} Optional Saps cribcr !'qu=n+nwrt west R mama Yrs 3.-5 3P.r4 ra) Optional Subscriber E4„ lornent War, & Ma,nt. Yrs.3 • 5 {Local 'anear73rron} Additional Options Software FX (Yrs 6 - 20 @ 5107,500/yr) Hardware Refresh (Yr 101 Hardware Refresh (Yr 15) Hardware Refresh (Yr 20) NOC Monitoring Years (Yrs 6 - 10) NOC Monitoring Years (Yrs 11 - 15) NOC Monit 5 2,553,432,5C 5 1,958,73150 $ 53,125.00 $ 83,11'5.00 3 2,041,95559 includes in 9a6Vo InFrastructure Warr, 0.00 0.00 $ 3,037,851.25 $ 1,037,851.25 5 173695.00 5 178.595.0C 5 1,216,546.25 484.510,0, 484510.00 6.00 4,00 5 484,510,00 5 3,714,145.40 5 2,281,21.1.78 5 113,331.53 $ 113,331.50 S 2,374,546.2S $ 12. 323,020.23.3 $ 7,813,481.75 5 196,450.00 5196,450.00 $ 6,014,931.75 $ 1.025. i07.90 5 1.290663.11 $ 71.,250.00 $ 71,1150.+30 5 1,381,918.11 5 74.539.20 5 74.539.20 0.00 0-00 5 74.559.20 5 260,887 20 $ 2E0,887.20 0.00 $ 17, 269.50 S 37.259.50 0.06 0.00 $ O.CC 5 2E0,387.20 infrastructure Radios Total Base Additional System Discount Total Base Bid 37,268.60 $ 23,906,185.75 111,5552,539 751 $ 12,353,646.00 Additional Discount • BAFO i 1,353,b.,idi.001 Total Revised Bid Optional Software FX Yrs 2 - 5 Optional Hardware Refresh Yr 5 Optional NOC Monitoring Yrs 2 - 5 Optional Maint - Yrs 2 - 5 Optional Maint - Yrs 2 - 5 Total with Maintenance & Options $ 11, 00,0 0.00 $ 430,000.00 $ 292,300.00 $ 273,846.00 5 2,155,007.75 $ 372,696.00 $ 14,523,849.75 TOTAL.: $ 11,000,000,00 This value to be shown on official hid form as "TOTAL BASE PROPOSAL AMOUNT" $ 1,612,500.00 $ 1,135,560.00 $ 336,145.00 $ 1,269,289.00 $ 391,134.00 $ 453,431.00 Litllioll( 0 — Pf I:,It 11 Schedule Page 1 EXHIBIT C1- Negotiated Price Schedule CITY OF WNW FL Contract No. RFP592382 Attachment 6 - Negotiated Price Schedule Radio Infrastructure Equipment - BASE PRICING nen,4 System Control and Monitoring Equipment 5C-8 1 trunkmg System Commoner 1 5 159,77325 $ 15377525 5 115.21551 5 155 672.75 5 159.672,75 5 153.571.75 5 277.908.66 5C•3 25dmulrast Controller 1 5 6.01600 $ 6,016.00 5 4,461.84 inducedrn Trun sing Sy stem CaneranerInsailatien Price S -L,-5 .3a 5C-3 3 Renewer Voting Equipment Included rn Item 2 SO_Cle 54_30 50_00 $0_00 50.30 SC.-3 4 5ysie n, status monitor s.,trsyst!*^, t S 4 151.25 5 4.451.25 5 3.243.93 indudee n II -stoking System f_antrnl€erI 513I anon Pr tie $ 3.291:53 Si-8 S Digs sal Ve,ce Lout rig Recorder 1 Included under Console location r 50.00 $0.00 $O.CC 50_00 5C.30 SC-3 5 Snare Equipment Vet separately) 1 5 15.575.25 5 15.575.25 5 11,525,69 included nTrunk:rg System Ccntraller l neat a don Pace 5 11,525.63 5C-8 7 3ase Stat,on Alarm and Mom coring 1 Included In Item 1 50.00 50.00 50.00 50000 SC.03 5C-8 8 Test Elul orient 1 5 250.220.20 5 250,220.00 r$ 250.220 29 50.09 $O.0.2 50.00 $ 250,220.00 SC-3 9 5ctware 1 5 1.':93,457,30 5 1,:-..a3,457,50 5 895.15355 included inn`unking System Controller!nstallation Price $ 809,153.55 5C-8 10 ether !list) - Encompass Gatewa•, L 5 247,502.50 5 147,902.50 S 193. 47.35 included in Trunking System Controller Installation Price 5 133-447.35 C,00 0.00 C---i0 O.00 0 (f O.00 0.00 Alarm and Control A&C 15iaster Statwn Equipment L _rctuded In Trunk -mg System 'pith' 0.•7 OM C..20 0_00 0.00 A&C 2 Remote Ter mina' :Jnits 1 Included in item 4,T-310 0.00 0.00 0.00 0.00 0.00 A&C 3Warkstation Posit/ on tl drat l 2 5 6,221.00 5 12,44230 $ 9.107.08 included in Trunk mg System ControE:2r installation Peace $ 3,207-0, A&C.4 Workstation Poslll on !remote; 1 M1io cost Web -based -ntelace for 0u3tareer orov,ded PC 0,00 000 0.00 0 7, 2 A&C 5Spare EquipmentOs:Separate'Y) 2 Included ln'tern SC-36 9.0000 0.00 0_00 0.00 A&C 6 Trdsning 1 Include In Training section 0.00 5,50 0.00 00000 0,u A&C 7Other (list] 1 0.00 0.00 111 0.00 0.00 4000 0.00 Site Name/Location: Fire College - Primary fay Oiscounteu Discount Discount Equrpmonl Equipment Total InetalliUon Total end Anil. Total Pike Unit Total Pace Inatollnllnn rota' Engineering &Services E5.8 t System Engineering 1 0-00 OM 0.00 $ 74,139.00 5 74 13d M 5 74,134.00 i 74,134 30 E5-8 2 Project Management 1 0000 0000 0000 5 - $ - 5 - 5 ES-0 3. System Stag,rig 0.00 OM 0.00 5 111.386.50 5 1:3 386.50 $ 122,936.50 5 122,936.50 ES-8 4 Coverage and Acceptance Testing 1 0.00 O_00 0.00 5 33125.0C 5 3$1:5.00 5 83,125.00 5 83.125..00 E5.8 50ocumentation 1 Included in System inglneering 0,00 0.00 0.00 0.00 E5.13 6Other services Illstj 1 0000 000 0.00 0.00 0.00 000 0.00 Training T•8 i Operational training 1 OM' 0.30 0.00 5 26.200u0 5 26.2E0.09 S 2320000 5 26,202..00 T-5 2 user homing 1 C M 0,00 ' 00 5 14,200.E 5 14 2C0.^JO 5 14.200 M 5 14.200.00 7-3 3 System manager trot.^.:rig 1 0.00 0.23 0.00 $ 7i:.'.35. 5 71.035.C'El S 71.035.X 5 11035 IX, 1.5 4 Maintenance tram rg 1 0-De 0.12 000 5 136,470.00 5 136,e70-30 5 135,47C.30 5 136,470.00 T-8 5 Wee-3ased Training 4 0.00 000 000 included at no charge 5 - Si Warranty / Maintenance i.VM•8 1 1 year total system warranty,imasn^enance after acceptance INCLUDES Remote Network Monitoring 1 900 0.00 0.00 0.00 0.00 0.00 0. 1 A = As Die term.nedby P-aposer Total 5 2.789,842.75 5 1,389.540.85 Total 5 637,823.25 5 657,823.25 $ 2.07,364.113 Attachment 6 - Pricing Schedule Page 2 EXHIBITCI- Negotiated Price Schedule Attachment 6 — Pricing Schedule Page 3 EXHIBIT Cl - Negotiated Price Schedule CITY OF MIAMI, FL Contract No. RFP592382 Radio Infrastructure Equipment - BASE PRICING atom r SC-3 SC-8 SC-8 SC-8 5C-8 5C-3 SC-3 5C-8 SC.8 5c-B A&4 A5C Oi&C A&C A&C A&C A&C ES-3 S-3 ES-8 Es-B ES-3 E5-a T-3 T-S T- T-3 T- 3 Attachment 6 - Negotiated Price Schedule City System Control and Monitoring Equipment :. Trio -lung System Controller 1 2 Simulcast Centrci!er 3 Receive, Voting?qu,prnent 4 System statas monitor sub -system Si Digital Voice Logging Retarder 6 Spare Equipmeie llist seeoratelyl 7 Base Staten Alarm and 4lonitering S. Test Equipment 9 software. 10 Dther Diet) CatrinSF€OR 3E0 AsSet Alarm and Control 1 Master St.Ttien Ea. ,pine nt 2 Remote ierminor Uni•$ 3 Workstation Pas'lion(iocall a Workstation positron ire motel 5 Spare Eginprren; (list seearately) 6 Training 7 Dther lrat Engineering & Services 1 System Engineering 2 Protect Management 3 System Staging 4 Coverage and Acre ptanee Testing 5 Documentation 6 Other services (list) Training 1 Operational training 2 User training 3 System .manager training 4 Maintenance training 5 Other Ilisq Warranty / Maintenance 3 1 1 year total system warranty/maintenance after atreptenre INCLUDES Remote Network Monitoring AD = As Dete.rnined by Proposer Eq element tarot Total Oiacooat Total Pete Site Name/Location! Fire Station 3 - Secondary Installation Unit Total Discount Tctai Price Discounted Equipment and Inatallaticn total 5 70,359.00 S 73,359.00 5 56,505.63 S 52,224-25 5 53,224.25 5 53.224.25 $ 109,729.91 1 5 5,0,16.00 $ 6.016.00 5 4,451.34 included in Trunking 5ys:zm Controller installation Price $ 4,451.84 rnciuded in item 2 0 C 0.00 0.00 0.00 0.00 5 1.451.25 5 4,451.25 $ 3,293.93 included in Trunking System Controllerinstallation Pico 5 3,293.93 induced under Console location. 000 0.00 0.CC 1.e0 0.00 0.00 0.00 9.00 0.00 O.00 0.00 0.00 14.10 O.CI included on Fine College-Onmary cage ncluded in Item SC-31 Mel tiled on Fire 001iege - arimary nage 0.00 0,00 O.F10 0.00 5 153,014.CD 5 153.014-30 5 113,230.36 inc:uded,n Trunking System Controller Installation Price 5 113.230.366 5 1 1,500.30 5 15450030 5 154,500.60 000 0.00 0.56O 5 154,500.50 0.00 acro o.Co 0.00 0_00 9.Ct 0.00 1 include.-'. in Item SC-8 1 0.56 0.00 0.00 0.05 0.00 1 included in 3ase Station Alarm Pr--cirsg in RP Site sections 0.00 0.00 O.00 2 5 5,22L.00 5 12.442.01 5 9,207.03 ie 5sr#ed in Trunki.ng System Controller Installation Once 5 9,207.05 I No cas:Web-based interface far customer provided PC 0.00 0.00 0.00 0-00 1 Inda.ded in Item 5C.86 0.00 0.00 0.00 0.00 1 include in Training section 0.00 0.00 13.00 0_00 0.00 I 0.0 0,30 0.00 0.00 0.00 0,00 0-00 l 1 1 1 1 1 1 included i? 0v0 000 COO 0_00 0-00 0.00 0.00 O000 System Engineering 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.09 0.40 COO C.2 0.00 5 62067.00 5 52.067.00 5 52.057 CC Si 62,067.M O.t)0 5 1.09.003.00 $ 100,0i0.00 5 1CC,OCO:00 $ 100,000.00 0.00 ant eted on Fire College - Primary page 0.00 0.00 included on fir_ College- primary page 0.00 0,00 0.00 0.00 0.00 0.00 0.00 0,00 0.00 0.00 0.00 Included an Fire College . Primary page O0C 0.00 Included on Fire College - Primary page _ 000 Included on Fire Cailege - Primary page O.:C 0.00 Fick -led on Fire College Primary page 0 X 000 010 0.00 2:009 0 00 0.90 0.00 0.00 Total 5 dC6.73.-25 5 311,158.37 0.00 0.00 000 0.00 Total 5 215,291.25 5 2151191.25 5 556.48012 Attachment 6 - Pricing Schedule Page 4 EXHIBIT Cl - Negotiated Price Schedule Radio Infrastructure Equipment - BASE PRICING System All Infrastructure Discounted OPTIONAL ITEMS Oi[count Discount Equipment Equipment Total Installation Total and lama 01y Unll. Total Price Ural Total Price installation Total Warranty / Maintenance Year 2 WHM 2 1ye3r*stem hartawate war-dnrv/ maintenance (year 21 1 373,36200 373,362.00 373,362_ 0 0.00 0.0 0000 373,362.03 WSM 2 1 year system software warranty/ maintenance {year2) 1 5 107.501.000 5 107.500.00 5 107,500.00 0.00 0.0.4 1200 5 101,500.00 WN ‘31 2 1year Remote System Monitoring 005 0.00 000 S_ 65,457,170 5 65,457.00 S 65,457.00 5 G5,457_5 WLM 2 1 year system lobo: warranty/ ma.rtenance ty.. ar 2) 1 mclvderi in hardware warranty once 0.00 0.00 0.00 550 o.O2 Warranty / Maintenance Year 3 WHM 3 1 year system hardware warranty! maintenance )year 31 1 384,56-1.00 384.564,00 384,564-05 0.00 0.30 000 354.564.000 WSM 3 'rear syster 17liw41d warranty/ maintena00el7c8r3) 107.500,70 5 107.500.00 $ 107,500.00 0.00 100 0.00 $ 107,500.00 :W7YM 3 l year Remote System Monitor, rig 1 0CO 000 074 5 67,420.M S 67,42000 5 67,420.00 5 67,420.0C WLLM 31 year system la bar warranty/ maintenance 1year 3) 1 ncPuded in 9ar4ware warranty price 0.00 0.00 0.00 0.00 0.00 Warranty / Maintenance Year4 V71M 4 L year system har,were warranty/ maintenance (year 4l 396.1C{.20 3a6,10.JC 396,100.30 0.00 0.07 0.30 305101200 W541 4 1 year system software warranty/ maintenance (year 41 S IC'.50'100 5 117.SCo.co 5 107540.CC 0.00 0.0'! 0. $ 107,4.77 4VNM 4 1 year Renate SystemMonno-rng 1 0.0C 0.00 0.10 5 69,443.00 $ 69,343.00 $ 69.443.:f S$ 69,443.SC: WLM 4 1 year system hardware warranty/ maintenance {year 4) 1 included in hardware warranty price 0.00 0.00 0:00 0.00 0.00 Warranty / Maintenance Year S W-IM 5 1 year system nardwate warranty/ rnao tenarce (year 51 1 407.984.00 407,'3S1 C0 407.954.00 0.02 0:7C 0.00 4C7:384 CC WSM 5 1 year system software warranty; maintenance (year S) 1 S 107.500,00 5 107,500.000 $ 107.500,30 0CC 0.w 0.00 5 107,5573 CM WNrv1 51 year Remote System MoniWring 1 0.00 0.00 0 0 5 71,526.00 $ 71,526-00 $ 71,526.00 $ 71,526.00 WLM 5 1y®ar system hardware warranty/ maintenance 1year 51 hlardwarr FX 1 292,300.00 29.2,3G0.00 29?,3C0-OC 0.00 0_00 0 01I 292,300.GC- Warranty / Maintenance Year 6 '/YHM 6 1 year system hardware warranty/ maintenance (yea, 61 _ 0-00 000 a 0.30 0.00 0.00 0.GC W5:^.' 6 1 year system so!!ware warranty/ ma,ntenance lyear 61 1 $ 107 SC0.02 5 la 55'6ea S 107,6600.:v 0.00 0:00 0.00 S 107.500.00 WNM 6lyeatRemote System ,Monitoring 1 000 0.30 0.00 S 73,672.00 5 73,672.00 5 73.672,00 5 73,672.00 WLM 6 1 year system labor warranty/ maintenance (year 6) 1 0.00 0.00 000 0.00 01777 000 0.0C Warranty / Maintenance Year 7 WHrvi 7 1 year system hardware warranty/ maintenance (year 7) 1 0.00 0.00 0.00 0000 0_00 0_00 0.00 W5M 7 1 year system software warranty/ maintenance (year 7) 1 $ 107,50000 5 101.600.00 5 107500.00 0„",0 0.00 0.00 5 107,500.00 WFIM 7lye arRemote System Monitoring 000 0.00 0.00 S 75,381.00 5 75.382__0 $ 75,882,C0 5 75,88200 WLM 7 1 year sysle^n labor warranty/ maintenance (year 7) 1 0.00 0000 0.00 0.00 0.00 0.00 0 Attachment 6 - Pricing Schedule Page 5 EXHIBIT Cl - Negotiated Price Schedule Warranty / Maintenance Year W Hhl 8 I year Sys/errs hardware warranty/ maintenan-e(year Si 1 0.•JO 0.00 0.00 OM 0..00 0.10 Mae 81 year system scf/ware warranty/ maintenance (year 81 1 S 107.500.20 $ f07,5.,3.00 S 107,500.00 0.CC C.00 O.00 5 1C7.500.00 WkM 8 1 year Remote System Monitoring 1 0,00 0.W 0.00 5 78.153,00 $ 78.15100 $ 78.158.00 S 98,158,03 31.1,4 8 1 year sySterl labor warranty/ maa ntenance )year 8) 3.00 130 0.00 6.20 0.00 0.CC Warranty / Maintenance Year9 4171?N 9 I year 5V5tem 'hardware warranty/ maintenance (year 9) 0,00 0M 0,00 0;00 0.00 0.00 WSM 91year system software warranty/ maintenance (year?I S 107,300.00 5 107,300.30 $ 107,500.00. 0.00 6.00 0.00 5 197,500.no 550.154 9 1 year Remote System 51:nroting 0.0.0 O. 0 0.03 5 80,503.00 5 80.33.00 $ 80,5C3.00 $ 30,503.00 WIN 9 1 year system labor warranty/ maintenance (year 9) _ 00.0C C.00 0.00 0000 0.C5 0930 Warranty / Maintenance Year 10 WHM 10 1 year system nardwar4 warranty/ maintenance. (year ICI l4ardwaa i'( 1 1.133.SW 1,1.30.550.00 I135,Sa0.00 0.00 0.00 0.00 1,135,530.10 WS5 IC 1 year system software warranty/ manstenance (year 101 1 S 107 son co $ 107.500-00 5 107.500.30 020 0.CO ay.? 5 107.500.00 NMi L) 101year Re mare System 3+bnr[Or ng I OW 0_00 0,00 S 32.913.00 S 32.913..PO S S9.s'--3.r+7 $ 82.918.U1 WLM 101 year system labor warranty/ maintenance (year 10) 0.00 C.00 0.00 0.29 O.00 0.00 Warranty / Maintenance Year 11 WI-M.1 11 1 year aystern ha rewire warranty/ maintenance (year 11( 1 0 0C 0.00 OM 0.00 0.00 0.33 3.Cf. W0M 1I I year system software warranty/ maintenance (year Ile 5 107.500.00 $ 107,3CO.00 5 107.300.0C 0.00 7.10 C.00 5 107 5CC.33 -W7IM 111 year Remote System Monitoring 1 0000 0-.30 0.00 5 35.406,00 5 85,406,03 5 85.3C5-00 5 55.406.300 57GLt 111 year System labor warranty/ maintenance (year 11) 1 C.00 0.03 0.00 000 OvC0 O. Wiiria WStv1 W tar( WNW W134 Warranty / Maintenance Year 12 12 1 year system hardware warranty/ maintenance Sear 12) 1 0.00 0.00 0.00 0;0C 040 0.00 12 1 year system sof:wara warranty/ maintenance (year 12) 1 5 i^7,Sce...3 5 107,50.0.00 0 107,500.00 0.00 C.00 C.?' $ 12 1 year Remora Sysrerrs a,'eni rori ng 1 0.00 0.00 0.00 5 87,968.00 5 87,968.03 5 37,968.M $ 12 1 year system labor warranty/ manterance (year 12) 1 0000 0.00 0^00 0.00 0)00 0-CO 0.3C Warranty / Maintenance Year13 13 1 year sy$te-n har�ware warranty/ maintenance (year 13) 1 OCO OCR 0.00 0.co t 010 C.'0 O.0 13 1 year system software warranty/ maintenance )year 13) 1 S 107.SC0.i.0 5 107,500.00 $ 107,500.00 0.03 0.00 0.00 5 107,50000 13 1 Vas Remora System Monitoring 1 0.00 0_00 0.00 5 90,507.CC $ 30.637.CO 5 90,'07.00 5 90,507.00 13 1 year system labor warranty/ maintenance (year 13) 0.00 0.00 O.00 0.00 0.00 ❑.00 Warranty / Maintenance Year14 W1+M 14 1 year system aar4w3re warranty/ marnte^once )year 14) 0.00 0.?0 0.00 0.00 0.00 0.00 O.00 t1+S51 14 1 year system Software warranty/ mainlenance(year 14) i S 109,5 3.00 $ 107,5M.00 S 107,500,00 0.00 0.00 6393 $ 109,500.000 3,'011)4 la 1Vaar Remora System Abn, tar:ng 1 0.00 0.00 0.00 $ 53,325. 0 5 93.12:,00 S 93,3255.00 5 93,325.Cc W..2.1 14 1 year System labor wormy! maintenance (year 141 1 0000 0-00 CCC 0.00 0.00 0.CO 0.0.. Attachment 6 - Pricing Schedule Page 6 EXHIBIT C1 - Negotiated Price Schedule W}IM W5M WNM WLM WHM W'SM WNM IWLM WHM wsbl NM wL .1 WHM W5ryt .sYNtvl WLM WHM WS.M WNM WINS WHM WSM W rtoi :YLM Warranty / Maintenance Year 15 15 1 year system hardware w tr •a , ry,' mainter+ance iyear 151 Hardware TX 1 336.145.01 335,145.00 336,145.00 0000 0.00 0.00 336,145.00 15 1 year system software w et rarity! ma,nta_narce+year €5) 1 5 137.50000 5 107.500.00 $ 107500.00 0.0 0.00 0.00 SS 107.500.89 15 lyeai Remote 5ysler Momtor=ng 1 3.00 0,00 (1007 5 96.125.CC 5 961i5.]0 5 9612500 5 56,125 CO 15 l year system labor,earranty/ maintenance iyear 151 1 t1..00 C 00 O.C. 040 0.00 0.00 6CC Warranty / Maintenance Year 16 16.1 year system hardware warranty/ maintenance (year 16) 1 16 1 year system software warranty/ maintenance (year 1.91 1 16 1 yea: Remote System Man tonng 1 16 1 year system ebor warranty/ maintenance (year 16) 1 0.00 000 0.00 0.CC C.CC 0.00 5 :87500.01 $ 197,50000 5 107,500.00 0.00 C:CC 0.80 $ 107.seam 0.C-0 0.00 0.00 3 99409.00 5 99.009 00 5 99,009.90 5 99. 009.00 000 0.00 0.07 0.rn 0.00 OOC 0.X Warranty / Maintenance Year 17 17 1 year system hardware warranty; maintenance (year1a) 1 0.00 000 0.30 0.00 0.00 0M CAC 17 1 year system software warranty/ maintenance (year 17) - 5 10750000 5 107SC0.00 5 €07.SOO.00 0.90 0.00 0X 5 I07.5005 171year Remote System Mtn,sr"g 1 0.30 3.00 00'0 $ 101,979,00 $ W1.979.00 $ 191,979.CO $ 101,979.CO 17 1 year system ia5or warraniyl maintenance (year 171 1 0.30 0.00 0 co 0.00 0.00 0310 000 Warranty / Maintenance Year 18 13 1 yea' system hardware warranty! maintenance (year 14 1 C.0) CO 0,00 0.00 0.00 000 0.CC 13 1 year system software warranty., maintenance lvear 1Si 1 $ 107.SC0LO S 107,500+ 0 5 197,50CCO 000 000 01.0 $ 107.507 33 13 1 near Remote System Monitoring 1 0_00 0.00 000 $ 105.03300 5 10$.038.OD 5 _ 105.038.00 5 105,039.00 18 1 year system tabor warranty/ rr r.I4nance(year13/ 1 0.00 0.00 0.00 0.co 0�.)0 0co 0t0 Warranty / Maintenance Year 19 19 1 year system hardware warranty/ maintenance (year 19) 1 OPOS 9.00 0.60 000 000 063 6X 19 1 year system software warranty/ ...� maintenance 1year19) 1 5 107,500.60 5 107,1,000 5 107500.00 030 000 0.00 5 107,500.09 19 1 year Remota System Monitoring 1 000 0.7.0 090 5 101,130.00 5 1C8,190.00 5 103,190.03 $ 203,150.00 19 1 year system labor warranty/ maintenance (year:.9) 1 0_00 0.20 0.09 O,CO 0.10 0.00 0.00 Warranty / Maintenance Year 20 20 1 year sysln.as Hardware warranry' maintenance lyear 2C) 2C 1. year system sofnware warranty; ma+ntenance iyear 2C) 201year Remote System Monitoring 20 1 year system labor warranty/ maintenance (year 20) 1 1.269.235 00 1,269,289M 1,7.69.28940 0_00 0009 022 1,269,23940 5 107 560.00 $ 107.500.04) 5 107,500 00 0.00 0.00 0.00 5 107.50091 1 0.0C 0.00 +0.00 5 111.435.0C $ 111435.00 $ 111.435.10 5 111,135,00 0.13 0.05 0 CO 0.30 0.00 9.02+ 0.0C .Ai7=AsDetermined byProposer Total S 6.637.004700 5 6.337.804.6G Tot.31 5 1e24.061.09 ; :>ut,061CO 5 9.231.8fi5CO Attachment 6 - Pricing Schedule Page 7 EXHIBIT CI - Negotiated Price Schedule CITE OF MIAMI, FL Contract No. RFP592382 Remote Site Equipment - BASE PRICING Rem 1 4R-3 4. 3 4;R-3 4R-0 4R-B 4R3 4R:a 4R-B 4R-3 4R-B 4R-3 4R-3 4R-"o 4R-6 4R-0 ,ES-0 1E5-8 ES-B E5-3 ES-O 5-3 WM-3 Base Station Equipment 1 Base Stations Z Transmit Combiner 3 ReceiverMutucnuoIer 4 Receiver tower top meampliiier 5 Antenna System 6 Software 7 Spare Equipment {liseseparately' 8 Otner(listl -Prs't arf Oislributad Coward Point 9 Test Equipment 10 Base Stators atarm and 1oldnitorirg Equipment 11 Spare Equiprte,nt (list separately) 12 Desktop Remote Como' Rase Stations 12 Desktop local Control Base Stations 13 Other tsistt -Site interface Epu pmert Optional Equipment 1 RecunclantPre-a Gfa Engineering & Services 1 System Engineering 2 arojectivtanagerent 3 System Staging 4 Coverage and Acceptance Testing 5 Oacume=.a for 6 ctne'ser:. Warranty / Maintenance 1 1 year t3;ai system' varrantylr:'sa+ntar:ence alter acceptance AO =As Determined by Proposer Attachment 6 • Negotiated Price Schedule Cty S 2 S 5 1 5 1 5 20 $ 1 5 1 5 1 1 1 0 0 EquIpmen Unit 20.110. $0 21,750.00 2.300.20 1,3:L' CC 31,539.00 9,500.00 36.436.5C 100,02100 $ 5 5 5 5 S Site Name/Location; Fire Station ft3 OISc6in1 Total Instakation Tatai Prce Unit Total 603,410.00 5 43.S10.O0 2,xi1.r0 5 1,5.x 5 31,539.00 5 19o,coc.03 5 36,436.50 S 1+x1, C0.00 $ 446,523.40 32.15C.00 2,30000 1,990.00 28,385.10 110,600.00 26,963.0: 74,000.L' Discount Tatai Fite Inssslla1on Total included in Site Interface. Ef;t.ip Install Price included in Antenna System Install Price incuded in Antenna System Install Prce included in Antenna System install Price 5 26,406,25 $ 26,406.25 S 26,4C5.25 included in Site Interface `quip Install Price C,C0 0.00 +ru'uded in Site Interface £quip Instal. Price trduded on Radio Inf rastructure Eouipment Fire Cottege page acc 5 15,C52-00 5 15,000. 0 $ 11,100.0 inctude.d in Site interface Equip instatl Price Included in term 4R•37 O.CO 0+00 0.O0 0.00 O.00 0.10 0.00 0.00 0.00 1.00 0.00 O 00 O.07 0,00 O,Oa O.CO 5 94,74:.00 - 5 94,744.00 5 7011156 5 50000 00 5 50.00.00 - S 500O3-00 1 [tern 4 Receiver tower top preamplitier s inherently redundant 0.00 Discounted Equipment and $ 446,523.40 32,190.O0 $ 2,3CO:C0 $ 1,990.00 $ 54,161.35 S 140,6O0.00 0.07 5 20 9E3.01 74,100.0 0. CC O.CC $ 11,100L0 0.0 0.00 0.03 5 120110.56 a.ca o.50 0.00 0.30 a00 5 76,177.000 5 76,17713 5 76,177 00 $ 76,177.CC 0.00 0.00 0.03 5 100,C00.00 5 100,000.00 $ 1CO,CC0,0a 5 100,0006C included order Radio infrastructure -Staging not priced by site 0.00 0.00 0.30 inckded order Radio nfrastn cture - Coverage Testing not ps cod by site OW 0-u0 0.0D Included in System Engineering O01 0.10 0-Oa 0..03 O.00 0420 0-00 00C 0.00 am am ?ncturfed 0500 O. x 0.60 0.50 Total 5 1,-08,319.50 5 834162.07 0.0O 0.00 Total 5 252,583.25 5 252.5832E $ 1,086,745.32 Attachment 6 - Pricing Schedule Page 8 EXHIBIT C1 - Negotiated Price Schedule OTY OF MIAMI, FL Contract No. RFP592382 Attachment 6 • Negotiated Price Schedule Remote Site Equipment • BASE PRICING Item $ 4R-8 4R-B 4R-6 4R-B 4R-9 4R-9 4R-8 4R-8 4R-3 43-5 4R-B 4R.B 4R-6 4R-3 4R-0 ES•B ES-3 ES-3 ES-3 ES•B ES-6 NM-9 Base Station Equipment 1 Base Stations 2 Transmit Combiner 3 Receiver Mult>.oupler 4 Receiver tower top preamplifier 5 antennas;stm 6 Software 7 Spare ET., sent (last Separately) 3 Other (• sti - iecondary O'str hutted Coital Pt 9 Test Equipment 10 Base Station alarm and ?,7Cn toung Equipment 11 Spare Ecuipment ( list separately!! 12 Desktop Remote Control Base Stations 12 Desktop Local Control Base Stations 13 Other (list} - Sete interface E uiprrre i Optional Equipment 1 Redundant acre -amplifier; Engineering & Services 1 System Engineering 2 Prciect Management 3 Sys'.em Staging 4 Coverage and :tccedtance Test€ng 5 Documentation 6 Other services (list) Warranty / Maintenance 11yeartotal system warrar y/rmairitenarce after acceptance AO = As Determined by P'aposer Equipment Dty Unit total 20 S 2 1 $ 1 $ 1 5 2D 1 5 - 1 1 0 0 1 30,17030 $ 603,41300 21.750.M 5 43,590,M 2,500.00 $ 2,300.00 1,990.00 $ 1,990.00 32,639.M $ 32,639.00 9,500.700 S 190,000.00 22,244.00 $ 22,244.10 50,000.00 5 SC, 900.09 S 5 5 5 5 Discount Total Price Site Name/Location: County Admin Building Installation Una Total Discount Total Price Discounted Equipment and Installation Iota 446.513.40 included in Site Interface Equip Install Pace $ 446523.Q 3 ,: ),GO included in Antenna 5ysteni Ins;3ti Price $ 32,190.00 2,X0.00 included in Altenna System install Pi ice $ 2,300.00 1,990.00 included in Antenna System install Price $ 1,990.3D 29,375,10 $ 24,250.M 5 24,250.T S 24,251.10 $ 53,625.12 140,6000C included in Site Interface Equip install Price $ 140,600.00 16,460.56 0.M 1110 0.CD $ 16,460.56 Ream included in Site Interface Equip Install Price S 37,000:00 included on Radio Infrastructure Equipment Fire College page 3.00 $ 15,TO.10 5 15,000.00 $ 11,100.00 included in Site Interface Equip install Price Included in item 4R-37 0.M 1. 5 94,744, i $ 0.00 0.00 0.0 0.00 0.00 94,744.00 5 70,110.56 S 0,C0 0.00 $ 11,100.00 0.00 0.M 0.00 0.0C 0.00 0.;:0 0.D0 0.00 am 1.co 0.0r1 o.oc 50,000.00 5 50,000.00 - 5 50,000.00 - 5 120.110.56 1 item 4Receiver towertop preamplifierisinherently redundant 000 0.00 0.M 0.00 0.00 5 76.177.00 5 76,1;7.00 $ 76,177,00 $ 76,177.0] O.Ou 0.M C:00 5 100,000.00 5 I00,X0.00 5 10G,000.00 5 Im OCC.00 included under R;dio infrastructure - Staging not priced by site 0.M 0.00 0-CC included under Radio infrast:ucture- CoverageTestingnetpricedbysite 0.M 050 0.€0 Included in System Engineering 0.00 0.M OM Off 0.00 0.00 0.M OM0. 1 0.00 0.0C 1 Included 3.00 v "? 3.00 1100 Total 5 1,055,32700 $ 7e7,649.62 0.00 0.00 Total $ 250,427.00 $ 250,427,00 $ 1,033,076.62 Attachment 6 - Pricing Schedule Page 9 EXH1BFT C1 - Negotiated Price Schedule CITY OF MIAMI, FL Contract No. RFP592382 Remote Site Equipment • BASE PRICING iem4 4R.5 4t4-3 44-3 4R-3 4R-3 4A-B 4R-B 44.3 43-8 4R-3 48-3 4R-3 .R-5 4R-a E5.8 ES-9 ES-8 ES-3 ES-3 ES-3 V4r8 Base Station Equipment 1 3ase Stati ;rrs 2 Transmit Combiner 3 Re:e'ver Mcltrcoupler 4 Re_e verfewer top preamplifier 5 Antenna System 5 Software 7 Spare Equipment (list separately) 8 Other (list) 9 Test Equipment 10 Base Stab. r alarm are Vor taring = uiorrent 11 Spare Equipment (list separatelyl 12 Desktop Remote 3ont•ol Base Star; ens 12 Desktop local Control Bare Stations 13 Dtner distj-_`ite nte"face Eluipment Optional Equipment 1 Redundant Pre-arnpi ill e rs Engineering &Services 1 Sys:ern Engineering 2 Project tvranagerreit 3 System Staging 4 Coverage and Ac:eotance Testing 5 Cccur~entatmr 6 Other services (I=5t1 Warranty/ Maintenance 1 1 year total system warranty/maintenance after acceptance AD=As cetermaneo oy Proposer Attachment 6 • Negotiated Price Schedule uty 20 2 l 1 20 1 0 0 0 5 S $ $ Equipment Unit Total Discount Total Prce Site Name/Location: F're Station 49 Installation Unit Total Discount Total Prioa 3,70.50 5 503,410.03 S 4146.523.40 r6,ded in Site Interface Equip Install Piece 21,750,01 $ a3,; 3. 5 32,19.J rc' de.; Antenna System install Price 2,300.00 $ 2,300.10 $ 2,3C0.00 :rid ;ded in Antenna System Install Price 1,990.10 5 1997:00 $ 1980.0 indidedinAntenna System.nstallPrice 3.53.75 5 31.538.75 5 28.384.3S 5 22.575.E $ 22.575.00 5 22,575.00 $ .359.38 Discounted Equipment and Installation Total 44,523.40 $ $ $ 32.190.E 2,3C0.00 1,990.30 Irclt.dedinItem aP-81 0.00 C.00 0.00 0.00 5 22,244.03 S 22,244.00 5 15.460.56 1.00 0.00 0.01 $ 16,460.55 0.00 0.30 0.00 0.00 0.00 0.03 included cr Radlo'nfrastrLCure Equipment Fire Colleg- e page 0.00 0.0 $ 15.cc0.00 5 'r5,OE0.00 S 11,1C :00 included 'rt Site lntera_-e Equp lnstalt trice 5 11,100.03 included initem4A•8 7 0, CC 0.00 0.00 0-00 0.00 0.c0 O.ro pm aim 0.00 OM O,CC D.CO u.00 0.00 0.00 0.00 0.03 0.10 $ 94,744:00 5 94,714.:7G 5 70, 110.55 5 31.CC0. 0 5 513.000.00 - 5 50; .;0 5 121110.56 [ten 4Receiver tower top preamplifier isinherentlyreduecart 0.00 0.00 000 a.c(1 0.a` 0.00 0,o0 $ 61,177.03 5 61.177.00 5 61.117.X $ 61,177.0a 0.00 020 0.03 $ 1C0.100.30 5 101030.00 $ 1C0,0.00 5 1C0,1C0.00 included under Radio Infrastructure. -- Stagingnot priced bysite 0.00 O.CO included under Radio Infrastructure - Coverage Testing not p€iced by site 0.00 Ine!udedan5ytterrEngineering 0.0C 0.00 0.00 0.90 O.00 CAN 0.10 Included 0.00 0.a Total 5 814,725.75 5 600,059.40 0.00 0.00 0 0 00 010 0.00 00 0.00 0.00 0.0 Total $ 233,752.00 $ 233,752.W $ 842,211.40 Attachment 6 - Pricing Schedule Page 10 EXHIBIT Cl - Negotiated Price Schedule Attachment 6 — Pricing Schedule Page 11 EXHIBIT Cl - Negotiated Price Schedule CITY OF MIAMI, FL Contract No. RFP592382 Attachment 6 • Negotiated Price Schedule Remote Site Equipment - BASE PRICING Site Name/Location: Fire Station 11 Discounted Discount Discount Equipment Equipment Tote! Installation Total and item; Cty Unit Total Price Unit Total Price Instellal:onTotal Base Station Equipment 4R-8 1Base Statsis 20 S 30,170.5D 5 603,410.00 5 446,523.40 fncludedinSite !nterfaceEqui nsal!Price 5 446,523.40 4R-8 2 Transmit Combiner 2 5 21,750.00 43,500.00 32.150.Cv rootudd.nAnrenaaSystem Install Price 5 32,150.00 4R-8 3 RectverMu=^.iccupe; 1 5 2,3C0.0$ 2,3C0.0 $ 2,3C0.i;0 Ir a System instatIPrice $ 2,3C1.00 48.8 4 Receiver tower top preamplifier 1 $ 1,990.E 5 1,990.00 $ 1,990.00 c u:-.4: elr.aSystem Install Pre 5 1.990.00 48-8 5 Antenna System 1 5 31,535.75 $ 31,538.75 5 28,384.88 $ 23,25000 5 23.250.117 $ 23,25G.00 $ 51,334.00 4R-8 6 Software 20 Included ,n item 1(Base 5tat;cns) 0.00 D.03 DIX DX 0.00 4R-3 7Spare t:quipment(list separately) 1 5 22.24:00 5 22,244.23 S 16,450,56 CM 0011 0z - 5 15,467.56 4R-3 8 Other (list) 0 OM 0.00 000 C.00 0.co 0.00 0.00 4R-8 9 Test Equi sment 1 fnduded an Radio Infrastructure Equipment Fire Co'1ego page 0.i0 0. 0 IN 4R•3 10 Base Staten alarm and Mnnrta.. ing Equlp±rent - $ 15,003.00 $ 15.i;00 A 5 11,10.110 intiuded in Site'nterface Equip Insta- ll Pnce - 5 11,10000 4R-3 SLIP. Equipment(ti;tseparately) 1 Includedin:tem4R•B7 0.00 0.€C 0.00 O. OM 4R-8 _: Ce ktap Remote Control Base Statcns 0 0.^0 OM 0.03 0.00 IN0.0r 0.01 I4R-8 -: CEsktopLocal Control 3aseStations 0 0.00 00(1 013 0.N Intl GM 0011 4R-8 11Other tlistl-Site interface Equipment 1 5 94.744.00 - $ 94,744.00 $ 70,11056 $ 50,000.03 $ 50,C^N.i0 $ 50,M0.20 - 5 120.110.55 Optional Equipment R-0 13et.!rdant?re-ar:c:iflers 1 item 4Receiver tower top preamplifier is :inherently redundant 0.CsO 0.0b O.(C Engineering & Services ES-8 1 System Engineering 1 0.00 0=c ON$ 51,177.00 5 51,177.00 $ 61,177.e03 5 51.177.C?t E5.8 2 Project Manageme : 1 0.00 0.00 ON$ 100,CC0.00 5 100,1O0.00 $ 100,000.00 5 1fA;CGO.GC ES-5 3 System Staging 1 included under Ra- dio Infrastructure • - Staging not priced 1y site DX OM 0.00 ES-3 4 Coverage and A ceptarco Testing 1 included under Radio infrastructure -Coverage Tooting not priced by site 1100 0.00 DM ES-5 5 Occ,,^?entation 1 Included in System Engineering 0.00 0.00 0.N DX E5.5 50t,^.e°services (list l 1 0.00 0.00 0.00 O,CO 0.00 0.u11 0.00 Warranty / Maintenance WM-B 11 year total system warranty/maintenance after ac eptance 1 Induced 0110 000 0.M OM OM 0.00 ADrAsDetermined dyPrapcser Total $ 814,726.75 5 6J?.059.t0 Total 5 234,427.00 $ 234,427.00 5 843,486.40 Attachment 6 - Pricing Schedule Page 12 EXHIBIT Cl - Negotiated Price Schedule CITY OP MIAMI, FL Contract No. RFP592382 Remote Site Equipment BASE PRICING Bern 4R. B 4R•B 4R-S 4R-8 4R-11 4R-0 'R-B ‘R-3 4R B 4R-8 4R-8 R-3 4R-B 4R-0 €5. ES-8 ES-8 ES-3 Eyar 5.3 WM-3 Base Station Equipment 1 Base Stations 2 Transni it Combiner 3 Receiver Mucoupler 4 Receiver tower top oreamplifier 5 Antenna System 5 Software 7 Spare Equipment, (list separately, 8 other( list) 9 Test Equipment 10 Rase Stationaiann and Monitoring Equipment 11 Spare Equipment Iiist ieoarately) 12 Desktop Remote Control 3a:e Stations 12 Desktop Local Control Base Stators 13 Other (iistl • Site illtZ144Ce E7u pmerit Attachment 6 Negotiated Price Schedule Qty 20 2 1 1 1 20 0 1 0 1 $ $ 5 3 Included ir item 4R-8 1 S 22,244.00 Equipment Unit Total Site Name/Location: Fire College Discount Total Installation Price Unit Total Discounted Discount Equipment Toto and Price Instail000n Total 30,170.50 603,410.00 5 446,52140 included in Site Interface Equip install Pr re 21,750.00 43,5,10.M 31,150.00 inciudad in Antenna System insull Piice 2,300.03 S 2,300.00 5 2,300.03 included in Antenna System Install Price 1,950.00 5 1,M0.00 6 1,550.00 included ,n Antenna System install Price 31,538.75 5 31.538.75 S 28.384.58 5 23,505.00 0.08 0.00 164E0.560.00 22,244.00 5 0.00 1100 ICC included on Radio Infrastructure Equipment Eire Coilege page $ 15,030:00 $ Included 7item 4R-B 7 0.00 eta 5 94,744.0G $ 15,000.00 $ 11,100.00 0.000.00B.4.7441 $ 0.00 0.00 OM 000 included in Site interface Equip Install 0.00)rice 0.03 OM 0.M 0.M S 446,523.40 5 32,1502 S 2, 3COM 5 1,590.00 23,505.00 285C5.03 $ 51,889.83 0.00 0.00 0.M 0.M 5 164E0.56 0.00 DM 0.M 0 X $ 11M0.00 0.00 0 CO 0.00 OM 0.03 0.00 C.X 0.M 0.01 mita.s6 $ so,n.cra 50000.00 5 50i00).CC 12011056 Optional Equipment 1 Redundant Ene-amolif. er3 1 itern 4 Receiver tower top Dreamp!ifier is irterertly redundant Engineering & Services 1 System Engineering 2 Project Management 3 System Staging 4 Coverage and Acceptance ":estirig 5 Documentation 6 Other servicest list! Warranty/maintenance 1 1 year total system warrantyirrainrenance after acceptance ADu As Determined by Prcposer 0.00 0.00 0.00 OM 0.000.5 61,177.00 5 61,177 X S 61,177.53 $ 6:,177,M 0. OM _ i.10 0.00 5 100,000.00 5 100,00000 $ 100,000.00 $ 100.000.01 included under Radio Infrastructure -Stag,ng not priced by site O. CO OM included under Radio infrastructure -Coverage Testing net prated by site 0.00 __.. 003 Ir•cluded in Systern Engineering OM 0.00 0.00.00 CM 0.00 0.00 0.0.00 0.00 1 Included 0.00 0.00 0.00 Total 5 814,726,75 S 609.059.4C 0.03 0.00 0.03 0.3.0 C.30 0 M 000 Total $ 224,682 X 5 234,682M $ 843,741.40 Attachment 6 - Pricing Schedule Page 13 EXHIBIT Cl - Negotiated Price Schedule Attachment 6 — Pricing Schedule Page 14 EXHIBIT Cl - Negotiated Price Schedule CITY OF MIAMI, FL Contract No. RFP592382 Remote Site Equipment. BASE PRICING Item 4 4R-3 4R-Ei 4R-3 4R-6 4R-B 4R-B 4R B 4R-3 4R-9 4R-8 4R-B 4R-8 aFt-a 4R-3 4R-0 ES- B ES-8 ES-8 ES-8 ES-13 ES-8 VM-B Base Station Equipment 1 BaSe St3t17.ni 2 Transmit Combiner 3 Receiver Mill ticouale r 4 Receiver tovie r top preamplifier 5 Antenna System 6 Software 1 Spare Equipment (I .st sepal ate --it 3 Other (tist) - UPS 9 Test Equipment 10 SMe StatiOn alarm ard Monftoring $duipment 11 Spare Equipnient I ist separately] 12 Ciesktcp Remote Corm, ease. Stations 12 Desktop Local Control Base. Statiors 13 04ber (list) • Site, Interface Equ.pmenc Optional Equipment 1 Redundant Pre -amplifiers Engineering & Services 1 System Engireering 2 Project kitanagement 3 Syitern Staging 4 Coverage and Acceptance Test:ng 5 Occurnentaticn 6 Other seMces •st,, Warranty / Maintenance 1 1 year total system warranty/maintenance after acceptance = As Determined by Propose! Attachment 6 - Negotiated Price Schedule Qty Discount Equipnwrit Total Una total Pita Site Name/Location: Site on W eels Installation Unit Totat Discount Tota price Discounted Equipment and Instadavon Total lc $ X rir)..ek 5 301,75 :C 5 223261.70 included .r1 Site Interface Equip Install Price 5 223,261.70 0 0.03 030 0.00 0.00 0.00 OM OM 0 OM ox am 1100 100 0E0 0.00 0 01 OM 0.00 0.00 0.00 OM 0.0C 0 OM 0.00 0.03 OM OM OM 0.00 10 5 9500.00 5 95,00900 $ 70,310.00 included in Site Interface Equip !nstalt - 7rice - $ 70, 3COM 1 5 12,244.00 5 22,144,10 5 16,460.56 O.CO 02 0.90 S 164E9.56 1 S 8.937.50 $ 8,932.54 S 833230 OM 900 0.00 S 3,932.50 1 Included on :R0(:D lattactructure Equipment Fir.e College page 0 CO OM 0.00 1 5 15,000.00 S 15,000,10 $ 11,10009 included in Site Interface Enti in Instati Price $ 10,101.142 • 1 Included in item 40-6 7 Or 0.00 OCO. 0.00 0.0C C 0.00 OM OM OM 0 Cf, o.x °a o oco 1110 0 cm o.tx 020 acc 1 $ 43.383.00 5 43.89,00 - 5 32,477.36 - $ 7,00.0.0 5 7,119.0.0 S 7,000.00 5 39,477.30 1 0.09 0 CO 0.00 0720 0130 1100 OM CI.M OM $ 1.0.500,00 $ 10.5420.10 S 10,500.00 5 10,50009 0.03 OM CM $ 6,181.311 $ 6,135M S 6,135.:0 S. 6,135.09 ncluded under Radio Infrastructure - - Staging not priod by site 0.00 aoo a10. ncluded under Radio nfrestructurs .Coverage Testing not priced by site 07)) OM 0.0" ncluded in System Engineering OM ox aoo oz ox aoo 0.00 omo 0,00 0.00 090 Included 11042 3.03 100 Total $ 48.6i770.50 5 362,532.62 000 0 CO 0.31 Total 23.635.00 5 23.655.00 5 386,217.62 Attachment 6 - Pricing Schedule Page 15 EXHIBIT Cl - Negotiated Price Schedule CIFY OF MIAMI, FL Contract No. RFP592382 Remote Site Equipment - BASE PRICING Item4 4R-8 4R-8 4R-8 4R•8 4P-3 4R-3 4R-3 4R-3 4R-8 4R-8 4R•8 4R-8 4R•3 4R•6 4R-0 ES•B ES-B €S-6 ES-8 ES-6 ES•B WM-8 Base station Equipment 13aseStations ^venticrar 7 TransmntComuine 3 Re_e ver Multicuple 4 Rene ve r tower top area mp.i tier 5 Antenna System 5 software 7 Spare Epaipment (list se aratetyl 8 Other (list) - InterOp Gateway w/_4 TP's 9 Test Euioment 10 Base Station alarm and Monitoring Eouipment Li Spare Equipment (I1st separately} 12 Desktop Remote Control 3ase Stations 12 Desktop _coal Control Base Stat:o'rs 13 Other (lists - Desk..op Station Act Syst Optional Equipment 1 Redundant Pre-arnpl fiers Engineering & Services 1 System Eng neering 2 je tManagement 3 System Staging 4 Coverage and Acceptance Testing 5 Documentation 6Other ser,ices ilisti Warranty / Maintenance 1 1 year total system warrarty7rrai ntenance after acceatarce AD --As Determined'oy Proposer Attachment 6 • Negotiated Price Schedule Equipment Qty Unit Total 8 l 1 1 8 1 1 1 0 1 6 0 1 Ciscount Total Price Site Name/Location: Wells Fargo lnterop Site Installation Unit Total Discount Total Price Ciscounted Equipment and I astallation Total S s 4.53 5 10:.316.00 S 79,413.84 included in Site InterOp Gateway Instal' rice S 79,413.84 $ 13,05020 5 13,0 .00 $ 11,745.M indudedinAntenna System Install Price $ 11,745.10 S 2,300;10 $ 2,3C0.00 $ 2,3C.00 included in Antenna System install Price 5 2,3c0.00 $ 1,933.747$ 1.990.CO $ 1,9a0.Cr included in Antenna System install Price $ 1, 0: L $ 23,954.: 5 23.954.50 $ 21,559. ln±ded in item 4R-61 0.01 5 22,2 4.CG 5 22,244.03 $ i„450.55 $ 122.817 0 5 122,817.00 S 9G.384.58 $ 20,375.00 $ 20,375.21 5 20,375,10 5 41,934.05 O.CO 0.00 0.2C 0.00 c.0o O.Cc - $ 16,4E0.56 $ 35,200.00 $ 35.21000 5 35.11I.00 5 126,11.58 included an Radio infrastructureEqupmentFire ccliegepage 0.00 COO O.( 0.00 O.M 0. OM 0.+ 0.t"3 0.M Included in item 4R-8 7 OM 0,C0 O.rM 0.00 O.t0 $ 5,35100 $ 32,1C0.00 $ 23,754.10 indudedirnSite in- terOpGateway instaiiPrice - $ 23,7547J GM OM0.02 0.t00 ace Ix 0.00 $ 14,38.50 - 5 14,389_50 $ 12,950.55 0475) 0.10 OM - 5 12,950.55 1 Item 4 Rece ver tower top preamplifier is i nnerentlyredundant 0.10 0.00 I,£ 0.00 0.1.0 $ 71,177.0C $ 71,177.X 5 71,177.M 5 71,I77.CG 0.00 0.00 OM $ 100000;00 $ 100.01.30 5 100,000.00 $ 100,CCO.30 included under RadioInfra sructere•Staging not priced bysite 0.00 0.OS ail included under Radio Infrastructure • Coverage Testing not orted by ste 0.75) 0.00 0.0C Included 1n System Engineering 0.00 0.00 0.0 00C 0.W 0.00 0.0 0,00 OMa10 0.0C 1 'rcivded Total 5 0.00 0.0 c.00 340,161.00 5 261057.58 O.1C 0.00 Total $ 226,752-30 $ 226,752.00 5 487.839.58 Attachment 6 - Pricing Schedule Page 16 EXHIBIT Cl - Negotiated Price Schedule CITY OF MIAMI, FL Contract No. RFP592382 Attachment 6 - Negotiated Price Schedule Remote Site Equipment - BASE PRICING Equipment Itemf Qty unit Warranty / Maintenance Year 2 WHM 2 1 year system hardwarewarranty/ maintenance )year 2i ISM 2lyearsysternsoftware warranty/ ntaote-ance(year 2) t Included.nRadio tn`ra;tructure-Ma;nt_'=anc, haia,enarceio prcedbysite V.A.] 21year system 'adorwarranty/ maintenance t4ear2 1 IncLdedit Radio Inirasr tturedNa;,ntenarcee- ' i^[afiance nOtpricedbysite Site Name/Location: Warranty / Maintenance Year 3 WHM 31yea=rystemhardware warranty/ Maintenance Neat 3) WSM 3 1year system software warranty/ rratntenan_e (year 3i WM 31yearsystemlotto.,warranty/ maintenance Iyear 3) 2 Induded in toed c ntrastructure t l enance - trtatrteearce not priced ay site Discounted Discount Discount Equipment Total Installation Total and a Prise Unit Total t'rICe Installation Total 'nciuded =n Radio irfrastructure.Maintenance -Maintenance net priced by site Warranty / Maintenance Year 4 AIIM 4 (year system hardware warranty/ maintenalce (year 41 NSM 41 ye:rrsystem software warranty/ loduded r Radid!nfrastrocture Maintenance- Mal ntenance not paced by site ne tided is Radiio'.nfrast'ucture. kainte-oece-M,ointenarce net Priced by sl1e nciuded n Radi inf > s ,, e a^r !vlainterancenot pr°ce `:y sit:e rna'.ntenanee(year 41 1 included n Radio infrastructure4Wntenanse- Maintenance rot pricedbysite WIN 4 1 year system labor warranty/ magntenance hear 1 IrJuded it Radio IF'frastruc eio 4aintenance - Maintenance not priced by site Warranty / Maintenance Year 5 WHM 51year system h riIweewarranty/ maintenancelyear5) nciededinRadio lef- tructuroMa'Entenance-Mtr-lenancenot:pricedbysite WSM 5 1 year system software warranty/ maintenance (year.5) - lodude n Ra.lt) Infra sIructu re Maintenance Ma ntenance not priced by site 'NLV1 51year system Iabcrwarranty/ rnalt:ter~ana (year 5) t included n Radio IeIrestructure tvlaOtenarce- Maintenance net priced by site AD=AsDetenrinedhy?raooser Total 5 $ Total S S Attachment 6 — Pricing Schedule Page 17 EXHIBIT C1 - Negotiated Price Schedule CITY OF MIAMI, FL Contract No. RFP592382 Attachment S • Negotiated Price Schedule Digital Microwave Equipment - BASE PRICING Site Name/1,006.0n: Ere Sta:icn 3 Discounted Discount Discount Equipment E4uipmenl rota! Instailatior, Total and Item` Oty Unit Total Price Unit Total Pict InstallaionTotal Digital Microwave MWT-3 1 So or Loop Configured Radio 1 - i i 25 $ 10.616.25 $ 10616.25 S 20.024.50 $ 2O,024.sv S 20 024.50 5 20,64035 M1Vr-B 2 Multiplex Egwprnen( 1 $ , i.75 5 9.754 75 $ 9,754.75 included in MWT 81 MCC $ 9,75475 MWT-B 3loop Switch Ill applicable; 0 SOLO 50.00 50.00 50.00 SG.00 50.00 50.00 fv14VT 6 4 Crderwire, alarm and control 1 S 6,263.00 $ 6.268.CC $ 6,253.00 included in rv1WT-81 5• $ 6,268B leIW7-9 5 aowersupply and battery 1 $ 3,515,00 5 3.5I5.00 $ 3,515.10 5 1,912.00 5 1,912.00 $ 1,912.00 $ 5,427.+00 MWT-B 6 Antenna System 1 5 12:,192.50 $ 12,292.50 $ 18,292.50 incuded in RF Site Equip Antenna install $ 18,797.50 PiVr-e 7 Programming 1 5 267.50 $ 267.50 S 267.50 included nMWT-81 50.00 5 267.50 MWT-8 8Sure Equcomentlist separately) 1 5 2,239.50 5 2,239.50 5 2,233.0 $0.00 50.00 SO.00 $ 2.239.5O Additional Spares • Negotiations 1 5 3,318.75 5 3.813.75 5 3.313.7 50.00 50.00 50 00 5 3.818.75 h11VT-8 9 Other i'isC► - Racks and Cables 1 5 1,263.00 $ 1,863.€30 5 1,853.CD 50.00 50.00 so.co 5 1,363.00 Engineering & Services MN E5 1 System Engineer ng 50.00 $0.00 50.00 5 8,256.50 5 3,296.50 $ 8,79650 5 3,256.50 \iWES-0 1 Project management _ $00D S0 Q0 50.00 $ 1,763.75 S 1,763,75 5 1,763.7$ 5 1,763.75 lWES•B 3Syster° Staging 1 50.00 SC,00 $0cl 5 3.390.00 5 3,490000 5 3;390.00 $ 3.8 .00 MWEs-8 4 Coverage and Acceptance Testing 1 $010 SC r0 $0.00 included in installation 0.00 D.D0 MWES-B 5 Documentation 1 5 31.25 5 31.25 S 31.25 0.00 0:30 0.X 5 3625 MWES-B 6Other services {Iistl 0 $0.00 50.00 50.00 0.00 O.Oo 00 OOC Training MWT.8 1 operadonal training I 50.01 5010 50.00 5 357.75 $ 857 7$ $ 857.75 $ 857.75 A•t1Vr-8 2 user training 1 SO- ,0 $0.00 Sti.`,C 512100 50 300 SO CO 500 W MWT-B 3 `ilaintenancetraining 50.00 50.00 50.Cc SOw SO:0 50.00 SC.00 MINT-B 4Other !ilst 1 $003 50.00 S0.00 Se00 SO SO CO SC.00 Warranty / Maintenance WM B i 3year total system warrantyjma:rtenance after acre trance 1 3yrwarranty included $0.w 5C.04 50.00 SC.37 50.00 AD= As Determined by Proposer Total 5 56 66.50 $ 56,666M Total $ 36,744,50 5 36,744.50 $ 93,411.04 At;achment 6 - Pricing Schedule Page 18 EXHIBIT Cl - Negotiated Price Schedule Attachment 6 , Pricing Schedule Page 19 EXHIBIT Cl Negotiated Price Schedule CITY OF N1lAN1I, FL Contract No. RFP592382 Attachment 6 • Negotiated Price Schedule Digital Microwave Equipment • BASE PRICING Site Name/Location: Fire Station 21 ttentt MWT-8 MWT-6 MINT-3 MWT-B MINTia MT-8 MWE$-3 MWES-3 MWES-B MWES-8 MWES-8 Pf E5.8 Discounted Discount Discount Equipment Equipment Total Inside on Total and Cty Lind Total Price Unit Total Price Installaton Total Digital Microwave 1 HSE DT Loop Configured Radio 1 5 10615.15 $ 10.616.25 5 10,616.25 5 20,014.5R 5 20,024.50 5 20,024.50 $ 30,640.7$ 2 Multiplex Equipment 1 $ 9,754.75 5 9.754,75 5 9754.75 included in MWT.81 $0.50 $ 9,754.75 3 _pop Switd (f applicabCel 0 50.00 S0:00 Sa.00 5100 50.00 SD.LL Sam 4 ;^,rderwire, alarm and :antrcl 1 5 6,268-CC $ 6,26..E-011 5 6,268.00 i-xiuded in MWT.B 1 51100 5 6.26 .00 5Power sup-nlyand bate^r 1 S 3,515.00 $ 3.515.00 $ 3515.00 $ 1,912.00 $ 1,912.00 5 1,91210 $ 5,427.00 6 Antenna System 1 5 15,623.75 5 15,623.75 5 15,523.75 included inRFSIteEquip Antenna Install 5 15,623.75 7 Programming 1 $ 267.50 $ 267.50 5 257.50 included in MWT•31 50.00 $ 267.50 8 Spare `"'' . St separately) 1 S 2,239.5 $ 2,239.50 5 2,239.50 50-X SD.ctt SD.00 S 2,239.50 9 :'- and Caiieq 1 $ 1.863.00 5 1,86100 5 1,863.00 $0.`A 5D.00 C1C0 5 1,863.00 Engineering & Services 1 System Engineering 1 50.00 $00,0 50.00 5 9.196.$0 $ 8,296 50 5 8,296.50 5 8,296.50 2Pre;ectManagement 1 50.00 5100 50.00 $ 1.763.75 5 _1,75375 $ 1,763.7S 5 1,763.15 3 System Staging 1 5000 50.00 51100 5 3,530.00 5 3,390.0 $ 3,890.03 5 3,393.00 4 Coverage and Acceptance Testing 1 50.00 $0.00 50.00 inc1t,ned in installation 0.00 0_00 5 Documentation 1 $ 31.25 $ 31.25 $ 3_.25 0.00 0.00 0.00 $ 31.25 6Other se';ices1hs) 0 0.00 O110 0:1 000 0.04 0-00 O.0C Training FrMWT-B 1Operational:raining MWT 3 2 User tra-r,ng MWT-3 3 Nlainterance nwnirg MWT-B 4 Otheriiisti Warranty / Maintenance WM-3 1 3yeartotal sytte nwarrenty/mantelanco after acceptance 1 l $C.00 60_00 52.00 $ 857.75 $ 857.75 5 857.75 5 857.75 SC.00 $0.00 5130 50.00 50.00 50.00 $0.00 5100 50.00 50: 0 50.00 50.00 5 00 $0.00 Se CD 511 X S0 X $0.0.0 50.00 S0.00 S0.00 1 3 yr warranty included 5600 $0.00 50.00 50.00 50.00 AU=At Determined by Proposer Total 5 50,17900 5 50,179.00 Total S 36,744.50 5 36,744.50 5 86.923,50 Attachment 6 - Pricing Schedule Page 20 EXHIBIT Cl - Negotiated Price Schedule CITY OF 1411A1'V1i, FL Contract No. RFP592382 Digital Microwave Equipment - BASE PRICING Hem 7 MWT-8 MrM-E MW'•8 far-8 MWT-B MPM-3 M1NT�Et MW E •9 �1WT-3 Digital Microwave i H50ar i-aop Coniig:ared Radio 2 Mt;itip(ex Equipment 3 _oop Switch (if appiicablej 4 Order w re, alarm and centrd 5 Power supaly and battery 6 Antenna System 7 P'ograriming 8 Spare Equipment PI st separately) 9 Other list)- Racssand Cables Engineering & Services Mr VE= 3 1 Sys.err ng.n�er`g M41rE5-8 2?rcjectManagement MWES-3 %MES-8 tv1WE5.8 MTWES-B ? WT•3 MWT•8 MWT-8 MINT-3 3 System Staging 4 Coverage andAcceptance -eating 5 Documentation 6 Other servkes ( list) Training 10peratioral trainirg 2 k_er tra,r:rg 3 Maintenance training 4 Other (list) Warranty / Maintenance WM1.8 13 ;ear total system warranty!'naintenance after acceptance AO =As Determined by Proposer Attachment 6 • Negotiated Price Schedule D++scouni Equipment Total City Unit Total Prue 1 $ 14.3852 5 14,385.00 $ 14,385.00 1 S 9,7E4,75 5 9,754.75 $ 9,754.75 0 SO.00 $O00 $0,00 1 $ 6,264.00 $ 6,268.00 5 6,263.00 1 $ 3,5 5.00 $ 3,515.00 S 3,5152 1 $ 15,205.00 S 15,2 5.00 5 15,205.CO t $ 267.50 $ 267.50 $ 267.5.0 1 $ 2,239,50 S 2,239.50 5 2,239.E 1 S 1,363,X $ 1,863.00 $ 1,863.CC 0 50 0 $0.00 5010 $800 31,25 $ 0.00 Sc.c 50.c10 50.00 SOW 1 3 yr warranty included Saco 50.00 SO.o3 Saco 31.25 $ 50.CO 50.c0 50:c0 $O.00 Site Name/location: CountyAdniin Building Installation Jnit Total Discount Total Price Discounted Equipment and Installation Total 5 2C,024.50 5 20.02450 $ 20024.50 $ 34,409.50 rc dedin MWT•31 $0.00 5 9,754,75 $O.00 5040 $800 SO.00 tcludedinMWT-81 $ • $ 5,268.00 $ 1,912:00 $ 1,912,00 $ I,912,00 $ 5,427.X. indudedinRESite Egt,ipAntenna =nstali $ 1,205.00 included inM9WT•B1 50.00 $ 2E7.50 $0.00 SO.cc 20.00 5 2,29.50 $0.00 SO00 $0.00 5 1,863.00 $0.t10 S 8,296.50 S $o.0 $ i.763,75 S $0 oo 5 3,e9C.T 5 $0.10 included in installation 31.25 $0.00 0,00 0.00 $0.1 $ $0.00 50.10 50.00 Total S 53,529,00 $ 53,529.00 857.75 $ SOX SO-00 SOS S0.00 $0.00 $0.00 1,235.50 $ 1,753.75 $ 3,890.X $ $0.00 O.00 857.75 $ SEM 8,u6.50 5 8,256.50 1,763.75 S 1,763,75 3,890.00 $ 3, Y0-On $1,00 $0.00 $0.00 5 31.25 0,00 0.00 857.75 S $0.00 $0.00 $0.00 857.75 50.Ce $0.O0 30.cc SC.00 Total $ 36,744.50 S 36,744.50 $ 90,2?3.53 Attachment 6 - Pricing Schedule Page 21 EXHIBIT C1 - Negotiated Price Schedule CITY OF M1AMI, FL Contract No. RFP592382 Digital Microwave Equipment - BASE PRICING ItemR MWT•6 MWT•8 6IWT-a M T.a Mt T-a 1vr -6 MWT-8 MWT-6 MWE5.3 MWES•8 hl4t`E's•8 Mt6E5.6 Mt'VES•8 M WES•8 Ml'4T-6 VWT-8 MliY•3 MWT-3 WM-8 Digital Microwave 1 H58 ar Loop Configured Radic 2 Mu tlplen Equipment 3 Loop Switch Iif appiicablei 4 Order wire, alarm and control 5 Power steel r and battery 6 Antenna System 7 Programming 8 Spare Equipment ills: separately) 9 Other 16St - Racks and Cables Engineering & Services 1 System Engineering 2 Protect Management 3 System Staging 4 Coverage and Acceptance Testi 5 Documentation 6 Other services (lisri Training 1 Operational training 2 User training 3 Maintenance training 4 Other (list) Warranty / Maintenance 1 3 year total system warrantylmainte nance after 3cafter aczeotance AO As Determined by Proposer Attachment 6 - Negotiated Price Schedule Discount Equipment Total Oty Unit Total Prise Site Name/Location: Park Place Installation Unit Total 5 10,616.25 $ 10.616,25 5 10,616.25 S 20,024.50 5 20,024.50 1 $ 4,754.75 5 9.754.75 5 9,754.75 included "n -10 6TWt-a l 0 50.S0.30 SEGO 50:1 50.00 1 5 6,258.00 $ 6.26100 5 6,268.M included inMwi--a1 1 $ 3,515.7v $ 3.515.52 5 3.515_00 5 1912.00 $ 1,912.00 $ : t 5 15.332.50 5 15892.553 5 15,391)50 5 2t1375.00 5 20,375.00 5 1 S 267.50 $ 267.50 $ 267.50 Worded in MWT•61 1 5 2,229.30 5 2,229.50 $ 2,239.50 50.00 50.00 1 5 1,863.00 5 1,363.00 5 1,363.00 SOLO 60.00 1 $0.00 $0.00 $0.00 1 $0.00 50.00 $0.0 1 SD_ca sag5a.00 1 So.ca saw saw $ 31.25 5 31.25 5 31.250 0.00 0.00 0.M. 5 8,296.50 5 8,296.50 $ 1,763.75 5 1,763.75 $ 3.890.00 $ 3,890.00 included in installation 0.00 0 CO s".CC 0.00 1 50.00 SC.X 50.0 5 1 $0.00 SC.S SOT 1 SOO SC. $0.C2 1 50.O3 5C.00 50.00 1 3yrwarranty included Total $ 50,4775 $ S0,447.75 0057.75 5 50100 50.00 ,0.00 $0.00 Discounted Discount Equipment Total and Price Installation Total S 20.02450 5 SC.00 $ 50 00 50.00 5 30,640.75 4,754. 75 50_ 0 6268,00. - 8,796.50 $ 8.295,50 1,763 75 5 1,753.75 3,390CG 5 3.390.00 000 5 0.00 5 0.0C 857.75 5 50.00 50.00 $0.00 $0.00 857.75 5 50.00 50.00 50.00 5000 31.25 0.X 357.25 50.01; 5Z.o0 50.00 $0.00 Total 5 57,119.50 $ 57,119.50 S 107,567.25 Attachment 6 - Pricing Schedule Page 22 EXHIBIT Cl - Negotiated Price Schedule CITY OF v1IANII, FL Contract No, RFP592382 Digital Microwave Equipment - BASE PRICING ftem4 Digital Microwave MWVT-B 1 1-55 or Loop Configured Radio 1 5 10,615.25 S 10,6'6.25 S 10,616.75 5 _ 20.024.50 S 20.024.50 M1WT•$ 2 Multiplex EoJipma„?fr.t 1 5 9,754.75 $ 9.75d.75 5 9.754.75 include $0.Ct MINT-8 3 Loop Switch i,f app1kc2 3; 50.00 5073 $0.00 _ 50.°C0 50.08 tPNT•B 4 Order;vire. alarm and control 1 $ 6,2E8:90 5 6,268.03 $ 5,253_M - included in M1WT. _ 50.88 IkINr.6 5 Power supply and batter? 1 $ 3,515.03 $ 3,515.00 5 3,515.03 5 1.912.00 $ 1.912.00 $ 1,912.00 M0WT-B 6Antenna System 1 5 I7,961.25 $ 17.361.25 5 17,961.25 rcudedinRFSite Equip Anten"a Install MWT-8 7'rogrammirg 1. 5 267.50 $ 267.50 5 267.50 nc+uded mn 1/WT-81 5100 M1e,+'-8 8 Spare Equipment Fist separate'y) 1 S 2,239.50 5 2.2$9.50 5 2,299.' 0 $0.00 $C.00 50.00 MPh17-8 9 Other t is.0 - Racks and Cac'es 1 $ 1,563.0C 5 1.863.CC 5 1,863.188 50.00 50.80 50.00 Attachment 6 • Negotiated Price Schedule Site Name/location: Wells Fargo Discounted Discount Discount Equipment Equipment Total Installation Total and Unit Total Price Unit Total Price Installation Total 5 5 $ 5 $ 30 c4C.75 9,75475 6,15&'Xi 5,427 03 17,56125 267.50 2,23950 1663.0 Engineering & Services MINES-8 1 System Engineering 1 0.80 0_03 0.C,0 $ 8,296.50 $ 8295.50 5 8.295.50 5 3 2 6.50 MiWES•B 2 P•ojectMlanagement 1 0.00 0£0 0.M $ 1,763.75 5 1,763.75 5 1,763.75 $ 1,753.75 M7NES•B 3 System Staging 1 0.00 0.CO 0.8 $ 3,890.00 $ 3,890.00 $ 3.890.00 $ 3.850- MiW'ES-8 4 Coverage and Acceptance Te.a'g 1 0.00 3.03 010 included in installation IOC Ou; M ES•B 5 O caneration 1 S 31.25 - $ 31.25 - S 31.25 $ O.CO 0.00 5 31.25 MWES-B 6 Other servicos (isti 0 0.00 01 0.0€; 0.03 0,00 0.00 OIC. Training MWT-3 1 Operational trashing 1 50-08 SC 00 $0.00 5 857.75 5 857.75 S 857.75 $ 857.75 MT-3 2 Jser training 1 50.00 $C.CO $0080 0.M O.;.0 0.00 au: MINT-3 3 Maintenance training 1 $0.00 50.00 SO.CC 0._0 0.00 0.00 O.CC- 5 V 7•3 4 Other (list) 1 $0.03 $0A0 $0.X 0.00 0.0C 0.00 O.00 Wtvt•8 Warranty / Maintenance 13year total systemwarranty/malntenance after acceptance 3 yrwarranty included 50.11 0.00 0.00 C.00 0.00 AO=As Determined by Frcpoaer Total 5 52,516.50 5 52,516.50 Total 5 36,744,50 S 36,7450 $ 89,261.00 Attachment 6 - Pricing Schedule Page 23 EXHIBIT Cl - Negotiated Price Schedule CITY OF MIAMI, FL Contract No. RFP592382 Attachment 6 - Negotiated Price Schedule Digital Microwave Equipment - BASE PRICING Site Name/Location: Fire College Crscountep Discount Discount Equipment Equipment Total installation Total and item: Qty Unit Total Price Unit Totat Price i nstalration Totat Digital Microwave MV-E3 2 liS8 or .00p Configii red Radio i $ 10,616.25 $ 20.616.25 5 10,51.5.25 $ 20,024.50 $ 20.024$0 $ 20,024.50 5 30,540.75 NIWT-B 2 Multiplex Equipment 1 $ 5,754.75 $ 9,754.73 5 9,754.7$ IT:lip:ad in (Alfri43.1 $(3.0 $ 9.754.75 Mil.EVT-8 3 Loop Switch (if applicable) 0 $11.00 $0.133 $0.00 $0.00 $C.00 50.00 50.C1) IMWT-E 4 Crder wl re, alarm and itonriol t $ 6,268.00 5 5,26800 $ 6,263.00 included in MYV-B 1 50.00 $ 6,263,03 MAAr1-8 5 .)ower supory and batteof 1. 5 3,515.03 $ 3,515.60 5 3,515.60 $ 1,912.00 $ 1,5.12.00 $ 1,912.00 $ 5.427.03 NW-8 6 Antenna System 1 $ 15,780:C0 5 15,780R 5 15,7800 included in RF Site Equip Antenna liEsl7i i $ 15,780.00 MILEMT-6 7 Programming 1 5 257.50 $ 267.50 S 257.50 included in M41/7-3 1 SOB $ 2E7.50 MINT-6 8 Spare. Epsilon/at ((ist separately) 1 $ 2.235.50 $ 2,239.50 5 2,239.50 sax sax sue S 2,239-50 IvIlAfT-B 9 Other (list) - Racksand :Tables i 5 '1,863.00 $ 1,853.00 5 1,893.00 $0220 50.00 'SCR $ 1,8631)0 Engineering & Services mwEs-a 1, System Ergineering 1 50,00 5O.30 $0.01) $ 8,255,50 $ 8.296,so $ 8,296.50 5 8, 295.5.0 MWES-B 2 Project MartagemenL t $0.00 50_00 sace s 1,763.76 $ 1,763.75 $ 1,763.75 $ 1,763,75 225E5-6 3 Sy -stem Stag:Enq 1 50.00 50.02 5.0.3r...' 5 3,890.00 5 3,893,03 $ 2,850,(30 S 3,890.03 !E 2103ES•6 4 COverage and Acceptance Teskg 1 50.00 $022(3 $0..00 included in installation 50320 SUM MESE B 5 DorLurnentation t $ 31.25 $ 31,25 5 31,25 50.1)0 $0. 00 %CO $ 31.25 WES- & 5 Other services (list) 0 0.00 000 0.00 0.0(3 0.0(3 0.90 0.E1 Training 3 1 Operational training . .E. 50,00 S0.00 503C 5 857.75 5 857.75 $ 857.75 $ 857.75 MWS-B 2 jser f ra i nr ng E., $0.00 SC.00 $0.03 50.0C $0.00 5000 50 CO hilViria 3 Maintenance training $0.00 542)0 541CC 50.130 50.00 50100 50.00 mityr-B 4 Other(iist;• SOZ, 50.00 SCA 50.3(3 50.00 $0,CC $0,1:0 Warranty / Maintenance WM-B 13 .1m 3r totai system warranty/maintenance after acceptance 1 3 yr warranty included 51.00 5:1,00 5o.00 $0143 50,0D AD= As Determined by Proposer Tot ai 5 50,335.25 5 50,335.25 Total $ 36,744.50 5 36,744.50 5 87,079.75 Attachment 6 - Pricing Schedule Page 24 EXHIBIT Cl - Negotiated Price Schedule CITY OF MIAMI, FL Contract No, RFP592382 Attachment 6 - Negotiated Price Schedule Digital Microwave Equipment • BASE PRICING Site Name/Location: Police Department Item: Digital Microwave MINT-8 1HSBorLoop Configured Radio 1 S 14,385.00 $ 14,385.00 S 14:385.00 5 20,024.50 S 20,024.50 5 20,024.50 5 34,409.50 MWI-8 2 Multiplex Equipment 1 $ 9,754.75 $ 9,754,75 5 9,751.75 included in NIVF-81 $0.00 $ 9,7$4.75 • MWJT-B 3 Loop Switch (if appii-able) 0 sax $O.JO $OoCO $0.00 5c.00 $O.00 50.00 MWT-B 4Order wire, alarm and control 1 $ 5,258.x S 6,258.00 5 6.268.W incecledinMV17-B1 SO.CO $ 5,268.00 41§vT-8 5 .Power supply and loattery 1 5 3,505.00 5 3,515.00 $ 3,51510 $ 1,912.20 5 1,912.00 5 1,912.00 $ 5,427. ' 44WT-8. 5 Antenna System 1 5 16,152.50 5 16,152.5C $ 16.152.5.0 incli.dedinSFSite Equip Antenna Instals $ 15,I5150 • MWT-3 7 Programming 1 $ 257.50 $ 267.50 5 267.5C inducted in MWT-81 50.00 $ 267.50 Mk7-3 8 Spare Equipment(listseparately) 1 $ 2,239,50 $ 2,239.50 $ 2,239.50 S0.00 50.00 $0.00 $ 2,239.50 rvi41rT•3 9 Other (list) - Racks and Cables 1 $ 1,863.00 $ 1,863.00 $ 1,863.CC sax $0.00 $0.00 5 1,263.00 Discounted Discount Discount Equipment Equipment Total Installation Total and Qty Unit Total Price Unit Total Price installation Total Engineering & Services MWE5.3 t Systeri Eli nee,i rg 1 50.0 50.00 SUL 5 8.296,50 5 8.296.50 5 8.296.50 $ 8,29.650 14WE5-8 2 PrcectManageTent 1 5000 $0.00 SECO 5 1,763.75 5 1,753.75 $ 1,763.75 5 1,763.75 h13,VE5-B 3 Sy m Stag rig 1 $.00 50.00 50:00 $ 3,39C.00 $ 3.390.CC $ 3.890.7} $ 3.89 .x Aeiwcs-3 4 Coverage and Acceptance Testing 1 Sao) 50.00 $0.00 inducted in installation $O_C0 $0.00 AWES-8 5 Documentation 1 $ 31.25 $ 31.25 5 31,25 SC.00 50.00 50.00 5 31.25 MWES-6 6Other services )list) 0 SO.00 $4.00 50.08 $0.00 50.00 S0.00 $0.00 Training WNV`-B 1 Operational trap rg tvfWT-B 2 User tra ring VIWT-$ 3Maintenance :r:,ur.ng MT-8 4 Other ll,st) Warranty / Maintenance WM-8 : 3 ;tear total system warranty/maintenance after acceptance 1 $ 0 CO SO.07 50.03 5 857.75 $ 95715 5 357.75 $ 857.15 1 50.C3 50.00 SOB SO.CO 50.00 Sow Saco 1 5tico 53co Soto Saco Sox 50.aa Saw 1 50,00 $1a7 50.00 50.00 Saw Sam Sam 3vrwarranty included 5O00 S0.00 $0.06. S9.00 50.00 AD As Determined by Prapcser Total S 54,475.50 5 54.476.50 Total $ 36,744.50 5 36,744.30 $ 91,221.00 Attachment 6 - Pricing Schedule Page 25 EXHIBIT C1 - Negotiated Price Schedule CITY OF MIAMI, FL 800 MHz DIGITAL P25 PUBLIC SAFETY RADIO NETWORK RFP592382 APPENDIX F - SYSTEM PRICING SUBMISSION FORM Digital Microwave Equipment - BASE PRICING Item # Digital Microwave MWT-5 1 .4.584rtoon Configored Radio 1 5 4615.25 5 10,616.2$ $ 10,515.25 $ 20,324.50 $ 20.02430 $ 20,024,50 MWT-8 2 Multiplex Equiphent 5 9.754,75 5 975,1.75 S 93E4 75 ncluded in MWT-B 1 $0.03 MINT-2. 3 Loop Switch Of ape icah'e) a 50.00 SCA $0.1:0 $0.20 50.00 61100 MVuT 3 4 Order Wire, ala tin a nd control 1 $ 11268250 $ 5,2E21113 5 6,2138.00 indoded r Warr-E. 1 $0.00 MrArr-8 5 P,.3wer stiopJ y and battery 1 S 1515.00 $ 3,515.0C $ 3,515,12C 5 1,91-2A 5 1,912.CO 5 1,912.00 MIlaT-B 6 Antenna Systcr 1 $ 16,617.50 $ 15;617.50 $ 16,617.50 included :,n RP Ste Euuip Antenna lime 'AVr-6 7 Programming 1 5 267.5,0 $ 267,50 $ 267,50 innlJde.r.f le myr.19 1 MWT-3 g Spare Equipment il1st separate ,i) I 5 2,239.50 $ 2,235:50 $ 2,239.50 $0.26 50.0C MWT-9 C. Other (list) - Rack a ynd Nilei 1,_ 5 1:863.00 $ 1,863,00 $ 1,853.T $0.00 SCA 511000 $0.CQ 5050 Site Name/Location: Fire S18ti0n 9 Discounted Discount Discount Equipment Equipment Total Installation 101111 and Qty Unit Total Prise UnA Total Prict Installation Total 5 5 30,64,7s 9.754.75. 30 6,2138.5C. 5,427 OC 16,617.50 267.$0 2,2,19.$0 1,8E3.00 Engineering & Services vl'NE5-3 1 System ENweerFQ 1 %CC SCR $0,50 $ 8,296.50 $ 8,296.50 5 8,250.15 s 8,295.50 NIVVES-3 2 Proiect Management 1 $0.00 50.I10 S0.50 $ 1,353.75 5 1,76.3.75 $ 1,763,75. 5 1,763.75 MWES-B 3 System Staging 1 $.0.50 $1100 $0.00 $ 3.,890.00 $ 3,806oe 5 3,330.00 $ 3,890.00 JAVE.5-B 4 Cove'age and Acceptance Testmg i $0.05 55.03 5050 !ne,u(led!ri insaltatier, $000 SOLO PAVES- B 5 Documenteton 1 6 31.25 $ 31.25 5 31.25 50000 SO CO 50.00 $ 31.25 MkNES-B 5 Other services (list) 0 6050 $0.00 $0.00 5C.00 $0.00 SCR $0.X Training miNT-Lk1 Cr.)erational- ANIT-B 2 Uier tranTEng M11VT-0 3 Maintenance wining 4 Other 1,115tl 1 $0.00 $0.50 $050 5 8.57.75 $ 857.7$ 5 857.75 5 S57.75 S0.00 50.00 $0,00 50.00 $000 $0 X SC CO $0. C,C,, SC.CC $0.03 $C,C0 50.50 6530 5400 $0.00 $0.00 -PR S0.51 $000 $0,30 $0.00 Warranty / Maintenance 3 year tatai system warrantylmaintenanCe after acceptance 1 included 50.50 $0.00 $0.00 AD,. As Determined Sy Proposer Total $ 51,172.75 $ 51,172.75 5000 50.00 Tina! $ 36.744.$0 $ 36,744 5,7: 5 87,917.25 Attachment 6 - Pricing Schedule Page 26 EXHIBIT C1 - Negotiated Price Schedule CITY OF MIAMI, FL Contract No. RFP592382 Digital Microwave Equipment - BASE PRICING tem Whivi WSiv1 Attachment 6 - Negotiated Price Schedule Site Name/Location: ALL Discounted Discount Discount Equipment Equipment Total Installation 'total and Digital Microwave 6ty Unit Total Pncs unit Total Price Instaliadon Total Warranty / Maintenance Year 4 4 1 year system hardware warranty/ maintenance (y4ar4i 1 $ 25,93LS0 $ 25,431.50 5 25,931.50 $0.00 5004 SD1a7 $ 25,431.50 4 1 year system software warranty/ maintenance 1year41 1 included In hardware price $0se $0:00 SO.Cr- 50.x So.Co 4 e ye2rsystent-iabcrwarre.r.ty' maiiitenaniiie iyear it) inciuded in nard'wate price Sc,C: 5t}.) $000 $v 0i $'r..Co Warranty / Maintenance Year 5 WH 41 5 1 year system_ hardware warranty/ maintenance Naar 5) _ $ 26,70.50 $ 26,709.50 $ 25,709_50 $0.00 $0.0,Ci 5000 5 26,709.$0 WSM 5 1 year system software w arrantp/ maintenance (year 5) _ included in hardware price %CC $0.0? 50. ; 56171 50-CO Wi.M 5 1yearsystem tabor' warranty/ maintenance (year 5) includ din hardware Brice S0.C6 $0. 0 $0.00 5(166 Warranty / Maintenance Year 6 !h'Fltu 5 year sys em hardware warranty/ :maintenance (year 6) ^NStMI 6 1 year -system software was;anty/ maintenance (year 6l N L9i 6lyea rsy_ er laourwawarn/ maintenartce (yeear61 27,513.75 $ 27,51075 $ 27,510.75 $0.0' 50_00 50.00 $ 27.1075 included :eha3iwareprice O. $Cr<11 ADD $0.' intruded in hardware price S0,00 sato tic °o $aoc $0.o1 soon Warranty / Maintenance Year? WN€vi 7 1 year s/Stern �ardware waranty/ maintenance (year 71 1 S 29,336,v0 5 28,335M $ 25.33000 $0.1)l $0.'S; $0.10 S 23,336-Cti WSM 71 year system software warranty/ — maintenance (year 7 1 intlo0ed in hardware once $0600 50. 0 60 0.en 1 n $-. $L...D 5� W1M 71year system labor warranty/ maintenance (year 71 1 included in harddware price $6.00 $1,1:C0 $a:02 S0:?1 5(.60 AI3=As0etermanedby Proposer Tvtai 5 108.407.75 $ 100,487.75 Total 5000 $0.00 5 100,487.75 Attachment 6 — Pricing Schedule Page 27 EXHIBIT C1 - Negotiated Price Schedule CITY OF MIAMI, FL Contract No. RFP592382 Attachment 6 - Negotiated Price Schedule Digital Radio Console - BASE PRICING Site Name/Location: Pclice Department Discounted Discount Discount Equipment Total Installation Total and Price Unit Total Pace Irstal'ation Total Item 4 8CC-0 8DC-O 89C-0 81C-0 8CC•0 80C-0 8DC-0 BCC-0 8KC•0 13DC-0 8DC-0 8DC-0 8DC-C 8DC 800.0 8C't-0 8L1C-0 8CC-0 8CC-0 A&C-0 A&C•O A&C-0 A&C.0 A&C-0 A&C-0 A&C•0 A&C•0 Radio Dispatch Console System 1 Console Operator Position pocall 2 Console °aerator Position (remote) 3 Console System Controller 4 Logg:ngRecorder Interlace 5 Spare Equipment (list separate.!'d 6 Microphone - gooseneck 7 t•5yraonone - desktop 8 'vticrrohone - condenser 9 Addttiorai audio speake• 10 Other (1st) • VIDA P$AP Connect 11 Other (list) - Headset 12 Other )listl-lackbcx/Adaater 13 Other (list) InterOp Gateway N/8TP's 14 D gital Voice Recorder Syste m 1S Other ('ist ° - Single Foetswitc9 15 Other i list) - Backup Control Stations 17 Ct6erlasil UHF Control5tttionw/Ant Sy' 18 Other (list) - Control Staton Ant System 19 Other (list) - Control Seaton Combiners Alarm and control 1 workstation pcs.tmn (focal) 2 Workstation position-(-erro°eJ 3 Optional protocols IlistJ 4 MSE 5 RR; 6 Spare Equipment (list separately) 7 Training 8 Other I llstl - VIP Console. soft oere only AD =As Sete rmined by Propose, Equipment Rty unit Total 16 S 62,065.09 $ 993,040.00 $ 734,849.60 5 1,2CO,C0 5 19,200-00 5 15,200.005 754.049.60 0 S0.03 SCR $000 SO.00 50.00 Sate 50.00 5 7,322.00 $ 7,322.00 5 5,41&28 50.0 SO.00 50.00 5 5,418.28 include in Item 1 Su.a. Saco $O.CO 50.c0 50.00 1 5 39,895,00 5 39,895.00 $ 29,522.30 $0,C0 SOW 50.00 $ 29,522.30 16 S 372.80 $ 5,954.80 $ 4,413 95 SO.00 50.00 50,00 $ 4,413.95 0 S 24.30 5.00 $e-CC 50.00 $0.00 50.00 5000 0 50.00 SOX SO.x $003 50-CC 50.]D ZOO 32 5 25 5.00 5 9, 4)C C.$ 6,985.60 Saco 50.00 $0.10 5 6,585.60 1 5 267,53.00 $ 267,50.1.00 $ 197,952.96 SC.00 5110 50.00 5 197,95296 16 S 280.00 5 4,480.00 5 3,313.20 50.e0 50.30 50.00 $ 3,315.20 48 5 1,0000C 5 48,000,00 5 35,520.00 5000 $0.30 S0.03 5 35,520,00 1 5 54,017.50 $ 54,01750 $ 39,972.95 $0.00 $0. 50,00 $ 39,972.95 r 1 S 237,269.00 $ 237,269.00 'S. 237,269.00 included in equipment pri S0.00 $ 237.269.aal 16 $ 255.00 $ 4,083.00 5 3,019.20 5030 $003 50-00 $ 3,019.2C 15 5 7,68S-O5 $ ii7 9E0.5C S 9C,990.41 5 BCC-00 5 12,30C a0 5 12,8C0.00 5 103.790.4C $ 6.383.00 $ 5,353.00 5 4,723.42 $ 10,187,53 S 10.187.93 5 10,187.50 5 14.913.92 $ 27,800,50 $ 27,300.30 5 25,020.45 5 10,187.50 5 10.187.50 5 10.187.50 5 15.207.95 3 loci udeiinControl StaionAntenna System Price $0.03 $0.00 $0.00 $0.00 Priced in Radio lnfrastr-cture Equipment Sites Priced in Racio Infrastructure Equipment Sites 0 $0.00 50.00 $0.20 1 Ir.:ludedto item 5C-81 50.03 1 inc!cded in Item 4R-110 50.3' 1 nclr,deeinitem 3CC-05 $0e0 1 $0.30 50.00 SO: ? 5 4 $ 7,660.00 5 30.64000 5 22,613.60 Total 5 1,858,795.3' 5 1,441,646.91 SOAR, 3 50.00 $0.c0 50.00 50.05 50.00 Soso Saco 50.00 5000 50.00 50.00 $e.c0 sax 50.00 50.00 Saco $0.00 SC.00 50.CC 50.00 50.00 $0.00 50.00 19,950.00 5 19,950.00 5 19,950.00 5 19,95030 SC.00 SO•CO 50-00 $ 22,5573.60 Total 5 72,325-00 5 12,325.00 5 1,513,97191 Attachment 6 - Pricing Schedule Page 28 EXHIBIT Cl- Negotiated Price Schedule CITY OF MIAMI, FL Contract No. RFP592382 Digital Radio Console - BASE PRICING Item c 8CC-0 8GC•0 80C-0 8CC-O SIX-0 80C-O 80C-0 8000 8CC•0 80C-0 80C-0 80C•0 8CC-0 8CC-0 80C•0 80C•0 A&C-0 A&C-0 &C-0 A&C-O A&C•C A&C-C A&C-C A&C.0 Radio Dispatch Console System 1 Carsoie Operator Position recall 2 Console Operator Position Irentote) 3 Console System Controller 4 Logging Recorder Interface 5 Spare Equipment (list iepatateiy 6 M:roplrore - goosenecx 7 microphone - desktop 3 Microphone condenser 9 Additional audio speaker 10 Other (list) - VIDA PSAP Connect 11 Other (list) - Headset 12 Other. (list! - JackbcxiAdapter 13 Other (fist) - Backup Centro S atiols 14 0 her (list) -Control Stator Ant System 15 Otter (list) - Single Footsw ton 15 Jther {list) - Control Station Combiners Alarm and control 1 Workstation position (local) 2 Workstation position (remote) 3 Optional protocols (list) 4 MIS 5 RTU 6 Spare Equiprr,ert [list separately) 7 Training 8 Other (list) - VIP Corsoie:software only AD= As Determined by Proposer Attachment 6 - Negotiated Price Schedule -ti 9 0 1 1 1 9 0 0 18 0 9 27 9 1 9 Equipment Unit Total Site Name/Location: fire College Discount Total installation Price Unit Total $ 62,065.00 $ 558,585.00 $ 413,352.50 S0.03 $0.00 50.CD $ 7,322.10 $ 7,322.00 $ 5,418.28 include in Item 1 Saco include to Police Department Location 5 372.80 5 245.00 Saco $ 295.30 5 267,50400 $ 280.00 $ 1,10.00 $ 7,585.00 $ R084,50 $ 255.00 3,355.20 S 2,482.85 SO.00 $00X SO.00 SO CC 5,310.10 $ 3.92940 - $ 2,520.00 $ 1,364.3C 27,CCO.00 $ 19.920.X 69,165.00 $ 51,182.10 19,084.50 r$ 17,176.35 2,295.00 $ 01698.33 2 Included Control Staion Antenna System Price $ 1,200.0C $0.00 SO.CC 50.00 50.10 $0.20 50.20 $0.)0 50.C3 50.03 Sow Sore $0.c3 $0.00 50.00 $000 $ 10300.10 $O.O3 So. SO. Saw Sao 50.E Saw SO.00 So:00 Se:co S0_10 $0.LL So.co Saw Saw 1 Priced in Radio In€rastn _tune Equipment Sites $02 $0.00 1 Priced :nRadio Infrastructure. EquipmentSi:es SO.00 S0.00 0 50.00 $0.33 MOO 50.CO %00 1 included in its( SC-131 ZOO ZOO 50.00 1 included in Item 48-613 $0.00 $0.00 Saw t included in Item 8DC•05 5000 $0,00 $3.00 1 included in training pce on previous page (Police Deparntet) $1.00 0 Oty4Vtaconsoies includedfor Poticeanpne:louspage )PolieDepartment; tern A&C-0 8) Total 5 594,636.70 $ 517.34.68 Dist um Total Price 1r0,80J.0 Saw Saco SO. CO t$0.00 7u-00 $C_00 SC.00 50.c0 $0.00 50.00 $0.00 $0.00 $0.00 SC.00 50.00 Sao Saw Sax $0.00 $0.00 50.00 Discounted Equipment and Intonation total $ 424,152.9C SC.10 $ 5,418.26 $0.CC $0.10 S 2,482.85 50.03 $O.CC S 3.929.40 $0.00 1,864.80 5 5,38100 $ 5 17,176.05 $1,598.30 Saw 50.00 SO.00 Saw 50.€0 $0.CO Sow So.00 $0.CC Total 5 1D,saa.0D 5 1a,8c0.00 $ 527,884.33 Attachment 6 - Pricing Schedule Page 29 EXHIBIT Cl - Negotiated Price Schedule CITY OF MIAMI, FL Contract No. RFP592382 Remote Site Facilities - BASE PRICING Item0 R5.3 R5-B R5-B RS-B R5-a R5.3 RS-3 RS-a R5•B RS-B R5-3 R5-3 R5-B Rs -a R5.8 as -a R5-B R5•3 Site Facilities 1 Site Prepa ration and finishing _ Tpwer • 125 ft Monopole 3 Fencing 4 0raunctng 3rd surge protection 5 Prefabricated shatter 1125 201 6 Emergency Generator and fue' system 7 Transferswltcn S LIPS and baste Pea 110 KVA) 9 UPS and batteries (2013VA) 10 UPS and batteries (30 KVA) 11 Site alarm, security and monitoring system 12 Pregramrning 13 FAA Study / FCC A5R Reg 14 Structural Anarysis - If needed 15 Soil Resistivity Testing 15 Permitting 17 Other (list) • DC Power la Other(list) AD, 4s Determired by P Odoser Attachment 6 - Negotiated Price Schedule Equipment aty Unit Total 0 O 0 0 0 1 3 1 0 t 0 included in Grounding price 201,762.70 60.CC $ I00320.00 50.00 SO OD SOW 50.00 SOW $ 23,125.0C SO CC Irciuded in Grounding price irduded •n Drawing Package_ price net required included in Drawing Package once Included in Drawing Package once 5 16, 395.00 5 16. 395.30 50.30 $0_00 Discount Taut pneo Site Name/Location: Fire College Installation Unit Tool $0_30 $0_00 S 201761.50 5 201.762.50 included In tower price SOOW Sa20 S0;00 5 10.000123 5 10.000.50 SO.00 50.00 50 on 50 CO 50.30 50.00 50.00 SO. CO 50.90 S0.00 50.00 SD OD SO: CC 50.00 S0.00 $0,00 5 23,125.03 5 23,125. W 50.30 5090 50.012 50.<Xl 50.30 SO.:30 50.33 SO..'t0 SC.C3 5o.10 Sam 50 00 S 16.395.00 5 15,531 25 5 SO_00 50i00 Total 5 551,252.50 S 251.23i..5o Total 5 Discounted 0iscmunt Equipment Total and Pace installation Total SO.00 50.00 $0.00 50.00 $ 201,762.50 $0.00 SO.CO MOO S0.00 S000 5 10.Ct0.00 50.00 50-00 50-00 50.00 50:00 $0.00 50.00 $0.20 $Dim 50.30 50.00 SOCO 50,00 50.00 5010 50.20 523.125.00 SD.00 50.30 SO.00 MCC SO.CO 50.33 $0;c0 $9.00 50.03 50.30 $0.00 5,2.39 SO.00 50.00 SG-OO SO.CC SO.00 $0.00 15.631.25 5 15.63.1..25 5 32.026-25 50.00 S0.20 10 03 15,631.25 5 15.031.25 5 266,9113,75 CITY OF MIAMI, FL Contract No. RFP592382 Remote Site Facilities - BASE PRICING limns R5-B R5-B RS-9 R5-B R5-B RS-B R5-B 115.41 RS-B R5.B RS-B R5-3 R5.3 RS-B R5-B es R5-B 1 Tower 1=enci.g 3 Grounding and surge protection 4 Prefabricated shelter (12 r 20) 5 Emergency Generator and furl system 6 Transfer switch 7 UPS and batteries 110 KVA) B UPS and batteries (20 KVA) 9 UPS and batter es 130 K'7A1 10 Site alarm. security and-nlnrtoring system 11 Programming 12 FAA Study / FCC ASR Reg 13 Structures' Analysis - IF needed 14 Soil ResistivityTesting 15 Permitting 16 Other [list) 17 Other (list) AD -As Dee Attachment 6 - Negotiated Price Schedule Equipment thy Unit Foul O SC.00 O SC. 0 1 5 10,0CC 00 0 0 0 0 O 0 0 50.30 SC.30 SO DO 50.00 50.00 $0.00 50.00 SO.00 5 10:CK;0.00 S000 SO.00 $0.CR 50.0.1 SD-0 SO.00 SO 00 $0.00 ncluded 1n Grounding price included In Drawing Package price 5 5.437 50 5 5,937.50 induced In 0rawing Package pace Induced n Crowing Package price SO-00 S003 50.150 SC W Discount Total POLO 53 30 Sv".00 s 10.M0.?e 5 SC D0 50.00 SO,OX %1 CC $0.ec 50.00 $0.00 SO.00 $0.30 $ 5,937.50 50.00 SO CO SO 00 SOW Unit Site No Police DepartlnOrtt Installation 50.00 50.00 $0.00 S0,00 SO.00 50,00 50.00 $0.00 SO.00 50.00 50.00 50.00 50.30 50.30 50.30 50:70 Total 5 SC.73 SC.I? 50.00 sem Saco Sow 50.c0 50.00 50.10 S0.00 50.00 $0.00 S0.00 50.00 SO 30 Sa00 Discounted Discount Equipment Total Rice 5 50.00 50.00 $0.00 50.00 $0,00 50.00 50.00 50.30 50.00 $0.03 50 00 $0.02 50.00 50 dill 50.30 51100 and Installation Total 50.00 50.00 5 10.000.00 50.00 50.00 S0.3e so 54 r0 30.00 SO.00 SO.00 50.00 $ 5,937.50 50.01 $0.00 S0,00 50-00 • 5 15.9337.5C 5 15.937.59. .hi' 5 5 - 5 15.937-5C H1CaU1111U1lt U - ri It,lrly Schedule Page 30 EXHIBIT Cl - Negotiated Price Schedule CITY OF MIAMI, FL Contract No. RFP592382 Remote Site Facilities - BASE PRICING RS-8 AS-8 RS-B RS-8 R5. 3 R5-3 RSa R5-8 5-B RS-3 5-5 RS-3 R5.5 ass R5-B ea-3 eS-3 R5-3 Site Facilities 1 Site Preparation and finishing 2 Tower 3 Fencing 4 Grounding and stage protection 5 Prefabricated shelter (12 ■ 201 6 Emergency ieneratorand fuel system 7 Trarfe•switch 3 UPS ann 'acre nee i 10 <VA) 9 UPS are aaste"es i-0 Oa) 10 UPS and bottaces 130' 4VAI 11 Site alarm. security and marr coring nyste.-n 12 Programming 13 FAA Study FCC ASR leg 14 Structural Analysis • If needed 15 Sul Resistivity Testing 16 Perm,tung 17 Other (list) - DC?ow: sr 18 Other Wet) AD As Determined by Proposer Attachment 6 - Negotiated Price Schedule City Equipment Unit Total 1 S 4,375.20 5 4,335.00 $ So CO Se00 C SO CO $0.00 $ 13.750.00 5 13.75000 3 O $O.D0 S000 O $0.00 50,X1 0 $O.00 50.00 0 SO IX 5030 O 50.X1 50.20. O 50.00 5303 O 50.E 53.00 1 included in Grounding Price 1 included €n Drawing Package price 1 $ 5.337.50 $ 5,937-50 5 included in Drawing Package price 1 inducted in Drawing Package pate 1 5 2.397,50 5 22,397.50 5 0 so Do sate Total Discount Total Pnce 375.CC 50 Xti $00O 13 750.00 5002 SC 50 CO SC Ct: 50.00 50.00 50.00 S0,00 50.00 5 937-50 50-20 50.00 22.397 50 50.00 46.46000 5 46.460.00 Site Name/Location: Fire Station 3 enstdla1ian tine rota SC30 S0 00 Se ao 5o C0 $0.00 50.00 50 CO $0.00 50.00 S0.00 50.00 50,00 53.00 50,C0 SO CO 53.00 5 16.163,75 $0.00 So.00 5000 50.00 50_03 50.00 50.00 50.E 50.00 S0.00 5003 50.00 SO 50.00 S0.x 50 XI SO.33 $ 16,'68.7-s SO.'00 Total $ Discount Total Pnco 50.00 50,990 50.00 SO CO $0.00 50.00 00.00 50.00 SOX SO.00 50.03 SC.00 SO CD 5.7 ro Sa. O 50.00 5 16.153.7S 5.0.0? Discounted Equipment and installation Total S rt, i75.00 50 00 SO of 5 13 750 00 $0.40 S0, 00 SO-13l 5C00 $6.00 50.00 54.50 S0.03 S0.00 $ 5,337.50' $0,00 50.00 5 38,566.25 $0.00 16,153,75 S 16,13.8.75 5 52.623.75 CITY OF MIAMI, FL Contract No. RFP592382 Remote Site Facilities - BASE PRICING l tema RS-0 A`-3 RS•B AS-5 A5-5 AS-3 RS-3 30.3 Ba3885 RS-FiS-RS-RS-B es-e RS-e R5-U Site Facilities 1 Situ Preparation and Towelling 2 Tower 3 Fencing 4 Grounding and surge prntectron 5 Prefabricated shelter (12 a 201 6 Emergency Generator and €ueI system 7 rranafer uvitrh 8 UPS and batteries 110 <VAI 9 UPS and batteries 120 <VA€ 10 UPS and batteries (30 eVA1 11 Site alarm, s=c).4rityand man toreng ayscam 12 Programming 13 FAA Study! 3CC.45R Beg 14 Structural Analysis - er needed 1S Sod Resistivity Testing 16 Perorating 17 Other(Iiitt - DC Power 18Other rtist) AID nAs0etes�--. Attachment 6 - Negotiated Price Schedule City Eauipmant unit Tata! Discount Toler Price Site Name/Location: County Ad in Building Installation Unit Total O sow 5o L-a so.0o 50.00 O So _o SO CO 50.133 $0.20 O SOco5o co S0 00 SO 30 1 5 13, 750.03 5 13,250 X 5 13.750.00 50 00 O 30 CC $0.00 SO 00 50.00 0 50.CO SO XI $O.DO $0.X1 a scut se m so 00 50.c0 O Sa.x SO.-X $n.00 Sc.00 O 50.00 50.X SO.CC SC.00 O 50.03 SC.00 St .DC 50.07 O 50.60 50.00 50.00 $0.00 1 included in Grounding price 50.00 $0.00 1 .nciuded it D. owl ng Package once 60.00 50.00 1 5 5-937 SO 5 5;937 50 5 5,937.50 50.00 1 included n Drawing Package price S0.00 Sono L included =n Drawing Package price SO ..00 S0.00 L 5 15,79175 $ 11),733.75 $ 16,733.75 $ 15,331.25 5 O 50.00 EOM SO CO $0.00 SO CO 50.2r, 50.03 53.00 S0-00 SO. CO 50CO $3-.00 SO CO 50.fj0 'So CO 50 CC So co 50.CC SO.00 15,881.25 50.Co Discount Tata! Price SO.30 56 r 5003 SO CO SO CO $0.01) 50 -err 50.00 Sa:ns- $0.00 SO 00 50.00 53.00 50.00 50.00 $e.03 $ 15,331,25 S0.00 Olecounted Equipment and Installation Total SO CO 50.00 S0.00 5 11750.00 50.00 30.170 50.00 50 CC 50.00 SO.DC $0.00 50.00 $0.70 5 5.937,50 $0.00 50.00 5 32,665.00 S0.00 Nierriegis $ 36.471,25 5 _ 36.875, 5 Tsppeniii 5 1032125 5 15.031.70 52.3526,0 AtC7Unmentlo irking Schedule Page 31 EXHIBIT Cl - Negotiated Price Schedule CITY OF MIAMI, FL Contract No, RFP592382 Remote Site Facilities - BASE PRICING item# RS-3 R5-9 RS-8 RS-B 115-8 As-B R- e R5-9 RS-3 Rv 3 R5-3 RS-3 RS-3 RS-3 RS-3 R5-B R5-9 Rs -a Site Facilities 1 . le Preparation and finishing 2 Tower 3 Fencing 4 Sroundi,g aria Jorge protection 5 7relatJri.--.aled shelter (12 a let 6 Emergency Generator and fuel system 7 Transfer switch 6 UPS and Batteries (10 RYA) 9 'UPS and batteries (10 kVA ) 10 UPS and batteries (30 kVA) 11 Site alarm, security and r1on1[0-mg slate^( 12 Programming 13 FAA Study i FCC, ASR Reg 14 Structural Analysis if needed 15 Soil Resistivity Testing 16 Permitting 17 Other (list) - DCPowe• 13 Other (list) AD =As Cet=£mined by Proposer Attachment 6 - Negotiated Price Schedule Coy Equipment Unit Total 50 0o ScDa 30.00 SOAR O SO-00 $0-00 1 5 15,625.00 5 15,625.00 $ O St•-v0 50CJ $0,00 So CO C $000 SCUM MOO $0.70 O SO.co Se co O SO 00 SC-x D $0.00 $0.00 1 incl oiled ra Gr uurtdtng Price 1 included in Drawing Package price 1 $ 5,937.50 S 5,937-50 5 1 included in Growing Package a-i4 1 included in Drawing Package price 1 5 16,733-75 5 16,783-75 5 O 50.07 S0.30 0rscount "oral Prate 50.00 $13.00 50.00 15.625.00 SO cc 5o.10 50 00 50.00 $0 00 50 70 Sc ,20 50.00 So.0o 5,937.50 50.00 50.00 15,733,75 SO CO Total $ 38,34023 5 38,346.25 Site Name/Location: Wells 5argo In51ali.croc Unit Total 50.00 Soon 50 00 S000 50,00 S0 00 50000 50.00 $0.00 50.00 5D-00 $0.00 50.00 50.00 $0.03 SO 00 5 15,881.25 S0.00 S0.00 S0. c0 50.00 50_00 $100 50.D0 $0000 50 00 SO 00 50.10 SO-0o 50.03 S0.00 50.00 $0.00 $0:_D 5 1s101,z5 50.03 Discount Total Price 5000 SO. 00 50.00 5000 50-Oe $0.00 S0.00 SO-00 50.01 SO.t0 Se.00 Sac° so.IX1 50.00 50.00 saw 5 15.351-25 50-00 Total $ 15381.25 5 Dl,eountad Equipment and Installation Total 50 00 SO,08 SOIL' S 15.625.00 SO00 S0.00 50.00 50.00 $0,07 S0.00 SO CO 50.03 50.00 $ 5,937.50 S0.30 50.00 5 32.665 00 SO CC Cii"YOFMIAMI, FL Contract No. RFP592382 Remote Site Facilities - SASE PRICING Item* R5-B R5-9 IL5-3 R5-3 R5-8 RS-3 RS-3 05-8 115-e RS-8 PS-8 R5, 3 RS-3 RS-3 RS-3 R5-0 RS-8 RS-3 Attachment 6 - Negotiated Price Schedule 0ty Site Facilities 1 Site Preparation add finishing _ 2 rawer 3 Fending 4 Grounding and surge protection 5 Prefabricated shelter (12s 20) 0 5 Emergency Generate, and fuel system 0 7 Transfer switch D 3 UPS and Batteries 110KVA} 7 9 UPS and batteries 120 KVA} 0 10 UPS and batteries i304VA] 0 11 Site alarm, security and monitoring system 0 1.2 Programming 1 13 FAA Study / FCC A5R Reg 1 14 Structural Anattros - if ire eded 1 15 Soil Rests -eons/ Test rag 1 16 Permrtting 1 17 0ther(iistl 0 l8 Cther i.Rst) 0 Al=As0et Equipment Unit Total Site Name/Location: Park Place Discount Diaraunt Toni Installation Total Price Unit Total Price 55 C.•.'. S0.°13 50.00 S3.X 50.00 50.0) saw so al 50.00 5 _3,75700 5 13,750.00 $ 19,75000 50.00 5v.00 50.00 SD00 SO 0e- 50.00 50.00 50.03 SO 00 50.00 SOCO50 CO SO CO 5D:00 5000 SO 0C 50.E $0.00 SO 50.10 50-CC included In Grounding price 50.20 included in Drawing Package once sax 5 5.937 50 5 5.93730 5 5,337.50 rncladed in Drawing Package prsce SO.00 net aced in D•awing Package peace 50.03 50,00 50.00 50.00 SD. co S0.00 SD 00 S000 SOX SO.ry_ $0.00 $0.00 50.00 $0.00 $0.00 $0.33 $0.00 $0.00 $0.03 $0.00 50.00 50.00 $0.00 50.10 50. CO SO. Do 50.00 50:00 $0.00 Se CO 5G.20 50.00 $0.00 50 -0) 50.00 s0.cc sacc 50.00 SO.C8 50.1 50.00 SO. CO 50.Ce $0,00 SO CO SO CO 50.00 Sd X Si..00 50.00 50.10 50.00 50.00 5207 50.00 $000 SO03 SO.x 5000 50.x $0.00 19.697,50 5 19,437.50 .1.016i !Recounted Equipment and Installation Total 50.00 50.00 50.00 5 13.7S0.0.0 50.130 50 DC 50.00 $0.10 $0.00 513.00 50.18 50.10 SO.r'10 5 5,937.50 50.00 SO.c0 S0.00 $0.00 5 - 5 19.697. Se Attachment b - Pricing Schedule Page 32 EXHIBIT Cl - Negotiated Price Schedule CITY OF MIAMI, FL Contract No. RFP592382 Remote Site Facilities • BASE PRICING Item d R5 8 RS•3 R5.3 RSa R5 3 RS-e RS-8 RS-i3 RS-8 R5.8 R5-8 R5-9 RS-8 RS-8 RS-a R5-8 Rye R5.8 Site Facilities 1 Site ?reparation and iinishlng 2 Tower . 125 PI Monopole 3 Penn na 4 Graunding and surge protection. 5 Prefabricated shelter )12 x 12) a Emergency Generator and rue; system 7 Transfer switch 3 :E43 orb batteries t 10 KVA) 9 UPS and batteries { 20 <VA) 10 UPS and "batteries l3Q <Vtq 11 Site alarm, security and monitoring system 12 Prograrnming 13 FAA Study I FCC ASH leg 14 Structural Analysts - needed 15 Sail Resistivity Testing 15 Pen -taming 17 purer Dilt)-DCP]wer la 03fier lllst) AO As Determined try Proposer Attachment 6 • Negotiated Price Schedule Qty Esteipnrent Lint Total 1 $ 34,325,00 5 34,325.00 1 S 159,600.00 5 199,500.09 0 5009 $000 I $ 33,950.M $ 33,350.00 E $ 111.202.50 5 111,212.50 t S 52.750.0D $ 52.,750,00 1 included trl genera -or price O SOW 50_09 0. 50_53 50.00 il S0. 0C SOM O 50...•00 Saco 1 Included lit Grounding price 1 Vnciudee in hawing Package price O mat re9u red 1 lust uded:n Drawing Package once 1 mods der) nDraw=rs Pac`cage once 1 5 1,953.75 5 7,958.75 0 SG.%O SO CC Too $ 439.796 25 Site Name/Location: Frre Stat.°n 9 Discount Discount Total Installation Total Price Unit Total Price $ 34.325.00 50.00 $0.00 50.00 5 04,325 C9 $ 199.6CG.Or3 included•ri tower price 50.90 5 199,633 CC 50 50.00 $0.00 50.00 50.00 5 33,950.00 $0.00 S0.00 00.00 5 33.95090 $ 111212.50 included in shelter price 10 00 $ 111,2:2.50 5 52,750.00 incuded in generator once 90.00 S 52,750.00 5C.00 50l00 50_72 50_00 50_70 51.33 50.00 50. SC ao Sow SD.00 $0.00 $0.30 52 03 SO.00 50.07 5010 S040 SO IX) 50.00 50,03 50.00 55.00 SOLO 50.00 S9.90 50 30 50.57 SO 1)0 50.000 Sa.02 SO CC 50.00 Sam 50.02 50.90 50.00 50.00 50.00 SC CEO 50.30 50.00 SC..^'0 SOLO SC. CO Sc OD 50.00 Soop5000 50.t'.0 5 7958. 75 $ 12,222.53 5 12,222.50 5 12,222. SD S 20.181.25 SC.X $0.00 $0.00 50.00 50.00. Discounted Eeuipn,.ne and Installation Total 439.190,35 TOlal 5 12,222.50 5 12;222.50 5 452.00175 CITY OF MIAMI, FL Contract No. RFP592382 Remote Site Facilities - BASE PRICING item I RS-D R5.6 RS-e RS-D HS-3 R5-0 R5-D p5-8 RS-a R5-9 RS-9 R5-d R5.0 R5.0 R5.13 R5-6 R5.8 RS.3 Site Facilities. 1 Site PraDa;aton a".d - trin3 2 Tower 3renting 4 Grounding and sweet 0totee,ran 5 Prefauncaten shelter (12 s 121 5 Emergency aensrator and fuel system 7 rransie- switch 3 LtPS and batteries 110 rt3r34 9 UPS one batteries 120 KVAI 10 UPS and batteries l3009AI 11 Site atatn, setunty and monitoring system 12 Programming 13 3A4, Study / PC2 ASR Reg 14 Structural Analysis - needed 15 Stx Peel str✓It3 Test rig lE Permitting I7 Other (list) - 0C Powe 13 Other (list) AD - As let Attachment 6 - Negotiated Price Schedule 01y 0 0 Q 0 0 0 0 1 included to Grou^ding ?rice excluded n Drawing Package price 5 5.937.50 5 5.937SO included in Drawing Package price includes .n Drawing package puce 1 5 8,395.00 $ 5.095.00 Q SI:.i11: $0.00 Eouipment Unit Total Discount Total Nice 5 34 375.20 5 34.325.0) 5 34.325.00 SO.00 SOW 99G.00 50.00 50.00 SO. CC 5 29, 590.00 5 29, 500.00 5 29.510 00 5 1.11212.10 5 111,212,50 5 111.21250 $0.00 SO_C0 $000 S0.0 50,00 50.00 50.Ce $0.00 $O.00 50 CC 50.00 Sex 50:cc 5c_QD 5C,0C 50.x SC -DO 50 •D0 SO CD $0.00 $ 5,937.30 50.90 50.00 S 8,895.00 50.00 Site Name/Location: Fife Station 11 Installation Unit Total SO00 SOW SO 00 50 :!rt inciuded'in shelter price 50.00 50.00 S0.00 5C.00 $0.00 S0.00 5R DD 50.00 50.00 $0.00 50.00 $ 12,285.00 $0.00 5-0.0C S0.00 5C.00 $4.00 SODO 50 CD S0 3 SO CO SD_00 S0.00 5000 50.00 $0.00 S0.O0 12.235.X $0.x Discount Total Pace 50.02 50.00 $0.00 50.10 05.10 SD09 50,00 SO:10 50.00 5Q co 51110 50.00 $0.00 50..00 50,0c SC 5 12.285,00 50.10 Discounted Equipment and lnstadauon Total 5 34.325.20 :4.:J0 WOO $ 29,50000 5 111,212 511 500C SOCG 5000 $0.co 50.00 50.00 SD170 SD CO 5 5,937.50 SO CO $0.00 S 21,180.00 50.10 InL $ 139.270.00 5 189,37010neii 5 12.23550 5 17.730 10 5 201155.10 Httacnment) - F r/cing Schedule Page 33 EXHIBIT Cl - Negotiated Price Schedule CITY OF MIAMI, FL Contract No. RFP592382 Attachment 6 - Negotiated Price Schedule Remote Site Facilities - PREPARATION OF DRAWING PACKAGE FOR BIDDING Site Name/Location: Fire College Discounted Discount Discount Equipment Equipment Tool Installation Total and hamr Ots Una Total Pace Una Total Paice installation Total Site Facilities RS-3 1Preparation of Construct on Drawings 1 SO.CO $0000 50000 $ 2,500.00 $ 2, S00.00 $ 7,5000.07 S 2.3000C 715.8 .2 Preparation of Oroiect hook for$idding 0 50000 50.00 S0100 5000 50^00 50.00 SO R3.0 3 Engineenng 5UP00rt 0 SO.00 5000 50.00 5000 5t13f1 5000 $0_:0 5•8 4 Surveying 0 SO. CO S000 50.00 sow 50.00 50�00 $o_]0 R5•13 5 Ge0techni3, Studies 0 $D_00 SO CO SO00 $0=00 SO CO $0_00 50.70 RS8 6Sire PeatsttvityStudies 0 50_00 5000 5000 50.50 5000 50.00 5o.00 RI-6 7 Other (listl - €rposure Study I 50-CO 500 M 5000 5 5,000.00 5 5.000.00 $ 5000.co $ S;000.70 AO= As Ceterteinedhya-caoser Total 5 - Total 5 7,500.00 Total 5 7.50000 CITY OF MIAMI, FL Contract No. RFP592382 Attachment 6 - Negotiated Price Schedule Remote Site Facilities - PREPARATION OF DRAWING PACKAGE FOR BIDDING Site Name/Location: Police Headquarters Oiscaunted 0iscnunt Discount Equipment Egupnient Total installation Total and Kama c,y Unit Total Pnca Unil Total Pace Installation Total Site Facilities RS-B 1 P`e.a-arlon of Construction Drawings 1 S0.00 50.x Sow 5 7,550 CO S 2,500.00 $ 2.500S0 5 2,500.00 RS•a2 Pre aeration ofprojectBo0kfor Bidding 0 54000 $000 50000 se DO 50CC 50.00 5000 RS•13 3 engineerilg Strpaort 0 S0.73 SO i;n $0,00 5000 SO CO 5000 S0_10 RS-6 a Surveying 0 SO.00 S0.00 50.60 $C DC 50.00 $Oi00 5000 AS•8 57eotechn-cal Studies 0 S0.03 5000 50.00 50.00 $000 5000 SO.00 R5.8 6 Site Re stsitvlty Studies 0 50.00 SIX $D.DD 50.60 $0-00 5000 50000 115.8 7 0tner (IIstj - Exposure Study 1 $0.00 S0.00 $0.00 $ 5,000.00 5 S.00D.00 $ 5.000,00 5 5,00000 S A,r,=As Deterraineo Say ?sooner Total 5 Toted 5 77.506.00 Total $ ?+7Cil0 • CITY OF MIAMI, FL Contract No. RFP592382 Attachment 6 • Negotiated Price Schedule Remote Site Facilities - PREPARATION OF DRAWING PACKAGE FOROIDDING Site Name/Location; Fire Station 3 D..cmaotad Discount Diaconal Equipment Equlpmenl Total Installation Total and Item a 0ty Unit Total Price Unit Total Nice Inslailalion Total Site Facilities RS 3 1 Preparation of Canst;uc.:on Drawings i 50.00 SO CO 50060 5 2.500.00 5 1500.00 5 2.5130.00 5 7.500 CO RS-3 2 Preparation of Protect Book for Bidding 0 50.00 50.00 soca $o_•.00 30_.00 SOs sew P5.8 3 Engineering Support 0 $0_00 $000 50.00 $0_00 $0_00 S0.00 $0_00 30•8 4 surveying 0 5000 5001 $000 50.00 50000 50.00 51306 RS-a 5 Geutecnni:al st:cies 0 50.00 50_00 50.00 50_00 $0_00 50_00 50.00 R5.8 6 Site Resistvdy Studies 0 5000 56.00 50.00 50.00 50.00 50.00 50000 R5.6 7 Other (list: • EnpOatrre Rum.1 $000 5C.00 S0.00 $ 5,000,X) $ 5,000.00 5 $,060.00 5 SA0.30 AD.e As Dete'n•i..,.rt>5„a•.r'u,.rr rntal $ Total 5 7,500.00 Tr, tat S 7.500.00 Attachment 6 - Pricing Schedule Page 34 EXHIBIT Cl - Negotiated Price Schedule CITY OF MIAMI, FL Contract No. RFP592382 Attachment 6 - Negotiated Price Schedule Remote Site Facilities - PREPARATION OF DRAWING PACKAGE FOR BIDDING Site Name/Location: County A(!min Bldg Oscounted Discount Discount Equipment Equipment Total Instaltalinn Tntat and !tom* City Unit rota] Price Unit Total Price Installation Total Site €acillties R5 8 1 Pre pureeort of Construction Oravfngs 1 SO CO 50.00 SO 30 5 2.50O.00 5 2,500.00 5 2.530-CO 5 2.500-00 R5.8 2 Preparation aFPragectBook for Bidding. 0 S7.,30 50.00 50.30 SO_0D so no 50.00 50.70 RS.8 3 Fug, nearingSupport 0 SO00 S0.CO 50A0 50.00 50.00 50.00 50.; 54-3 4 5jreeea nl: 0 $0-CD SO_00 SO -Ca: $0_03 Su_oo 50_043 50 M RS-3 5 Geotecknical Studies 0 SO C0 50 co 50.0C 50.00 50.3 50.00 5C.0i RS 3 6 Sav tv3tt,d:es 0 50.00 50-00 SO =-:' $0.00 SG.00 50.O0 50.02 RS-3 7 Other I;!stl - E.Ooaure Study 1 50.00 $0.D0 SC:-r0 $ 5,te0.00 5 S.O 0 ^0 5 5.o40.00 $ 5.000. AD As Determined by Pr000ser Total $ - Total 5 7.500.50 Total 5 7, 500.0C CITY OF MIAMI, FL Contract No. RFP592382 Attachment 6 - Negotiated Price Schedule Remote Site Facilities - PREPARATION OF DRAWING PACKAGE FOR BIDDING Site Name/Location: Wells Fargo 0!scou rated Discount Discount Equipment Equipment Total Installation Total and Rom* Oty limit Total Price Unit Total Piece tnetattatlon Total Site Facilities RS-9 1 P-eparation of cons:r_:-:on Drawl rgs 1 50.03 5C.00 5400 S 2.500.00 S 2.500.00 5 2.54;O.00 S 2.300.00 R5-3 2P;eparaunn of*rolec t 6Dok for Bidding 0 5030 SC co 50430 50_00 50.00 50.00 5000 RS-3 3 Epginee ring SL.pport O 50.0) S4.00 SC CO $0000 50000 $0,00 50..00 RS-9 4 Surveying 0 50.70 $0.00 50.0a 50.00 S0.30 $0 00 SO.CO RS-3 5 Geotec1onical Studies 0 50;30 So oo SO. Do $0.00 $0.uo SO GU 53.00 RS-3 6Site ResistivityStudies 0 50.!.». SO.CO Soso SO.CO 50.30 50_00 50.oc RS-8 7 Other (lixtl -Exposure Study 1 SO-00 50.00 50.00 $ 5,000.00 5 5,S00.30 5 5,043 00 S 5.0O0.00 40 = As Oelerr❑tned by P'oposer Total $ Total 5 7. se00 Total 5 7,5043.00 Attachment 6 - Pricing Schedule Page 35 EXHIBIT Cl - Negotiated Price schedule CITY OF MIAMI, FL Contract No. RFP592382 Attachment 6 - Negotiated Price Schedule Remote Site Facilities • PREPARATION OF DRAWING PACKAGE FOR BIDDING Site Name/Location: Pei- k dace Discounted Equipment Discount Total Discount Equipment tnstallatton Total and Item Oty Unit Total Puce Onil Total Price Instillation Total Site Facilities Rs-6 1 PisPoration of con It ruction Draw ngs 1 $00.30 531_0 $0.00 5 2,500.30 5 2.500.00 5 2,5 20) $ 2.S00.D0 RS-B 2+reparatlan cf Project Boot far Btdcting O i0C0 50_00 50.00 S0.0 SO0O $0-00 50:00 R5.6 a Engine er.ng S++Ppart 0 50.CO 50_23 Stl.00 50.00 $0;00 $0.20 50 DC RS-6 d Surveying 0 50,00 50.00 SODO50-00 50.00 50.00 $0_0C RS-S S Gent-ecnnien! Stldies 0 5020 SO.00 50.00 $0-00 50.00 SO-00 50 CC R5-B 6 site 3esistnoty Studies 0 $3.00 $0.00 50.30 5000 S0.00 50.00 SO 3: RS-R 7Otneril.stl 5sposure Stuav 1 SO 000 50.00 SO30 5 6.000.00 5 S.:00.CO 5 5,cm.D0 5 5.000.00 AG As Determined ay P,00-are, Total S Total 5 7.500.00 Total 3 7,S00.00 CITY OF M!AM!, FL Contract No. RFP592382 Attachment 6- Negotiated Price Schedule Remote Site Facilities • PREPARATION OF DRAWING PACKAGE FOR BIDDING Site Name/Location: Fire Station 9 Dieceunus Discount 'Discount Eauipmeor Equipment Total Installation Total and Roma C..4 Una Total Pnte Unit Total Pdee Instattation Total Site Facilities RS-E1 1Preparation o' Cannra.ctien Drawings 1 5_20 5O..00 $0.00 $ 2„C0.20 5 2.50000 5 2.500:0i 5 2,500.00 R5•B 2 Preparation of Project 3ook for aidd:rg 0 50.30 50.00 $0.00 50=0 50_00 50.00 50•00 Rs-d 3 Engine -aerie S0000rt - Permits . 5030 $0_00 50.00 $ 15;312,50 S 15,312.50 $ 16312.50 5 5,312.50 55-6 4 5urvesnr3 0 50.00 S0.30 50_00 50_00 $0.00 50.00 50_00 R5-{1 5 Gactechnical Studref 0 50.23 SC -.CO 50.00 $0.00 5300 50.00 50.00 R5-3 6 Site Resistivity Studios 0 $0.00 50.00 5000 $0-50 50.00 5000 $0000 RS•3 7 Other ilistl Exposure 5u4y 1 $0.00 50000 $0.00 $ 5,000.00 S 5.000.00 S 5,001100 $ 5,000.00 AD As Dotal -mired oy Proposer Total 5 - Total 5 22.-312 SO ram( S 22,312, SO CITY OF MIAN% FL Contract No. RFP592382 Attachment 6 - Negotiated Price Schedule Remote Site Facilities - PREPARATION OF DRAWING PACKAGE FOR BIDDING Site Name/Location: Fire Station 11 Discounted Equipment Diswunl Total Discount Equipment lastallatlaa Total and Ram Lit 0ty Unit Total Price Unit Total Pico Installation Toni Site Facilities 55-3 1 Ffiparatton or(onstn.(SiGn Drawrigs 1 $0.00 50_00 53.00 5 2,500.CD $ 2,500.00 5 2.50).02 S 2,500.00 R5-a 2 Preparation of Project Beak' tot Bidding 3 50-O0 $0_00 315.00 _011 50,E $u_✓3 50.O0 RS-6 3Engineenng SuFPust-oormiif 1 50_30 50.00 50.00 5 15.312.50 $ :5.31250 5 15,312.50 5 15.312.50 RS.9 4 Sur✓ey'ng 0 5000 50.30 50_00 SG00 50T00 5ena 50:00 RS-3 5 Geaterhnical $ladles 0 $000 50.33 SO.20 $0.D0 50.00 SG_00 S0.00 RS.0 u Site iesistrioty Studies 0 50_00 SO-00 50.00 5000 50.00 SO 00 50.00 RS-9 7Ogee ritist4-Exposure 5tud'a 1 $000 50_:' 5Or1 5 5;300_00 5 5,300.00 5 5,000.30 5 S-000.00 AD=As D::te-"'-.a ,', R.---..-- T-s3-.1 $ T,v.l S 22.312.53 ,-:zl S 22.312. SO Attachment 6 - Pricing Schedule Page 36 EXHIBIT Cl - Negotiated Price Schedule CITY OF MIAN1I, FL Contract No. RFP592382 Radio Subscriber Equipment - Portable Radios (Fire) ADD ALTERNATE Item4 Attachment 6 - Negotiated Price Schedule at. Discounted Discount Discount Equipment &nilpotent tate 4lataliation Total and lint Total Pnce Unit Total Print Installation Total Digital Portable Radios )Fe) UPD 1 DI Portable . XG•15P wiCTAP, Case and Charger 0 5 2.230.00 50 00 5000 $ 33,30 $0.00 5003) $0.00 LTD 2 02 Portable - Xi3.75P wiDTAP. Case, Charger 0 5 4,244.00 5000 5000 5 311.03 50.00 51100 50.0) 03 Portable - XL-2CCP Singe Sand Full Keypad, L,P0 3 0 5 5.865.CO SO 00 50.M 5 38.00 50.00C 5000 5000 w/CTAP, Case &•Charger. Spare 3artery. Bei t Clip 03 Portable , - X1-20.01, Dual Sand 1=utl Xeyparil IW4 O0 5 6.930.09 50.00 $0. CO $ 38.00 StIM 50.0) 51100 wIOTAP, Case & thargef, Spare ,3atteiy. Belt Clip UPD 5 G2 Multi -Band Portable C $0.C9 50.00 ' $0.•M $0.00 50.X. 50,00 50.110 03 Muiti-eand Portable • 0i•200P w/OTAP. Case. uPD 3E3 5 6565_00 5 2.233.095.00 $ 1,549 Gum 5 311.00 5 13..7940) $ 13.794.00 5 1,552,805.75 6 Spare Battey UPD 7 AE5 Enayption 0 $ 655.00 50.00 $1100 50.00 SOM 50.00 5000 UPC 0. Ou'ef the Air 3ekey rig 0 5 505.00 50.00 $0.61 $0.00 5000 50CC 5000 • UPC 9 Oyer the Air Programming 1 5 265.00 5 172.25 included r package price SOM 5.1.00 %CO UPD 10 Speaker toficrochone 0 $ 16030 50.00 SUM $0.00 5E00 50.5.1 50.30 iJPD 11. Speaker mimphore • Noise Cancelling 0 5 450.00 5 292.50 50.M SaCC $0.M 50.00 SO.Y.1 UPD 12 Headset 0 5 650.00 5 422.50 SD CIO $0. DO 5000 5038) SO. M UFO 13 Some Rotten/ 1 5 1.4090 5 91.00 Included ilT package price SO.M 50.00 $0.00 UPO 14 initinsicaily Safe Battery 0 5 225.00 5 146.25 50.00 Sax 50.00 $0.00 50.00 UPO 15 Hign capacity battery 1 5 150 00 $ 97.50 included in package price 50,C0 saw 5030 UPO 16 FiN Speaker Mit Mu includes spares) 383 5 629.00 5 240,90730 AX 51100 50.30 50.00 No Charge UPO 17 Cul tiand antenna 1 5 50. CC 5 26.00 included in package vice 503)0 RI M 50.00 UPO 18 Rapid charger 133 5 120.e0 5 amow 5 7,820.00 Sara 5000 5 1,00C.00 UPD 15 Vehicular (target (ay ncludes sparest 124 5 21.0.00 5 26.04000 5 16.926.01 SC.M 50.00 50.00 5 16,92G.00 UPD 20 P25 Trunking 1 5 LECCCO 5 975.00 included in package pnce 50.00 SOM 50.00 UPD 20a P25Phase 2 1 5 25D.00 5 162.50 included in package Vice UPD Kr 120 V Multi-unit/gang bank thorget 25 5 750.03 5 18,750.00 5 12,137.50 50.00 50.00 $0.00 $12,187.50 120 V Muth-unit/gang bank charger/battery PO 22 - 0 $ 7.710.00 5 1.761,50 SOCO 50.00 50.00 S0.00 saw cordtionedeotintizer. PO 23 _ea:hei arrfi ng case 0 5 1.40 00 5 91.07 50. OC 50.00. 5010) 50.00 $0.03 PD 24 ,seather carrying caw with swivel belt dio and 1 5 100.00 5 97.50 included in oackaee mice 50.30 saw sow shoulder strap swivel connectors UPO 25 Fttra. orig leather shoulder strap 0 $ 55.00 5 35.75 SOH 50.00 $0.00 50.00 50.00 PO 26 Programming 1 $0.00 $0.00 $0.00 5 38.00 $ 38.M included in package price PO 27 Programming 'Software 2 5 $50.00 5 1.100.00 5 715.1C 50.00 50.00 50.00 5 713.00 UPD 28 Programming Cables 4 5 imoo S 680.00 5 44100 $000 50.80 ACO 5 442,00 91P0 29 Data per: 0 $ 230.00 5 149.50 50.10 $0.00 5030 50.00 50.00 UPC. 30 -Spare Equipment • XL.7.CD-P Si ngl e Sand 0 5 5,56.00 50.00 50.08) 50.00 $0.30 50.00 $0,00 UFO 31 Spare Equipment • ki.•2COP Mutt Band :Fire) 20 5 6565.00 $ 131,30130 5 85,345.00 50.00 $0.20- 50.00 5 85.345.00 UP D 32 Spam Equipment • XG-75P 0 $ 4,220.00 SOO 50.00 $0.00 5030 50.00 50.00 uPD 33 spare e4kliornent - x6,-15P 0 $ 2,231100 5017) 5000 so.00 so. X 50.00 5.0.00 UPD 34 Spare Equiorrent - Be t Clio 15 $ 25.00 5 375.08 5 243.75 $0.00 50.03 50.00 5 243.75 UPD 35 Spare Equiprrent - Antenna (Dual 134nd) 38 $ 50.00 5 1,50000 S 975.00 50.00 $0.00 $030 5 975a UPD 36 Spare Eq..iintrent -Antenna (112 WZoei 0 5 35.00 50.00 5030 $0.00 50. XI $0.08 50.00 Attachment 6 - Pricing Schedule Page 37 Warranty Maintenance Year 1 PHM-2 1 1 year hardware warranty/maintenance (year 1) PHM-2 PHM-2 PHeal.2 P M-3 H\I.3 PHM-3 P+iM 4 PHNi.4 PNMt•rt PHM-5 A4M-5 PHM-5 Warranty / Maintenance Year 2 1 ['year hdrd'ware'warranty/maI n:ermance;year 2) 2 1 year software warranty/maintenance )year 2) 3 1 yoar laboryrarranty/mainrenance dyea 2) Warranty / Maintenance Year 3 1 fear hardware warrantyi maime nance WA! 3) 2 L'/ear aeftwate wanantyjmainteoance )yeas 3) 3 1 year iaaor warranty/maintenance )year 3) Warranty / Maintenance Year 4 - year hardware warranty/rtalnte;tancelye, 4) 2 1 year software warrantrr3maintertance )Year 4) 3 1 year iabor warranty/maintenance (year 4) Warranty / Maintenance Year 5 _ 1 year hardware warranty/n+alnterar_e (year 5) 2 1 year software wa•rarty rra'n;rnance Wear 5) 3 1 year tabor 53 EXHIBIT Cl - Negotiated Price Schedule included in Radio 2 Year Warranty 1 rncfaded in Radia 2Year Warranty 1 inttuded in Radio 2 Year Warranty 1 meluded in Radio 2 Year Warranty S 9e_ 0 5 included 5 9.54511 5 9,546.20 $ S 8.935.10 S 9,935.60 5 included 5 9935.50 $ 9,935.60 Si 50.30 50.E $0.03 10.3O 9.676 20 5 9, 645-20 001 9,64620 9,935.60 01 9,935.50 1 5 10.233.60 5 10.23180 1 10. _33.30 1 included r 000 1 5 10233.30 5 10213.30 $ 10,23330 5000 SO. CO S0'22 50.00 S0 cc SO.10 50. 50, CO SO 00 50.00 50.00 10.10 50.00 50.00 50.30 0.00 033 000 S 9. 345.20 0.00 0.03 O.00 5 0.00 000 0.00 $ 9.645.20 0_00 0 Ni 0.00 0_00 000 0.00 0_03 0.00 0.00 0.00 S 0.te 5 0.00 5 9.905.60 9.935-50 0.00 5 0.00 $ 0 r, 5 10,333.80 10233.80 Attachment 6 - Pricing Schedule Page 38 EXHIBIT Cl - Negotiated Price Schedule CITY OF MIAMI, FL Contract No. RFP592382 Radio Subscriber Equipment - Mobile Radios {Fire) ADD ALTERNATE Iron 4 U'M0 UMD UMD 'MD UKv1D t 7ytD Uh10 UMD LAND LAID 1R70 UMD iJAMO 1D t1P.1D UMD Uh4O UMD UMD UMD 11M0 UMD umm Lark UMO UMD U MD UMD UMD UMD Digital Mobile Radios (Fire) 1 DI Mobile - dean mount 3G-2510 2 D1 Mobile - trunk mount 'AG-25M 3 01 Multi-04nd Mobile - dash mount 4 DI Multi -Bond Mobile - trunk mount 5 02 Mobile - dash mount xG-7670 6 02 Mobile trunk, mount XG•7578 7 02 Multi -Band htgbr le -dash rieurt 3 02 Mr,ltr-Band Mobile - trunk mount 9 03 Mcbrle dash mount 10 03Mcbrie • Our, mount 11 D3 hlulti•Band Mobile • dash - cunt 12 03 Multi -Band h=obite - trunk :roans 13 465 Erscryotton 14 Over the Au getrnng 15 aver the Air Programming 16 Dual control head 17 'siren and light control 18 oubhc address 19 D3MK Microphone • NQrsa tanselahg 20 Programming 21 grogram ring Cables 22 Pr5grarnrr.n6 Euftware 23 Encryption j,tEii 24 Data C4bie 25 Motorcycle rsountirg kit 26 Antenna system 27 Spare Equ.pment-9G-25!4tDash Mt 23 Spare Equ: pment - a0-25M Remote tit 29 Spare ryuaameot • 3C-751.1 Dash ;bit 30 Spare Equipment- %4-757r1 Renate Mt 31 Spate Equipment - %G-75ht c0r, .-ai :lead Mt Optional Equipment 7MCO 1 In Band Vahic s+ar Repeater 1 v4' I09141i 7MCC 2 Cross -band Vehitariar Repeater 150PT100Al1 Warranty Maintenance Year 1 htsr,3 1 yea: warranty and mam;en. a:" -e of ter atceetance PH4-2 P HhL2 PHM•3 PHM•3 Pt134.3 PHM-4 Phht•4 PHM,4 PI4M•5 PHM-5 Warranty / Maintenance Year 2 1 1 year hardware war r au:vf nFa+ntananc3 +year 21 2 1 year software, w irranry.-mairrzr:anre (year 1) 3 1 year labor warranty.'maiererarre ;year 2) Warranty ,/ Maintenance Year 3 1 1 year hardware warranty/ mar+. enance I year 31 2 -year software warrauity.rmainreoarese (year 31 3 lyear abor =wd:rantyrmainterarre +year 31 Warranty / Maintenance Year 4 . 1 ;ear hardware warranty/maintenance tyear43 2 1 Year loltware 'warranty,mat Menarce (year 4i 3 1 yp- er !abor v;irranty: mamTenance lye air 41 Warranty / Maintenance Year 5 t -year hardware warranty/rraiore:,a,_ e.;ear 51 2 1 year software war•arty •,ir 5) 3 1year labor warranty. Attachment 6 -Negotiated Price Schedule Equipment DIY Bml Total 16 5 3,760.50 5 60,160.00 0 5 4,26000 $0.00 0 MOO $0.03 o $000 $0.00 100 5 5,074.50 5 507,450.00 15 5. 5,195.1x1 5 77,925.00 O sow D 50.00 Sam O 50.00 50 C0 D $0,00 50 GC $000 O 50.00 50 CC 0 5 495 00 5 321.75 O 5 445.00 S 321.75 1 5 265.00 S 171.25 34 5 1,355.00 5 46.070.532 il $ 1,120.0e 5 128.00 O 5 265.00 $ 172.25 O 0 150.00 $ 104.00 O 50W $0:00 .t $ 160.00 $ 720.00 D $ 590.50 5 357.50 O 5 495.CA $ 321.75 O 5 115.00 $ 74.75 o S 1.765,co S 1. L47.25 1 5 555.40 S 367.25 1 $ 3,760.00 5 3,760.0D O 3 4,200.60 $ 2 5 5,074. 50 5 10149.01 $ 5,195.0t1 5 10 390.00 5 6,429.50 5 6.429.50 Discount Total Price Installation Unit Tam Distoun9 Taal Price Discounted Equipment and Installation Total 5 39,104.50 $ 350.10 5 5,600.00 5 4,600.319 5 53000 $ 437 50 SO, a) SO Cl SO 50.00 SO it 50.00 $0.00 30.00 50.00 Sax $ 329,83050 $ 350.00 $ 35,000.00 5 35,020.00 $ 5 50,651.25 $ 437-50 5 4.562.5o 5 6,562.50 5 50t13 $0.00 50112 50.132 50 r71 50.00 $0.00 $aril SO 50.rx 50.00 zoo 5o.x Soto Saco 5000 30.03 $0.M 50.00 5ao0 Sax 5O OD 5000 50.00 jaw Sum So.D) 50.DO $0.00 50.00 50 CO 5000 Included oe package once $0.00 50.0O 5 29,675.50 5 437.50 5 11,37500 5 13,875.00 5 50.50 50.00 $0.00 50.000 5000 50.]D 50.00 5000 50.00 50 CO So00 $0.00 Sc1w 5 47.00 S 50.00 $ 36300 50.00 504%) SO. CO 5 $0.0G $0.00 $0.00 $0.00 50_o0 SC_00 50_00 5000 50.00 50.00 SO OD 50.00 5u.vc saw $0.05 S0.03 included m package price. $0.00 SO.00 5 2,314.00 Sax Rim S0.00 5 5 - $0.00 $ao: 50.D0 S 5 6556.135 50.00 $0.00 $0.00 5 $ 6,75150 site° $01%1 Saco 5 5 4,179.15 50.00 50.50 50.00 $ $ 14.630 70 5 1863000 S 6509.50 5 1 $ 13,970.00 5 13,970.30 5 9,020.50 $ • included in Radio 2 year Warranty r(Nded n Radio 2Year Warranty i3tluded n Radla 2 Year Warranty included :n Race❑ 2Year Warranty 5 2,411.60 5 2,411. 50 5 ;ncluded 5 2.111.60 5 2811,50 5 SO.33 SOW S033 50.50 2.411.55 50_'0 2,411 50 $ 2,484.03 5 2,424.00 5 included $ 2,184.00 5 2,434.00 $ 5 2.553.40 5 2,558-10 5 included 5 2.553.40 5 2,558.40 5 2,484.00 50.00 2.834 oe 2,553.40 50x 2,553.4D 500.00 5 5CO. :70 $ SED.00 5 43.750 $ .137.50 $ 437.50 5 50.00 50.50 $0.D0 30.00 SOX SOW S0.1X 50.00 50T00 50.272 SO.IN) 5a11) 50.10 $0.00 S0.00 5 SO 03 50.00 $0.00 $ 50, a1 50.60 60.00 5 44.70.1 00 soma saw 50O00 367.342.30 57,213.75 5ati0 $c.00 Soso 5a0D soap sox 50.00 SO,OD Saw -14.520-50 500 50.00 SO 5000 44,5.5 SD.5D Moo SD.3 50.03 56:0i 2,444.00 6,596.35 6,263.50 4.179.18 10,7D9-5D 9,515.00 50.ao SO_00 SO CO 5000 2.411.W SO $0 $0.00 $0.00 $ 2 _s4-30 $a OD $O. W $0.03 5 $2_00 50.110 $a00 5 ?'.454.CO $0.00 50.00 50.00 $ 2,55640 SC $0,00 50,00 5 30 10 50.00 5000 5 2, 75,5 30 M1tacnmerS1 o - 'ricltlg Schedule Page 39 EXHIBIT C1 - Negotiated Price Schedule CITY QF MIAMI, FL Contract No. RFP592382 Attachment 6 - Negotiated Price Schedule Radio Subscriber Equipment - Desktop Stations {Fire) ADD ALTERNATE Item 1 Discounted Discount Discount Equiprrent Equipment Total Installation Total and MY Unit Total Price Unit Total Price Inalallalion Total Desktop Station {Fire) UMD 1 01 Mobile • dash mount XG-25M 0 50.00 50,00 SOW 50_00 51.L0 50.00 50.00 LWD 2 Dt Mobile- trunk mount XG-25M 0 50.00 50.00 50.D3 50.00 50.00 50.00 SOOT WO 3 D1 Multi -Band Mobile - dash mount 3 5.00 50.00 50.70 S0.00 S0.00 50.c0 50,00 UMC q DI Multi land Mobile • trunk mount 0 53.00 50.00 $0.Da S0.00 $0.33 SOW 50.O UMO 5 02 Mobile - Desktop Station 35.70 XG-75.M 70 5 7.685.GD $ 153,700.00 $ 99,905-D0 5 1,375.00 5 37-900.00 5 37,500.00 5 137,405.00 UMD 6 D2 Mobile • trunk mount XG•75M 0 $0.00 50.00 50.30 50.00 SO.00 $0.00 SOW UMO 7 D2 Mufti -Band Mobile • dash mount 0 50_00 50.00 5€_20 50.00 5340 SC100 50.03 UMD 8 02 Mk iti-Band Mobile - trunk moue€ 0 50. 1 5000 50.:) 50•D0 $0.00 $C00 50.03 IND 9 D3Wei le •dash mount 0 $0-00 5000 50.0) 50.00 50.00 $0.00 $000 IND 10 03 Mobile • tn;nk mount 0 50.a) 50.00 50.M 5031 51D0 50.00 $0. UMIO 11D3M?ulh-BardMoUtie.dash mount 0 5030 50OC $1130 SOW $0.00 5C.00 50,33 UMD 12 03 Multi 0acd Moore - Tri.nk mount 0 50.00 50.00 50.03 50.;YJ 50 30 SOW 50.2 UMD 13 AES Encryption 0 5 4550 5 321.75 SO.331 50.00. $0-00 50.00 50_T3 UMD 14Over LheAir Rekeging 0 5 455.C13 5 321.75 50000 50,00 530.1 50.00 $0.10 UMO 15 Over the Ai•Prograrn•mng 1 5 255.00 5 172.25 included in package price 51=CD $0.00 $0.00 IUMC) 15 Duai con Vol head 0 50.a) 5000 $0.11"t 50.30 510E 50.00 50.01 UMD 17 Siren and light antral 0 50.00. $0_'t0 51=Dc 50.03 SD,CC SOB 53.;0 UMD 13 Public address 0 saw s0 C0 'c1. 3) 50.03 SO-cfi 50.00 50.30 MD 19DTM3Mcrop4oine- Noise _aneeri9 0 5 1E0.00 5 134iA 5000 50.00 SO -GC 50.30 50.30 IND 20 Programming 0 $u.W: 50.00 507.1 5 41.00 5020 50.00 $0_1J UMD 21 programrningCabies 0 5 180.00 5 137LO 50.M $0.0 50_00 $0.W. $OAO UMD 22 Programming Software 0 $ 550E =•0 $ 357 30 50.X SOX $0.03 90.130 $0,00 UMD 23 Encryption EAE51 0 5 495;,0 5 321.75 5350 50.00 50-0C 50.00 50.03 UMO 74Data Cable 0 5 115.00 5 74.75 53,03 50.00 SO, ,00 $0.00 UMD 25Motorcycle mount:ngkit 0 50.00 50.W1 S003 $0.00 ACC 54s.00 50.03 UMO 25Antenna witem • Cesklop5tatirns 20 5 695.95 5 13,919.00 S 12.52710 50,03 5033) 50.00 5 12.527.10 UM 0 27 Spare Equipmert 0 W DD 50.03 saw 50.00 $000 511(0 50.03 LIMO 28 Spare Equipment 0 sax 50.00 503 50.00 50.03 $0.00 50.00 UMD 29 Spare Equipment - 3-7C00/XGG•75M 1 $ 7.926.00 5 7,926.00 5 5,151.90 50 CA 50.00 50.130 5 5,151.900 Attachment 6 - Pricing Schedule Page 40 EXHIBIT C1 - Negotiated Price Schedule CITY OF MAN11, FL Contract No. RFP592382 Attachment 6 - Negotiated Price Schedule Radio Subscriber Equipment Portable Radios (Police) ADD ALTERNATE UPI.) uPD UPD 'PC UPJ UPD PC. 'PO UPD UPD UPD UPD UPD UPG UPD JPC; ;RD UPD UPC UPD 1270 UPO UPO UPO UPD DPO tPD uPD UPD 1279 UPC UPD UPD UPD UPO UPD IWO Digital Portable Radios (Policel 1 Dlaorta tole 8$.15P w/OTAP, Case and Charger 2 D2 Portable -1(3-7SP Case. Charger D3 Portable XLICCP Single Band run Keypad. 3 wl3TAP. Case &Charger, Spare Battery Bert Cad D3 Portable - X'_-200P Dual Band Fs.11 Keydad. wfOTAP. Case a Charger. Spare Battery. Belt nip 5 02 Muhl ;Bard Portable 93 Multi.Bat'd Portable - XL-2E0P sy7OTAP, Case Spare Battery 7 AES Encryption. S Over :he Arc Rekeying 9 Dyehe Air Programning 10 Speaker bone 11 Speakea• Microphone Cantel•ing 12 Headset 13 Spare Battery 14 intrinsicaly Safe Battery 15 hrigb capacity battery 16 Fire Spencer(qty includes spares) 17 172wase stub antelna la Rapid chaFger 19 Vaunt -du charger iqtnclades spaceoi 20 p25ofunking 20a P25 Phase 2 21 120v Mui ti-unit/gang bank charge! 2' 120 v Multi-unit/gang bank enargerThattery •Lionditioner/optimieer 23 Leather carryi NI case Leacher -carrying case with ;wive, be it dip VI 24 ;boulder strap synyet connectors 25 Extra iong Teather shoulder strap 26 hrogranuning 27 ProgrFirnning Software 28 PrOgrantrning Cables 29 Data port 30 Spare Equipment- XL-200P Si ngle Band 31 Spare Equipment - 202P :Atilt; Band Vire) 32 Spare Equipment • XG- 7SP 33 Spare Equipirent - XG• 15P 34 Spate Equipment - Be I t Clip 35 Spare Equiprrent • Antenna (Dual Band) 36 Snare :vivre nt Antenna (1/2 wave 610 Equipment Unit Total Discount totat Installation Unit Total Discount Toth Discounted Ebuipment and Rica installation Total D $ 2,230.00 50.00 SOCG 53830 53.00 SC.33 $0.00 0 5 4,230.CD 5000 S303 5 3& CO 50.00 SC.00 50;20 1640 S 1.365.300 5 9,518600,00 5 6,252.C•90.00 S 38.00 5 5.2.320.00 5 62.32CM 5 6314.410.00 10 5 6,93C.1069.100..004505.01 S 38.365 3331S 150.00 $ 45,425.37 0 5030] 50.565420 50.00 5001 50.36 SO CT no 5 635A:9 $ 104,250.00 $ $7,762.50 150 5 595113 5 89,250.03 $ 53.112.511 1 5 265.1.11 5 172.25 Included in packap pfite 1050 5 150170 5 264.730.00 5 1713000.00 50300 0 5 4S0.70 5 29250 SO:30 50.00 0 5 650.10 S 422.50 50.36 50.00 1 5 140..21 5 31.14 incluned in package. ante 0 5 22.5.420. $ 12515 SCA 50,00 1 $ :50.00 5 97.50 included. in package ince 0 5 629.36 5 - $ - SD.08 - 5 41100 5 26,00 included ir package 3riC2 : 5 120-03 5 120..00 included ;n package puce 1665 5 210.00 S 349,860R $ 227A0E0 5(530 1 S 1 5CO.ai S 975.00 Included in package price- 1 5 250.00 5 162.50 included in package price 14 S 75c.00 $ 10,500.00 5 5,825;00 50.00 0 5 1710.00 5 1,7E1.50 50500 51.00 a .:, 14C.02 5 91.00 5100 50.00 $ 150.00 S 97.50 included in package price 0 5 55.00 5 35.75 50.00) 1 SEIX SOD° 5000 $ a S $50420 5 1.100.00 S 7iiisze, 4 5 170,00 5 680.00 S 442.00 0 5 230.00 $ 149,50 50.00 30 5 5.565.00 5 165,99/00 5 108,517.50 C 5 4565.00 50.00 SCM 0 5 4.23103 50.00 5000 C 5 2,2 *.f_t 50.T 500 Es 5 254203 5 1,700.20 5 1.10100 0 $ 5C.110 $0.30 50 5 35.90 5 I., 750.00 S 1,137.50 00420 $38.00 SCAM 50.03 SO CO 38,00 5 50.00 50.00 50.00 50.00 50.00 $0.00 53.00 50.03 50.00 5.0.00 50. CO $0.00 SOLCO SC X SC X 54200 $0.C-C $0.00 5000 50.10 $aCV SO) $0.3) FACO 50.M 50.00 $0.00 50.00 $0.00 S0.00 50. CD 38.04) included ;n package price 50.-X 50.130 50.00 50.00 $(1:0 $2.00 so.co 50.36 50420 5050 zoo 50.00 St1.00 50.01 SOW MOO 50.10 50.00 50.10 50.00 5000 saco so.co so.00 50.00 SOX 50.00 50.50 $0.00 50.X 50.00 50.30 SO X SD X! 50 CO 50.00 5000 50420 50.W 50420 50500 50.00 50.01 S 57,761.50 $ $8.012.50 SO.00 S 1712000.00 SC.00 50.00 50-4X 5000 50.00 Saa) SCCO SON $ 22 7, 409.CO SOM. 50.00 553325.30 50.00 50.00 50420 50.0.0 50.00 715 00 442.00 SO OC 5 108317,50 $DOZI SD CO SON $ 1,105 CO 50.50 S 1,137.50 Attachment 6 - Pricing Schedule Page 41 Warranty Maintenance Year 1 P HM-2 l 1 year hardware was rarcylmarntenance {year 1; EXHIBIT C1 - Negotiated Price Schedule 1 inch:dad in Radio 2Year Warranty 50.07 sack sO,'.`0 50.00 50.0O Warranty / Maintenance Year 2 PHMN-2 11 year hardware Warr n1y:rnai-ier+ance (year 21 _ included;n Radio ?Year Warranty S0,173 36.00 50.00 $C.00 50.00 P1+M-2 2 1 year software warranty/rnairrenance (year 2) 1 ,ncluded in Radio 2Year Warranay 50_OC 60x 30.00 50_O0 56_10 PHM•2 3 1 year iatrar warranty/maintenance {year 2) 1 included in Radio 2Year Warranty 50.X 50.0 50.0C 50.00 50.00 Warranty / Maintenance Year 3 PHM 3 1 lyear hardwarmwarranty?ma=ntena>tce;year3) 1 5 33.761 70 S 33,761.73 $ 33,751.70 0.000.00 004 5 33,761.70 PHM•3 21yearSoftwasewarranty/maintenance {year 3) 1 nc;utted r 6.00 C.00 0,00 0.60 5 6.H-!-3 3 l year laborwar flinty/maintenance;yea- 3) 1 5 33.761.70 5 33,761.70 $ 33,76170 0.00 0000 0CC $ 33,761.70 Warranty / Maintenance Year 4 Prim-4 11year hard.yarewarrantyrnaante nonce ;year 47 1 5 34.774.61 5 34.774,660 5 34.77463 000 OM 000 5 34,774-60 PHM.4 2 1 year software warrant Y V/maer,t=:±ar:ce {Year 41 1 included OCO O.CQ O.OQ CrY? PHM-4 31 03r!ab0t W504nrv/rnainten3,.e (Year 4) L 5 34,774.60 5 34,771.60 5 34.774.W II_00 Q_C 0.00 5 34,774.60 Warranty / Maintenance Year 5 PHft4.5 11 year ha*dware warrant•,-/rnainterarre{year 51 1 $ 35.3,1 217 5 35.318.30 5 35,318.30 0420 0. 0 0.00 $ 35. 82.3.30 PwMr'S 21 Year software warrantyimarn,enancce (yn.ar si 1 =nclr:e€ed 120 0000 C.00 0-10 5 Attachment 6 - Pricing Schedule Page 42 EXHIBIT Cl - Negotiated Price Schedule CITY OF MIAMI, FL Contract No. RFP592382 Radio Subscriber Egiriprnent - Mobile Radios (Polite) ADD ALTERNATE Item a Attachment 6 - Negptiated Price Schedule ot7 Discounted Discount Discount Eaupmenl Equ,.pment Total Installation Total and Unit total Price Unit Total Price Instadatian Total Digital Mobile Radios (Police) UMD 101 Mobile • dash mount XC-:5M 0 5 3,760 CO SO.Oa 50C:7 5350A0 50.00 50,30 $0.00 UMO 2 111 Mobile• front mount XG 25M1 0 5 4,260.00 50.00 50.30 5 437.50 50.00 50.00 50.00 UMD 3 DI Multi -Band Mobile • dash mount 0 53.30 50.00 50.33 50.00 SC00 50.00 $200 IJMD 4 el Muir -Bann Mobile • trunk 'norm,. 0 S0.00 50.00 50.03 50 00 50.00 $0.00 $0.00 UMO 5 02 Mobile - dash mount X I•7SM 0 5 5,074.50 50.00 50-03 5350.00 $0.00 $0.00 50.00 UMD 6 02Mccrte - trunk moun1Y.G.75M 220 S 5,195.30 5 1142,909.00 S 742,38130 5 437.50 S n6.030.OD $ 96,250.GO S 339,135-00 UMD 7 02 Auld -Band Mobile - dash mount 0 50.00 50.a7 50.57 $0.30 Saco 50D0 Saco 12100 a 1.12 Multi -Band Mobile • trunk mount 0 50 00 50.000 50.00 50.00 50.00 So.00 50.00 1N41D 9 133 Mobile -dash mount 0 Sato 50.0C 50.40 50.06 SMOG 50.00 50.00 UMD 10 D3 Mobil, . rrun4 mount 0 50.00 Saco Sam $D 00 50.00 $0.00 50.00 L°MD 1103 Multi -Band Maude - dash mount 0 50.03 50.00 50.00 So cc 50.DG $0.00 50.00 UM1D 12 035uiti•Band Monde • trunk mount 0 100.0 50,00 $0.00 50.00 50.00 50.00 50.00 URAD 13 AE5 Enrrypfon 0 S 495,00 5 321,75 50004 S0.00 $0_00 5000 $0_00 UMD 14 Oyer the Air Foie -ring 0 5 495.30 5 321.75 30_00 5000 50.04 5000 50_C0 UMD 15 Over the Au Programming 1 $ 265.30 5 172.25 rncludad +a nac age pace 50 G0 50.00 $000 UMO 16 Ou-at control head 0 $ 1.355-IV SOODSO.CO $437 50 50 00 50.00 WOO UA1D 17 Saco and light 74ntrol 0 5 1IZ0.M 5 728.10 5007 5000 50.30 $0_00 5000 UM40 13 muMic address 0 5 265.ao 5 172.25 50.00 50.00 50.3 50.00 5000 UM0 19 OT ?F Microphone -Noise Cancelling 0 5 160-73 5 104.70 50.00 50.00 SO DO 50.90 51_00 UMD 20'ro0ramming 0 5003 50.00 Sow 5 47.00 $ - 50.00 SO CO JMD 21 arogiamming Cables 4 $ 130.00 $ 720.00 $ 46.3-0 50_00 50.00 50.00 $ 463.00 I-IMO 22 ?rot:ramming Sorrware 0 5 571.30 5 357.50 $0.00 50,00 $0 CO 50.00 53,C0. LIMO 23 Encryption iAESI 0 5 455 eo 5 321.75 50.00 50.30 5000 50 C0 50.00 UMD 24 Data Cable 0 $ 115.03 5 74.75 $0.00 50.00 50.00 50 C0 50.00 UMD 25 Motorcycle mourning kit 0 S 1765.34 5 1,147.25 50-00 50.00 S"u.. CO 500C 5010 U5A0 26 Antenna system 1 5 565.03 5 367.25 included in pa4tage mice 50.00 $0.00 10000 MID 27 Spam Equipment XG-25M1 Dash Mt 0 5 3,760.0 SO 011 50_C0 $0.00 50-CO 30.00 50.00 UMD 2a 5aare Equipment -XG-25M Remote Mt 0 5 4,360.o0 50.00 Sao $C.CC SO.co 50.00 50.00 UMD 295pare Equipment -XG-75M?ash Mt 0 $ 5,074.50 50.00 50_00 Saco 50.0C 5033 50_CC UMG 50 Spare Equipment • XG-75M Remote Mt 5 S _ 5.195-00 5 25.975,00 5 16,383,75 50.00 SOS co 50.30 5 36.383,75 UMD 51 Spare Equiplent-XG-75M Jual Head Mt 0 5 6429 5 50000 50030 S0.00 50.00 5090 50_00 Optional Equipment 71000 1 In. Band Vehinr:lar Repeater1 9710 i375 1 5 14.630.CC $ 14,63C.00 $ 9,509.50 $ SC0.00 5 500.00 5 50O00 5- 10,009.50 7MC0 2 Cress -band Vehicular Repeater t0PTt0NA11 1 5 13,970.00 $ 13,970.00 $ 9,0.80.50 5 137,50 $ 437.50 5 437.50 5 9.513.00 Warranty Maintenance Year 1 lyear-,rosily andma, ntenance alter 1 erxlurladmRadio 2y n ear ka-rarity 50-00 S00C SOn. CO 10.;X3 SO,C0 acceptance Warranty / Maintenance Year 2 Pitts-2 1 !year hardware.wan-an 1Yrinalnta na rice :yea,2) 1 Included•-, Radio 2Year Warrant./ 50.00 50.00 Saco 50.7.0 50.00 PHM-2 2!year software warrantyima:ntenance;year 2) 3 inc:uded n Radio 2Year Warranty 50.00 5000 50-CO 50100 So 00 P14M•2 3 l year labor watran ty;maintenance 1year 2) 1 Incuded 'n Rado 2Year Warranty 5000 50.00 50,00 50-00 50.00 Warranty / Maintenance Year 3 PHMf-3 l l fear hardware warranty/maintenance;vear 3) 1 S 3,140.60 $ 8,410.60 S 8,r347.6o So co S0`3C So.aa S 3.440 on PHM•3 2lyeatsoftware warranry/marrrenancetyear3l 1 included $0.00 500W S0.0/1 Saco S. PHM-3 3 1year labor warrantoimaintenance !year 31 1 5 9440100 5 8.440.60 $ 8,440.60 SO co 5000 50.00 $ 9014000 PHM•4 PHM-4 PHfvi-4 P 4M1.5 PrtM•S P.IM•S Warranty / Maintenance Year 4 3!year hardware warrant yen/write name iyear 4i 1 5 3094.00 5 8,094.00 5 8,604.000 50.10 $0000 50.00 5 8,694.70 2 l year software warranty/ /sintena-ice(ye a-dl 1 included /000 5000 $0,00 50.50 5 3 lvear labor warranty/nldintertance(year 3t 1 5 8,674.0o $ 8,694.00 5. 8,694.00 50.00 S000 50000 5 8.654.30 Warranty / Maintenance Year 5 11year hardware ..varrantyfmarntenance lyezr 5) L 5 9,954.40 S 9,95140 5 8.954 A0 i- -7 50.00 51303 5 3,954.40 2 1 year software warranty/maintenance (year 5: 1 inclyoed 5011.: S0 _'l SO OD 50.00 $ - 31yeartabor warran1Y2ma,ntenanre ;rear 5) 1 5 8.954410 $ 8,954.40 S 8,95440 50.CC ;u-:30 50.E $ 3.95440 Attachment 6 - Pricing Schedule Page 43 EXHIBIT C1 - Negotiated Price Schedule CITY OF MIAMI, FL Contract No. RFP592382 Attachment 6 • Negotiated Price Schedule Radio Subscriber Equipment - Desktop Stations (Police) ADD ALTERNATE Rem Discounted Discount Discount Equiornent Equipment Total Installation Total and Oly Unit Total Drive Unit Total Pace Instal@lion Total Desktop Station (Police) iA19t 1 DI tvetiie -dasn mount SG•294.1 0 $0.00 $0-000 50.00 S0.00 $0-(6 S0-20 50.00 UMD 2D1ty ble-trunkmountXG-25M 0 50.00 5000 $001 SO.CO $0.00 So.)) S0.00 UM° 3 01 Multi -Baud %abile - dash mount 0 50.00 $0.00 50.00 51100 50.00 50.30 50.00 UMD 4 Di Multi -Band Mobite.. trunk mount 0 50.00 50.03 SQ.IX $0.00 $0.00 $0 00 $0.01 USED 502Moliae-Desktop Statroll C5.70r_r)/%C--75M 20 $ 7685.00 5 1537C0.07 5 99.305.00 5 1.375.00 $ 37,500.00 5 37,50.70 5 137.415.00 UMD 6 02 sL'obile • :r;;rdt rav;unt 1G• 75M 0 50.00 SC.00 SEX S0.00 50.00 51100 SO, UMO 7 D2 Multi -Bard Mobile- dash mount 0 50.CD 90.00 50.00 50.00 50.00 $0.2 50.00 UM° 802Multi-Band Mobile -torn<mount 0 50.0'C S0.10 52. $0.00 50.00 $C:0) 50.00 UMD 9 D3 Srlobi le - dash mount 0 $0.00 $0.03 $0.00 $0.0) $0.00 50.00 50.30 UMD 10 D3 Mobile - trunk mount 0 50.00 $0.00 $0.30 $0.3) 5t'1.00 SC- ? $0-C LEAD 11 03 Multi -Band Nioh le • Cash rncunt 0 $000 50.01 S0.00 50.E SOLO Kx sox UMD 12 D3 Multr-Banc Monde - trunk mount 0 50.•3) $0.00 $0.01 50,00 SOW, $000 $0.90 UMD 13 AES Encryption 0 5 495.03 5 321.75 50.00 50.37 S0.00 50^00 S0.00 UMD 14Over the A1rRe'teying 0 5 495.00 5 321.75 50.E 503) 50,00 50,00 $0.00 v0 15 C'a-, :'2 A!r•,'.,,g..r"m.ing 1 S 265.00 5 172.25 included inpack3gepeke 50-00 SON 50A UM0 16 Du i , :: 0 50.00 $0.00 . 51:c00 50R 50.CC 50.E 5114)) Uir'!D 17 Siren arc ;at .antral 0 SOW 50_00 500i $0_00 5t%D $000 50.00 UMD 18 Public address 0 $0.00 5000 50.00 $0.lx 50.00 50.00 $0.00 UM() 19 OTMF Microphone - Noise Cancelling 0 5 1E0,00 5 110.00 50.00 50.00 50.00 50,70 51200 UMI) 20 Programming 0 50000 r 512.00 50X 5 47.00 50.00 $000 50.00 AID 21 ProgramrungCabtes 0 5 100.30 $ 17C0 5000 SOB 50000 50.x 50.00 UMD 22 ProgrammingScttware 0 5 550.00 5 357.50 50 04 S0.00 50.00 50Z 5G-01) 1;M0 23 Encryption?AESI 0 5 495.00 5 321,75 5010 sax 5a00 50.x 50.00 UMD 24 Data Cable 0 5 115.00 $ 74.75 50.i3O $0.00 $0.00 5000 S12.00 UMD 25 Motorcycsemounting kit 3 50_20 sax $0.00 50-00 50.G0 50 X 50.00 13700 26 Antenna system- Deskto3Stations 20 5 695.95 S 13,919,11 5 12,527.10 50 00 50.00 5 .90 5 12,527.10 • UMD 27 Spare Egui rhent 7 50.30 50.000 $0.BD SC.00 $0100 50F0 $0...:0 C7G 29 Spare Equipment 0 50.00 50000 SO CO 50D0 50.00 50.00 50.00 U-MD 29Spare Equipment •C5.7000/XG-757 1 5 7926.00 $ 7,926.00 5 5.)51.40 50.00 $0.(X1 $0.000 5 5,151.90 Attachment 6 - Pricing Schedule Page 44 EXHIBIT C1- Negotiated Price Schedule CITY OF MIAMI, FL Contract No. 1=IFP592382 Attachment 6 - Negotiated Price Schedule Radio Subscriber Equipment - Portable Radios (local Government) ADD ALTERNATE Item4 Discounted Discount Discount Equlpnwnl Equipment Total tnstallatioo Total and 0ty Unit Total Pica Und Total Price Installation Total Digital Portable Radios (Local Government) UPO 1D1Portable -XG-15Pw,r017AP,Case and Charger 525 5 2,230.00 5 1,393,750.0D S 905,937.53 $ 38.00 5 23:7500C 5 23.750,X 5 929,637.5C UPD 2 02 Portable • XG-75? W TOTAP. Case, tharger 0 5 4.23000 5D.03 50.M 5 3800 S001 50.03 $0.00 rUPD D3 Portable - X1-2350 5irgle Bend Fui€ Keypad, 3 0 $ 5,865.00 51.00 50.00 5 36 00 50.00 50JC 50.00 w/ C7AP, Casa & Ctrarger. Scare Oatrery, UPO sD3Pcnak?e-XL20CPDuaI2andful€Keypad: 0 s 6030,00 50.00 50. 1 $ 38.00 SOX $0.00 w/CTAP, Case &'urger Spare 0artery, Belt Clip - - - - --- UPD 5 D2 Mudti-Band Partaatle 0 50.00 50.00 r 50.2 50.00 50.01 S0,C0 SC.CO uP-0 6 03 Muitt-gar-d'artatia - XL-200P w/D7AP- Case, 3 5 5.565.00 5000 53 CO 5 38.CD 53.00 51100 SO.co Spare Battery - - - - UPD 7 AES Encryption 0 5 695 00 57100 $0.00 50.00 54.170 5CCZ $0.00 UPO 8 Over the AirRnke9ing 0 5 555.00 $0.00 50.00 $0200 $0_C0 53.00 50.D0 L'PD 9 Over the Air Programming 1 5 265.00 5 172.25 included in package prce 50 00 50.17.0 50.03 LaFD 10 Speaker Monotone 0 S 160.20 510C 504X Sc.30 se.co 5Gr-r30 50.0 130 11 Speaker airicropi one - Noise Cancelling 0 5 450.30 5 292.50 50. 0 50.03 $0.00 SO.CC $0.0.1 LiP0 12 Headset C 5 650.00 S 42250 53.00 SO.00 $0.0C 50.i'0 50.00 UPD 13 Spare Battery 0 5 140.00 5 91.00 $0.30 50.D3 50.0C 5000 50.000 UPO 14 in;rinsicaliy Safe Patrery 0 5 225.00 5 143 25 sax 50.03 SO,-C 50.130 S000 .1P0 15 High capacity hatter/ 1 5 150000 S 37.50 included in pa:kage once 51334] 5 .00 sacra 0 16 Fire $peasermettle/ includes sparest 0 5 629.D4 50.00 SC.XX 501223 SC.CO 500) SOX tJ)C 17 1/2 wave sttrt antenna 1 5 40.00 $ 26.00 included in aa,:kagn pace 50.03 501013 $0.00 UPD 18 Rapid charger 2ForFire ind spares) $ 120.00 5 12O.i91 includen in package price 50.03 50.00 $0.00 UPD 19Vehicuiarcharger (gty roclucle spareb) 0 $ 210.00 $0.00 50041 50.00 5011 50.3E 50.00 UPD 20 P25 Trunking 1 $ 1,5C0.00 S 975.00 Included in package price $000 SOX 50_000 UPD 20a P25 Phase 2 1 5 250,00 S 152.50 included n package price SO.00 S060 50.30 CPO 21120VMulti-unitlgangbank chatge' -- 5 750.00 S11?50F.0 57,31250 S0.00 50.00 50133 57.312.50 UPD 120V riult:-urit,•'pangbank cdrarger,catter'j rl 5 2,710.00 $ 1.76150 50.00 SGCC $0.00 SOX SC.00 condirioner/uptrminer - - - - - UP0 23leather carrying case 0 5 140.00 5 9202 57...00 5CA0 50®C0 Sio° $00000 L,PD 24 Leather s yiragcase with swivel belt dip and 0 5 lso.co 5 97.50 5.100 SC.00 51100 SD. t1 $0.0J shoulder strap swivel connectors- b200 25-Extralong leather ,houlderstrap 0 5 55.00 S 35.75 50.00 50200 50.00 4EC 50114 UPC, 26 Programming 1 50.00 50_00 50.t00 $ 38.00 5 38.30 included in package price UPD 27 Programming5artware 1 S 550,00 5 550.00 5 357.50 5000 $0.X. S0uO 5 357.50 UPD 28 Programming Cables 2 5 170.00 $ 340.30 S 22103 50_C0 50.30 50.00 $ 221.:9 UPD 29 Data port 0 5 230.00 5 1499.50 50.00 50.00 50.00 5000 53.00 LPD 70 Spare Equipment -XL-2DDPSinge Band 0 $ 5.565.00 54130 50,00 50_00 50.00. SC -CC 50. a L'P0 31Spare Equipment -XL-20PMulti Bandi3irel 0 5 6.565.00 50_34 50.00 50.00 53.00 SO:3 $0.E0 tPc 32Spare Equipment -xG-75P 0 5 4.230.00 SC.00 50.30 S3.00 SC.00 S0.30 50.00 UPD 33 Spare Equipment - XG•15P 31 5 2:230.00 5 69.13C.00 S 44,934.50 50.00 $0.00 50.00 5 44,934.50 UPD 34 Spare Equipment- Belt Clip 0 5 25.00 $0.00 S6..)3 50`00 50.00 SO:x SO.3C 1:0D 35 Spare Equipment- Antenna (Dua:Band) 0 5 5000 i..Ce SC.06 5000 50.00 SO.W 5000 U?D 3n' Sane E4urpnaent- Antenna i,_,2wave) 0 5 35.00 5 $ 5000 50.30 50.`0 5 Attachment 6 - Pricing Schedule 10.00 Page 45 PhM.2 PrriM'3 PiIM-1 P4M-2 PHM-2 FHM-2 PrrM.3 PHPO-3 PHMr 3 Phihotr4 PPHM.4 Pr-30-4 PHM-5 PHM-5 H�5 Warranty Maintenance Year 1 1 1 year hardware warranty/rnarntenance (year 1) 2 1 Year software rvarrannf/maintenance (tear 1( 3 1 year labor warranty/ma rtenarce year I) Warranty / Maintenance Year 2 1 1 year hardware warranty/maintenance (year 21 2 1 year suf^war6 warranty/maintenance (year 2) 3 1 year .abarwarranty/maintenance (year 2) Warranty / Maintenance Year 3 1 1 rear hardware warranty/rrrarhterarce ;year 3) 2 1 year software warranty/maintenance (year 3) 3 1 year laborwarranty/rnarntenaace iyear 3). 1 Warranty / Maintenance Year4 1 1 year haraware warranty/ rnai me Hance ! year d) 2 1 year software warranty/rnarntenarr e (year 4) 3 1 year iabc-rwarrarty/maintenance (year 4) Warranty / Maintenance Year 5 1 1 year hardware warranty/mar nterance !year 51 2 t yaar elf (ware warranty/maintenance !year 5) 3 1 year labor warranty; marntanarce (veer 5) EXHIBIT Cl - Negotiated Price Schedule mdudee on Rarl-o 2 Year Warrarty inetudee on Radio 2eaar Warranty inctuded on Radio 2 Year War. arty (needed on Radia 2 Year Warranty included on Radio 2 Year Warranty :re;tided on Nacho 2 Year Warranty 5 .:-32310 5 4.023-10 5 ncluded S 4.523.10 5 4.823,10 S 5 4,36) 8t1 $ 4,967.30 $ rrrcloded 5 4, 967.80 5 4.967.50 5 50 CO SO 30 S0.00 5033 SO.2 $9.10 4,371.10 900 4.523,13 4,%7.20 001 4.967-30 5 5,115.90 5 5.1199.20 5 :nrirrded r 5 5,115.99 5 5,115.30 5 5.16.90 099 5,116.90 $0.00 S0.00 S0 CO SO 50+00 50.04 0.00 0.Da 0,00 0_00 9_00 604 0.00 0.00 0.90 50.00 50.00 S0.00 SOW 59.00 50.00 0.20 9.90 0.10 S0.09 50 50 30 $0 90 5©.00 50.29 3,78) 5 3.e0 5 300 5 50.04 S0.00 50.r0 50.'0 SC 4,313.10 4,523-11 0 10 a.0c 5 4,367.33 0.03 O.00 $ - 0.20 0IC 5 4,96i,29 0.00 0.00 0.00 0.20 $ O.1)0 $ O.CO 5 5,116.90 5.116.S0 Attachment 6 - Pricing Schedule Page 46 EXHIBIT Cl - Negotiated Price Schedule CITY OF MIAMI, FL Contract No. RFP592382 Attachment 6- Negotiated Price Schedule Radio Subscriber Equipment - Mobile Radios (Local Government) ADD ALTERNATE twnY UMD UMD U MD U fv7D UMD UMD LIMO UMD UMD UMD UMD UMD WOO UMD 'MD UMD UMD ''tiarl0 14500 12f.)D 11MD 1,11\40 UMD DMD ttk0D UM0 UMO LIM10 2M0 LAID uMD 7MCO 7M15 09 Discounted Discount Discount Equipment Equipment Total Inetalradon Total and Unit Total Price unit Tetat Pnce rnatairatln-Tend Digital Mobile Radios (Local Government) I DI Matta)* • cash mount XG-75M 125 5 3,730,03 5 470,000.00 $ 305,500.00 $ 350.00 $ 43.750.00 $ 43,750.00 5 343.:50J0 2 DI Malaria : trunk mount 35.2565 0 5 4.250.00 $0.00 50.05 5 437.50 Snap 50.00 507.0 3 D1 Multi -Bend Mobile • dash mount 0 $0.00 50.00 $0,10 50.00 50.00 50.00 $00C 4 D1 Muttn0and Mottle- rank mount 0 $0.10 50.00 50.00 50.00 50.00 50.00 j000 5 DZMohile - dash mountlG-7540 0 $ $.37.1.50 SO 00 50.00 5350.00 50.00 50.00 SO CD o D2 MAArie - trunk mount %G-75M a $ 5,193.0C 50.90 50.00 5437 $0 $0.00 50,00 50.00 7 r32 Multi -bend Mobile • dash mount 0 $00D $0.00 S0,00 5000 $13.00 SO CO 50.00 3 D2 Multi-8and Mob.e - Punk mount 0 $000 50.00 $0.00 $0_00 50.21 SO.00 $O000 9 D3 Selabde - dash mount 0 5D.00 50.:0 Saco 5-0220 50.70 53.Cr S000 1C D3 Mo6ile - trunsmcunt 0 50.30 50.70 59.00 50.60 50,30 53.00 50.00 11 D3 Multi -Band Ma5rre -dash mount 0 50.00 SO. 53,00 50.00 50.00 S3O0 Saw 12 D3 Multi -band Mobile • trunk mount 0 50.817 $0,00 S0.00 SO CO $900 SO.CO $0.00 13 AES Encryptren 0 5 495.03 5 321.75 50.00 5000 S0.00 50.CD $000 14 Oyer the Air Re keying 0 5 _ a95.50 5 321.75 50_00 50.00 5300 SOLO $0_00 15 Over the Air pragrammin-g 1 5 265.2Y1 5 1172,25 included in package ante 50_0 SD00 50.a0 16 Oual control head 0 $ 1.355,00 SC.00 50.00 5 437.50 50.00 50.00 $0 CO 17 Siren and light contra) 0 5 1,120,90 5 723.00 5030 $0.00 SO.00 50.33 50,00 IS .^unlit address 0 5 :65.00 $ 172.25 $0.00 50.00 SO CC 50.00 50.00 19 D?5F Micrapltaaa -6oi a Car•canrng 0 i 1b0.00 5 104.00 $100 50_00 50_C0 50_00 $0_00 2O Programming 0 5030 50_00 SO00 S 47.00 5O CO 50_00 se.00 :1 Anagramming Cables 2 $ 130.03 5 360.00 5 20400 3000 50.00 S0.00 5 234.00 22 Programming Sefitrare 0 $5 S2030 5 357,50 50.00 50.00 50.00 50.00 50.00 23 lnsrypnon 1Als: 0 5 495.00 5 321.73 50000 SO.00 $000 S0.00 5000 24 Data Cable 0 5 115.30 5 74.75 $0.00 SC eC SO.eo 50.00 $0.30 25 Motorcycle mvur :rng it ., 5 1.765.30 5 1,147.25 $0_00 $000 50_00 SO.30 50.30 26 Antenna system 1 $ 565.00 5 367.5 included n package price $0.00 $0_00 50.30 27 Spare Equiament-XG-25M Dash Mt. 4 5 1,7E0.00 $ 15,040.00 $ 9,776,00 $0_0 50_00 50.00 $ 9,776.00 255pare Equipment -XG-25M9eroate Mt 0 5 4.2E0.00 $0_00 50.00 5000 50_00 $0.00 50.30 24 Spare Equipment-00G-75M lash Ms 0 5 6074,53 50_00 5306 SO CO 5000 50.00 $0a0 30 Spare 24urprnent - XG-75AM Oemore cos 0 0 _ 5.195.03 SOSO 5'<7, CC 50,00 50.00 50000 50^00 31 Spare Equipment -3G75M Dual Headteit 0 $ 6.429.5D 50.00 50`CO $OCO $0000 5000 50 00 Optional Equipment lln Sand Vehr-.ular Recreater l0PTI0"3A1) I 5 14,630,00 5 14.630-09 5 9.509.50 $ 500.0D 5 5C0.00 5 500.00 5 10009.50 2 Cross -banal vehicular Repeater(OPTIONALI 1 5 13.37090 5 13.970.99 5 9,080..5C 5 437.50 $ 437.50 5 437.50 5 9,313.00 Warranty Maintenance Year 1 a!iS,l e 1 lyear warranty and maintenance after acceptanca inch ,o0a le: Radio 2:Year Warren-ly Sa.00 50,00 $0.00 5100 50.00 Warranty / Maintenance Year 2 PHM•2 1 lyear nardware war-anty/maintenance :',ear 21 1 included .:n Radio 2 Tear Warranty 5000 S0`00 $0_90 50.00 50000 PHM-2 2 l year software warranty/mai ncenance (Yea- 21 1 included in Radio 2 Yea. Warranty S0_00 50000 $0_00 SC.00 SO. DO PHM-2 3 3year:abut warranear'ioaintenance (year 2) 1 includes in Rad:a 2 Yea Wartanty 50_00 MOO 50.00 S0_00 $0.00 Warranty / Maintenance Year 3 PHA)-3 . 1 tear harawore warranty,'rcarntanance {year 3) t. 5 1,205.D 5 1,105.30 $ 1.705.30 SO: 0 $0.00 SC.00 5 1,205.30 Pr1M•3 2Iyear software '.rarranty/matntenaneaNeat 3) 1 included 50.00 50_30 50.00 $9.00 $ FHtd•3 3lye a labor WA rranr;/rr.a+nte nonce (year 3) 1 5 1,205.50 $ 1,7asec $ 1.205 SO $0.30 50.00 SOAO 5 1,205.30 Warranty / Maintenance Year 4 PHM•4 l hearhardware warranty/ oraintenarce i year 4) 1 5 1,2.12.00 5 1,242.00 $ 1,23265 5000 50.(3) 50.00 5 1,242.DO PH147.4 2 1 year software warranty/maintenance !year 4) 1 included 50.90 $0.70 50_00 50.00 5 9165.d 3 l ye at labor warranty/maintenance:year41 1 5 1,242.00 S 1,142.000 5 1,242.00 $0_00 50.00 50.00 $ 1,2,12.00 Warranty / Maintenance Year S HM-S 1 l year hardware wanaray.marnte ranee : year 5) I $ 1,219.20 $ 1,279.20 5 1,279.20 $0.00 $0.00 SO00 $ 52.3.20 IiM-5 7 l year software warrantyfmainte trance ;year 5) t included WOO 5000 50-00 50.00 5 HM•5 3 Syeai 13)10, warranty/maintenance iyear S) 1 S 1,279.20 5 1.27923 5 1,279.20 SO ea 50.00 50.00 S 1.223,:0 Attachment 6 - Pricing Schedule Page 47 EXHIBIT CT - Negotiated Price Schedule CITY OF MIAMI, FL Contract No. RFP592382 Attachment 6 - Negotiated Price Schedule Radio Subscriber Equipment - Desktop Stations (Local Government) ADD ALTERNATE nor Discounted Discount Discount Equipment Equipment Total Instailation Tout ala Oly Unit Total Pnce Unil Total Pace Installation Toter Desktop Station (Local Government) w io 1 o1:,dobile - dash:mount XG-2Sdv; U 517,c c 5$a33 5D.! o Saco 50.G0 Sax 50.00 UMD 2L1Mobil e- trunk mount XG'25M C $0.0 50.00 50.00 50.00 500WW 50.00 S0.00 UMD 3D1Mufti • Band Mobile - dash mount 0 SOW 50.00 SvW3 SOW $0.00 SC.00 $0.00 1JMD 4 D11rh„ti-Band Moirle - trunk mount 0 50.0k SOW 50.0 50.10 53.00 ",.',) $0.30 UM. 5D2Mobite- Desktop StationLS-700C/X&75M 2 $ 7,385:a 5 15,370.W $ 9,9'9r0.50 5 1.375.03 5 3,753.00 $ 3,75000 5 13,740,53 UMD 6 02ar1ob+le • trunk nountXG•75MN 0 $0.03 $3.00 50.00 50.00 50.00 $0.30 50+00 UMD 1 D2 Muti-lard+elnbr€e -dash mount 0 50.07 50.CG SO.00 513.33 SO00 $0,00 50.00 UMU a02Mu&Baro bile - trunk mount. C 50.33 5.0.0 50.00 5000 50.00 50.00 50.000 UMD 9 °D3 Mobile - dash mount 0 $0.03 50.00 ;ow 50.30 SO.CC 50.00 $D.00 UMD 10 D3 Mobile • trunk mount 0 $0.00 5000 S0.00 50.00 50.00 50.00 $0,00 UMD 1iO3Mui+,i•BandMobile - dash mount 0 53.°.3 50.W 50.CE7 5000 $0.00 $0.0C S0.00 UMD 12 !AWN -Band Mobile • trunk mount 0 $0.333 50-CC 50.00 5108 50.00 5000 50.00 UMD 13 AES Encryption 1 $ 4955.03 S 321.75 50.00 $0.110 50300 50.DC S0.00 UMD 14 Over the Air 0ekeyang 3 $ 495.00 5 321.75 $0000 50,00 50.00 $0.30 SO.C4 UMD 1SOver the Air Pr„granrmiag 1 $ 265.)3 S 172.25 includecitpackage arise SODO 50.0 50.11E uMD 16 Dual control head G $0.al 50.Ctl 5030 50.30 50.60 $C 10 50.30 UMD 175drenand light control 0 50.00 50.00 $000 50.0o $0.c0 SOOE 50.000 UMD 13 Public address 3 50.00 50030 $0.00 SC:.OG 50.€00 $0.00 50.00 UMD 9GTMEMrcrcphone- Noise Cancelling 0 5 16C.00 $ 104.00 $am Sc90 50_00 50i33 $0.00 UMD 20 Programming 0 5C.00 ' SO.;10 540.W 5 47.70 50.00 50.03 50.00 UMD 21 Programming Cables 0 $ 13000 $ 117. 3 50.0 50.007 $0.00 50.00 50.00 UMD 22 Programming Software 0 S 550.00 $ 357.50 50.90 50.00 50.00 5..9O 50.90 UMD 23 Encrypton IAES) 0 $ 495.131 $ 32175 50:W 50.00 $0.00 50.00 57.00 U'MD 34 Data Cable o 5 115.00 5 74.75 50.00 50.W 50133 $000 50.00 UMD 25 Motorcycle rrountingkit 0 50.00 $0.10 50.C>e 5D.00 saw 50.40 50.00 UMD 25Antenna system • Desktop Stations 2 S 695.95 $ 1,391.30 $ 1.252.71 50.00 51100 50.00 5 1,552.71 (AID 27 Share Equipment 0 50.00 SD.30 50 C0 50.00 50,30 $300 5O CC UMO 28 Spare Eouipment 0 50u00 50 x7 50.00 $3.00 5030 50.10 50CC 13160 7,11 Spar? 1quipn'ent-CS-7COOIXG•7SM 1 S 7.926.,J0 $ 7,926.00 $ 5.151.90 5100 $C,07 $0.W 5 5,151.3C Attachment 6 - Pricing Schedule Page 48 EXHIBIT Cl - Negotiated Price Schedule CITY OF MIAMI, FL Contract No. RFP592382 Attachment 6 - Negotiated Price Schedule OPTIONAL ITEMS Site Name/location: Systen+ Discounted Discount Discount Equipment Equipment Total installation Total and Item Oty Um Inlet Price Unit Total Price InslallationTotai Equipment OPT 1 `+Scc:va:•e 2 ruc:conal Couplets l6 S190.13) 512,64C.70 S1.2.540.00 50.00 50.00 50.00 512.64000 OPT 2 Auco•TeSt Option - rleraflex Radio Test Set 1 $8.100.50 5g.10C.50 58.100.50 $0.00 50.00 50.00 $9.100.50 OPT 3 0 SO00 SC.00 SOLI' 50.30 $0.M 50.00 50.00 CPT 4 0 SC OD 5C.00 S0.CC S030 50.CD SOLO 50.00' OPT 5 0 Stlit0 S0.00 SO CC S030 50.f SO00 $C.Ott OPT 6 0 50.30 50.00 5000 5000 50.00 $0.00 50.00 OPT 7 0 5020 50.00 50.00 50.00 50.00 $0.00 50.20 OPT a 0 $0,00 50.M 50:M $0.00 $0.00 S0.30 50.00 OPT 9 0 50.03 San sax 5C•.00 50, 0 50.30 50:00 Training Training - Web -based Ref,'esn :-;;.:::.,z OPT 1 I $ 10 `S.CC $ 10,12$.00 $ 10,125.00 0300 CD.M 0.03 $ to:250t tap to 500 students; OPT Training Welrbased Refresh: Tr. 5 20 25 5 23 25 5 20.25 0 ,00 calOA 5 20.15 a 2iadditionalstbdents-each/ - --- OPT 3 Training • manual to System A:,:.^ .:a:.rs� 5 2CC-'CD 5 200.00 5 2C0.00 0 C0 0.09 0.03 $ 00100 OPT 4 Tcar:-:ing - manual for OCe,a- :,.. ::..sse I > Sil- :0 5 5020 5 50.00 0.CO 0.00 5 50.00 OPT 5 Training - ,Manual or C3 --_ c 5 SQ.S. 5 $0.00 5 KM 0.00 0.00 0.00) 5 SO.t O OPT 6Training - Manual for Pita lnter:,-.-.-_burse 1 S 2C0.00 S 220.00 5 2110.00 0.00 0.03 0.00 $ 20.0C Warranty / Maintenance OPT 13yt (total 5yrtEx:endedWarr -XG-15P 625 S 156.000 5 122.500.0C 5 122,50C 20 0.2. 0.00 0:011 5 122,501,10 OPT 23Yr(tctai5yrIExtended Warr -XC-201W 1650 5 245.M 5 4CA,250.0C 5 a04,2550.3 0.M0 0.X 000 S 404.250.00 OPT 3 3 yr Octal $Syr Extended N3rr - X1-200P 363 5 245.03 5 86.935 "_C 5 9803521T 0.X 0.rM 0 00 5 38.935.CO OP- 4 3yr (tctal 5 yr: Extended Nair-Xv-29e1 141 5 220.50 5 3109C.50 $ 31,090 0 0.00 0.=00 0:00 S 31,090.50 CPT 5 3yritotaV 5 yr, Extended Wa-r -XL5 750t 335 $ 274.50 5 9195150 $ 91,952,30 0.00 r.00 0:00 5 91,95750 AD = As Oete• mined by Proposer total S 770,118.75 5 710,119.75 Total 5 $ - 5 770,118.75 Attachment 6 - Pricing Schedule Page 49 City of Miami, Florida Contract No. RFP592382 EXHIBIT C2 CONTRACTOR'S PROPOSAL Due to size of document, the Contractor's proposal can be downloaded from the following link: https://mia- mv.sharepoint.com/personal/schanev miamigov corn/ lavouts/I 3lanedrive.aspx?id=% 2Epersonal%2F,chane -%3Fmiamigo%T%5Fcorn%2F:Documents°°o2FP°n2D3&Fold.erCTI D=Ox012000F359DOC IFF5C2B4BBF4CDDD40863AB6F 47 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 EXHIBIT D INSURANCE REQUIREMENTS See attached 48 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 AC R CERTIFICATE OF LIABILITY INSURANCE DATE 1rhM,DD!YYYY) •Te 1': I111 r THIS CERTIFICATE 15 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED. the poticy(ies) must be endorsed. If SUBROGATION 15 WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER I+1:115ES -ICI'L_ _dJ INSURED J•+arcs .E n 1 2 .Yntl .:Aso '?I':d iiy COl:rAP r` CONTACT NAME PHONE rAit . ttiC NE. ExU:__. .-- tA.0 No'; EMAIL JtOO RE.3S. ...._e__.__. INSURERS) AFFORDIN0.COVVERAGE INSURER A: urc1' Arsef c n rStraa:e unary NAIL 1Es:S INSURER E : Arlencan Zurich iASurar4 e Compa€'y INSURER L : 11'r1 rNsanee D SURER E - INSURER F COVERAGES CERTIFICATE NUMBER: A'. CC4165258 .. REVISION NUMBER: THIS IS TO CE RTIFY TPA THE POLICIES OF : IJR"1NCE LISTED BELOW HAVE BEEN ISSUED 10 THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INClCATEC NOTMVIThST.AN01NG ANY REOLTHE .1ENT TERM OR CONDITION OF .ANY CONTRACT CR OTHER DOCUMEN ' WITH RESPECT TO WHICH THIS CERTIFICATE ML1Y BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HERE' ' IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID ZLAIMS . _.-........TYPE OF lNS:IRANCE r SR ADOL SUSR POLICY `EFT ' pO�_', fey Ems LTR rNSD ry'IU POLICY NUMB>=R iMt�rVo YYYY (MD:rYY'rYJ LHNiTS n .( COMMERCIAL GENERAL LIASIUTY vl •:3C;''?PSE;,:i r.i+e#. MI6' / 2.017 Acii CCIJRRE NCE 1 $ 14 J,i)OIG %L.airos.ti.)E CCC1Jn CAMAtic IF -. TCv ' $2,LG.L'0C 1 -..xP tAm/ah®poiSOnr $ 1;.L"ri ERSONAL :L ACV INJURY ' $ 1,000.000 3EIY'€. h;;& Ez;ATE LJWITAPPt.tES PER POLICY ..,.. }C„T .... .....: 1.Gr; f GENERAL A30R1 A'F 3 2,,,,;,A,h, rAR4)g1Jt;TS• ,;C11v1F'13r+A£;G $ a AUTOMOBILE LrABILITY ilf- ':-'.:,-:c C:1,2," C ANY AUTO Ali. D'irtNE:: — Sr HFUt LE•a }t:T"S AUiGS NON-C'::NED .. /t •IIREO AUTOSY AUTOS - . ': �' ;;.,..•: COMBINED SitLF. HMI r g I rl VOCILY 1NJUR ,Per ders^hf 5 OtRAL`r NARY Pe+,Ir. to t. 3 \ F OPERTY DAMAGE 3 _. -Pe-ati54Sr^' UMBRELLA LIAR OCiaA ' '. EXCESS Uv AS v1 LAIMS.MACE EAG-lO.CURRENCE 5 . AGGPf.rsArE 5 OEM : RETENr:Ort3 WORKERS COMPENSATION'AC 36i35, . OS) ' 251; '. AND EMPLOYERS' L1AS L1"Y - An PR T . P PORT ra .;1 .= F _.•_...P: xL�L�.i.�'� ty NIA (Mandatory in NH) f d , . A I� I 2f" Y V r'• (1'H. STA r) F ER F I. eaf'H ACt.S:FNT 5 I E.L. DISEASE -• EA EMPLOYEE 3 1 :CAL CC3 EL. GIS9:A F• P`3L'-;V _€RI17 5 5:C.- :.: CE`47,3!PTICN]F JPEa =.:raE _;r,LT16N5 VEHICLES;ACOPD Fat. Additional Remarks Schedule, may be attached H mate space is resulredl .._ .. _.. ...-,: .. _ No5 2'$2. City 1f',ikn ; r I r„ - _ - - t �:arr,;'�le;twer+ RF - - ' < Udsd 35 A:�di•:fvrai :n3err�j CI rYo kgis LD`FSertSai"C-:e Apra r8amfc] Cy . .. ... .. .. - .. .... .. ':,:,T ay t4nE4r s:r,11X! ar? in C er1 to •`• `y :e'•RS 3fl :CIF'T CES :Y e:esrea i!..rork!ti ..,! periatan T `I!S rn5tirartce ;S ilri!pari ar? •• _ s it . _ . . ., J' :ttA OperaLt,+st5 of the parted stsurei sttler1 :G pofiCy'erna and :or:Ary is CERTIFICATE HOLDER CANCELLATION ';y `.litre S.0 434 Pi k,!;a' ii rL SHOULD ANY OF THE ABOVE ()EMENDED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED EN ACCORDANCE WITH THE POLICY PROVISIONS, AUTHORIZED REPRESENTATIVE Of Marsh USA Inc. Maneshl Mukherlee 3K , u,,), i a} .te—+u ec ACORD 25 (2014/01) 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD City of Miami, Florida Contract No. RFP592382 EXHIBIT E PERFORMANCE/PAYMENT BOND 49 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 City of Miami, Florida Contract No. RFP592382 EXHIBIT F AND EVIDENCE OF QUALIFICATION TO DO BUSINESS IN FLORIDA (To be provided upon document execution) EXHIBIT G 50 800MHz P25 Digital Trunked Simulcast Network System Rev. 4/4/17 Detail by Entity Name Page 1 of 6 Florida Department of Slate g ✓ t Department of State / Division of Cemr)fatlofis / Search Records / Detail By Document Number 1 DIVISION OF t ,ONPOR+vnr s Detail by Entity Name Foreign Profit Corporation HARRIS CORPORATION, A DELAWARE CORPORATION Cross Reference Name HARRIS CORPORATION Filing Information Document Number 826966 FEI/EIN Number 34-0276860 Date Filed 11/02/1971 State DE Status ACTIVE Last Event RESTATED ARTICLES Event Date Filed 11/10/1986 Event Effective Date NONE Principal Address 1025 W. NASA BOULEVARD MELBOURNE, FL 32919 Mailing Address 1025 W NASA BOULEVARD MS: C-21B MELBOURNE, FL 32919 Changed: 03/22/2017 Registered Agent Name & Address CORPORATION SERVICE COMPANY 1201 HAYS STREET TALLAHASSEE, FL 32301-2525 Name Changed: 12/28/2007 Address Changed: 12/28/2007 Officer/Director Detail Name & Address Title Senior Vice President, Human Resources and Administration Duffy, Robert http://sears:h.sunbiz.or4g/Inquiry/CotporationSeareh/SearehResultDetail°?inquirytype— .ntity... 4/20/2017 Detail by Entity Name Page 2 of 6 1025 W. NASA BLVD. MELBOURNE, FL 32919 Title COO, President Brown, William M 1025 W. NASA BLVD. MELBOURNE, FL 32919 Title Senior Vice President -General Counsel and Secretary MIKUEN, SCOTT T 1025 W NESE BLVD MELBOURNE, FL 32919 Title VP, Deputy General Counsel Deglomine, Anthony 1025 W. NASA BOULEVARD MS:A-12A MELBOURNE, FL 32919 Title Director Chiarelli, Peter W 1025 W. NASA BOULEVARD MELBOURNE, FL 32919 Title Director Swienton, Gregory T Ryder Systems, Inc. 11690 N.W. 105th St. Miami, FL 33178-1103 Title Director Dattilo, Thomas A 1983 Beach Ave. Atlantic Beach, FL 32233 Title Director Growcock, Terry D 4555 Bayshore Blvd., NE St. Petersburg, FL 33703 Title Director Hay, Lewis, III NEXTera Energy 700 Universe Blvd. Juno Beach, FL 334080420 http://seat•ch.sunbiz.orgf lnqui ry/CorporationSearch'SearchResultDetai l'?inquirytype=Entity... 4/20/2017 Detail by Entity Name Page 3 of 6 Title Director Stoffel, James C 101 Knollwood Dr. Richester, NY 146183514 Title Director Keene, Leslie F 3450 Barristers Keepe Circle Fairfax, VA 220314715 Title Director Tookes, Hansel E, II 471 Savoie Dr. Palm Beach Gardens, FL 33410 Title Director Joshi, Vyomesh I 17343 Via Del Campo San Diego, CA 92127 Title Director Fradin, Roger B 1025 W. NASA BOULEVARD MELBOURNE, FL 32919 Title Director Albaugh, James F 1025 W. Nasa Blvd Melbourne, FL 32919 Title Assistant Secretary Johnson, Robert A, Jr. 1025 W. Nasa Blvd Melbourne, FL 32919 Title President, Critical Networks D'Alessandro, Carl D 1025 W. Nasa Blvd Melbourne, FL 32919 Title VP, Internal Audit and Compliance Dua, Kemal http://search.sunbiz.org[Inquiry/CorporatianSearch/SearchResultDetail?inquirytype=Entity... 4/20/2017 Detail by Entity Name Page 4 of 6 1025 W. Nasa Blvd Melbourne, FL 32919 Title Senior Vice President, Integration and Engineering Fox, Sheldon J 1025 W. Nasa Blvd Melbourne, FL 32919 Title President, Space and Intelligence Systems Gattle, William H 1025 W. Nasa Blvd Melbourne, FL 32919 Title VP, Financial Planning and Analysis George, Toni L 1025 W. Nasa Blvd Melbourne, FL 32919 Title Senior Vice President and Chief Financial Officer Ghai, Rahul 1025 W. Nasa Blvd Melbourne, FL 32919 Title VP, Government Relations Hanna, Tanta 1025 W. Nasa Bvld Melbourne, FL 32919 Title VP, Harris Business Excellence Lindsay, Janice M. 1025 W. Nasa Blvd Melbourne, FL 32919 Title Senior Vice President, Chief Global Business Development Officer Mehnert, Dana A. 1025 W. Nasa Blvd Melbourne, FL 32919 Title VP, Investor Relations Padgett, Pamela M. 1025 W. Nasa Blvd Melbourne, FL 32919 Title VP, Principal Accounting Officer http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 4/20/2017 Detail by Entity Name Page 5 of 6 Taylor, Todd Allen 1025 W. Nasa Blvd Melbourne, FL 32919 Title President, Communication Systems Young, Christopher D. 1025 W. Nasa Blvd Melbourne, FL 32919 Title President, Electronic Systems Zeiss, Edward John 1025 W. Nasa Blvd Melbourne, FL 32919 Annual Reports Report Year 2015 2016 2017 Filed Date 04/15/2015 03/21/2016 03/22/2017 Document Images 03;2212017 --ANNUAL REPORT 03/2112016 — ANNUAL REPORT 04/15,•2015—ANNUAL REPORT 04/10/2014 —,ANNUAL REPORT 04112/2013--ANNUAL. REP OPT 0411 0/2012--ANNUAL (REPORT 0304412011 --ANNUAL REPORT 02118i201 i0 _- ANNUAL REPORT D4100:2009 -.. ANNUAL REPORT 04428I2008 -- ANNUAL REPORT 12128/2007 _. Rey, agent Change 01/11/2007 -- ANNUAL REPORT 01/05/2006 -- ANNUAL REPORT 031612005--ANNUAL REPORT 01107/2004 —ANNUAL REPORT 01/06/2003 -- ANNUAL REPORT 02tf3/2002 -- ANNUAL REPORT 01/2512001 -7. ANNUAL REPORT 05/3012000 -- ANNUAL REPORT OW2911999 — ANNUAL REPORT 04/17/1998 -- ANNUAL REPORT 05,16/1997 -- ANNUAL REPORT 03/20:1996 —ANNUAL REPORT 05.'011i995--ANNNUAL REPORT View image rn POF formai View, image in PDF format View image in PDF format View image in PDF format View image in PCF format View image in PDF format Vie:^, imnoe in PDF format Vier: in1a1le in PDF format View image in PDF format View image in PDF format View image in PDF formai View image in PDF format View image in PDF' format View image to PDF format View image to PDF format View image in POF format View image in PDF format View image in PDF format View image in PDF format Vier irnage in PDF format View image in PDF forma View image in PDF form i View image in PDF format View image in PDF format http://search.sunbiz. org/Inquiry/CorporationSearch/SearchResultDetai [?inquirytype=Entity... 4/20/2017 Detail by Entity Name Page 6 of 6 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype—Entity... 4/20/2017 City of Miami, Florida Contract No. 592382 EXHIBIT G SOFTWARE LICENSE AGREEMENT This License Agreement ("Agreement") is made on , 2017, (the "'Effective Date"), between Harris Corporation a Delaware Corporation, through its Communication Systems Segment, ("HARRIS") with offices at 221 Jefferson Ridge Parkway, Lynchburg, VA 24501, and the City of Miami ("CITY"). The City is a Florida municipal corporation located in Miami -Dade County, Florida. HARRIS is the owner of certain wireless communications software programs and the City desires to obtain a license from HARRIS to use such wireless communications programs. 1.0 Definitions. 1.1 "Designated Systems": Means the HARRIS system(s), products, and Designated Terminals purchased by the City and identified in the Professional Services Agreement (PSA) for which the Licensed Programs and documentation are intended to be used. 1.2 "Designated Terminals": Means the HARRIS's Terminals purchased by City. 1.3 "Licensed Programs": The term Licensed Programs shall mean the wireless communications computer programs in software or firmware supplied under this Agreement by HARRIS in binary object code format to the City (stand alone or in conjunction with the purchase of a HARRIS wireless communications system). Licensed Programs shall also include all other material related to the Licensed Programs supplied by HARRIS to the City hereunder, and which may be in machine readable or printed form, including but not limited to user documentation and/or manuals. 1.4 "Open Source Software": Means software with either freely obtainable source code, license for modification, or permission for free distribution. 1.5 'Open Source Software License": The terms or conditions under which the Open Source Software is licensed. 1.6 "Primary Agreement": The Professional Services Agreement (PSA) to which this exhibit is attached, 1.7 "Third Party Software Products": Shall mean programs that are not developed by HARRIS which are licensed/purchased by HARRIS for inclusion in its products. 2.0 License Grant for Licensed Programs. 2.1 Subject to the terms of this Software License Agreement (License Agreement) and the performance by the City and Harris of their respective obligations hereunder, HARRIS hereby grants to the City, and the City hereby accepts from HARRIS, (a) a personal, non -transferable, non-exclusive, perpetual, limited license to use the Licensed Programs in object code format only; and (b) install and execute such Licensed Programs on City's equipment; and (c) which are to be used for internal business purposes only. All Licensed Programs under this License Agreement shall only be used in conjunction with the Designated System. This license does not transfer any right, title, or interest in the Licensed Programs. The license granted authorizes the City to use the Licensed Programs in object code format and does not grant any rights to source code. Rev. t 1)4/4/ 17 City of Miami, Florida Contract No. 592382 2.2 The City will not reproduce, modify, or make derivative works of the Licensed Programs, except that the City may make one (1) archival, and one (1) inactive backup copy of the Licensed Programs. In addition, the City, its agents, consultants and/or its subcontractors will not attempt to reverse engineer, decompile, or reverse -compile any software contained in the Licensed Programs and any attempt to do so shall be a material breach of this License Agreement. With respect to the Licensed Programs. the City will not alter, deface, discard, or erase any media, documentation, or HARRIS or Third Party Licensor's trademarks or proprietary rights notices. 2.3 Third Party Software Products may be subject to additional license terms, which. if applicable, are set out in Product Specific License Terms delivered with each product. Additional Third Party license terms and conditions may be found at http:!/pspc.harris.corn/LicenseAereements/default.aspx. To the extent applicable, the City shall comply with any additional Third Party Software Product license terms providing that the City will be afforded a thirty (30) days period to approve, disapprove or request modification of new License Terms later introduced by Harris. 2.4 If the Software licensed under this License Agreement contains or is derived from Open Source Software, the terms and conditions governing the use of such Open Source Software are in the Open Source Software Licenses of the copyright owner and not this License Agreement and, to the extent applicable, City will comply with the Open Source Software terms License terms, If there is a conflict between the terms and conditions of this License Agreement and the terms and conditions of the Open Source Software Licenses governing City's use of the Open Source Software, the terms and conditions of the license grant of the applicable Open Source Software Licenses will take precedence over the license grants in this License Agreement. if requested by the City, HARRIS will use commercially reasonable efforts to: (i) determine whether any Open Source Software is provided under this License Agreement; (ii) identify the Open Source Software and provide the City a copy of the applicable Open Source Software License (or specify where that license may be found). 3.0 Protection and Security of Licensed Programs.. The City acknowledges and agrees that the Licensed Programs and any materials and/or documentation related thereto, and any portion thereof, supplied by HARRIS hereunder are proprietary and confidential to HARRIS or applicable third party owners and are a valuable commercial asset of HARRIS or their third -party owners. The City also acknowledges and agrees that HARRIS and/or the third party licensors have and shall retain all proprietary rights in their respective portions of the Licensed Programs and any materials and/or documentation related thereto. City (i) shall respect such proprietary rights, (ii) shall protect HARRIS and any third party licensor's proprietary rights at least to the extent that it protects its own proprietary information, or such (iii) shall not use the Licensed Programs nor any materials or documentation related thereto except for the purposes for which they are being made available as set forth in this Agreement and (iv) shall not reproduce, print, disclose, or otherwise make said Licensed Programs or materials and/or documentation related thereto available to any third party, in' whole or in part, in whatever form, except as permitted in the terms of this Agreement. 4,0 Warranty HARRIS warrants, for the greater of a period of one (1) year or, if a longer warranty period for the product containing the Licensed Program is set forth in the PSA, the longer warranty period shall apply commencing with the date of City's acceptance of their Designated System, that any Licensed Program furnished to the City under this License Agreement shall be capable of successfully operating on the Designated System in accordance with the logic defined in the operator's manuals when the system is supplied with correct input data. If, on the basis of evidence submitted to HARRIS within the term of this warranty, it is shown that any Licensed Program does not meet this warranty, HARRIS will, at its option, either correct the defect or error in the Licensed Program, free of charge, or make available to the City a substitute program. The foregoing Rev. 1 04/4/17 City of Miami. Florida Contract No. 592382 warranty is exclusive and in lieu of all other warranties whether written, oral, implied or statutory. NO IM- PLIED OR STATUTORY WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE, NONINFRINGEMENT, SHALL APPLY, ALL OF WHICH ARE EXPRESSLY DISCLAIMED BY HARRIS. Licensed Programs which have been developed or are owned by a third -party licensor and which are sublicensed by HARRIS to the City hereunder shall be warranted to the City only to the extent that Harris as the licensor of such sublicensed programs warrants such sublicensed programs to HARRIS. In the event that the Licensed Programs do not conform to the representation above, the City's sole remedy and HARRIS's sole and exclusive liability shall be to replace such Licensed Programs with the then current released version of such Licensed Programs. 5.0 Term and Termination. 5.1 The City Manager may terminate this Software License Agreement, if such termination is in the best interest of the City, for its own convenience, by giving Harris thirty (30) days written notice in the manner set forth in the Notices Section of the PSA. Other than to pay the license fee due through the date of termination. Harris will have no other recourse claim or remedy against the City except to recover such license fee through the date of cancellation. 5.2 The City shall maintain and retain ownership of any and all work product provided by Harris to the City, including without limitation, documents reports, and data which result upon the completion of the Work and Services under this License Agreement as per the terms of the PSA. Harris will retain ownership solely of pre-existing original boilerplate documents not produced exclusively for the City, Within thirty (30) days after termination or expiration of this License Agreement, City will return to HARRIS all confidential material including but not limited to all copies, partial copies, and/or modified copies (if any) of Licensed Programs and any equipment owned by HARRIS in City's possession. 6.0 Assignment/Transfer. This License Agreement, the licenses granted hereunder and the Licensed Programs provided to the City under this License Agreement may not be assigned, sub -licensed, or otherwise transferred by the City to any third party (except to City of Miami agencies and instrumentalities such as the Downtown Development Authority, Miami Parking Authority, etc.) without HARRIS's prior written consent, except that this license may be assigned if the Products containing the Licensed Programs are transferred but the new owner or user of the Products may only use the Licensed Programs in accordance with terms of this License Agreement. Subject to the foregoing, any assignee hereunder shall be subject to all of the terms, conditions and provisions of this License Agreement. Any attempt by the City to assign, sub -license, or transfer the Licensed Programs, or any of the rights or duties contained in this Agreement, without HARRIS's prior written consent shall be void. 7.0 Severability. If this Software License Agreement contains any provision found to be unlawful, the same shall be deemed to be of no effect and shall be deemed stricken from this Software License Agreement without affecting the binding force of this Software License Agreement as it shall remain after omitting such provision. Rev. t 04/a/17 3 City of Miami, Florida Contract No. 592332 8.0 Waiver. No waiver will be implied from conduct or failure to enforce rights. No waiver will be effective unless in writing signed on behalf of the party against whom the waiver is asserted. 9.0 Compliance with Laws. The City acknowledges that the Licensed Programs are subject to the laws and regulations of the United States and City will comply with all applicable laws and regulations, including export laws and regulations of the United States. The City will not, without the prior authorization of Harris and the appropriate governmental authority of the United States, in any form export or re-export, sell or resell, ship or reship, or divert, through direct or indirect means, any item or technical data or direct or indirect products sold or otherwise furnished to any person within any territory for which the United States Government or any of its agencies at the time of the action, requires an export license or other governmental approval. Violation of this provision is a material breach of this Agreement. 10.0 Governing Law; Venue; Attorney's Fees. This Software License Agreement, including appendices. and all matters relating to this Software License Agreement (whether in contract, statute, tort [such as negligence], or otherwise) shall be governed by, and construed in accordance with, the laws of the State of Florida. Venue shall be Miami -Dade County. Each party shall bear their own attorney's fees. 11.0 U.S. Government. If the City is the U.S. Government, the Licensed Programs and documentation qualify as "commercial items," as that term is defined at Federal Acquisition Regulation ("FAR") (48 C.F.R.) 2.101, consisting of "commercial computer software" and "commercial computer software documentation" as such terms are used in FAR 12.212. Consistent with FAR 12,212, and notwithstanding any other FAR or other contractual clause to the contrary in any agreement into which the Agreement may be incorporated, Customer may provide to Government end user or, if the Agreement is direct, Government end user will acquire, the software and documentation with only those rights set forth in the Agreement. Use of either the software or documentation or both constitutes agreement by the Government that the software and documentation are "commercial computer software" and "commercial computer software documentation," and constitutes acceptance of the rights and restrictions herein. 12.0 Agreement. This Software License Agreement may be part of the PSA between Harris and the City for the purchased products by the City from Harris. The PSA and this Software License Agreement contain the full understanding of the parties with respect to the subject matter hereof, and which supersede all prior understandings and writings relating thereto, and which shall become binding in the Effective Date of this Software License Agreement. No waiver, consent, modification, amendment, or change to the terms of this Software License Agreement shall be binding, unless agreed to in writing, signed by the City and Harris. If there is any conflict between the terms of the PSA and this Software License Agreement as to the Licensed Programs, the terms of the PSA will prevail. 13.0 Notices. All notices or other communications required under the Software Licenses Agreement shall be in writing and shall be given by hand -delivery or by registered or certified U.S. Mail, return receipt requested, Rev. 1 044/17 4 City of Miami, Florida Contract No. 592382 addressed to the other party at the address indicated herein or to such other address as a party may designate by notice given as herein provided. Notice shall be deemed given on the day on which personally delivered: or, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. TO HARRIS: Harris Corporation Phil Beeson Senior Counsel 221 Jefferson Ridge Parkway Lynchburg, VA 24501 14.0 Public Records TO THE CITY: Daniel J. Alfonso City Manager 3500 Pan American Drive Miami, Florida 33133 Victoria Mendez City Attorney 444 SW 21d Avenue, 9th Floor Miami, Florida 33130 Annie Perez, CPPO Procurement Director 444 SW 2" Avenue, 6'h Floor Miami, Florida 33130 Harris hereby agrees and understands that the public shall have access, at ail reasonable times, to all documents and information pertaining to the City, subject to the provisions of Chapter 119, Florida Statutes, and any specific exemptions there from, and Lessor agrees to allow access by the City and the public to all documents subject to disclosure under applicable law unless there is a specific exemption from such access. Harris' failure or refusal to comply with the provisions of this section shall result in immediate termination of the PSA and Software License Agreement by the City. Pursuant to the provisions of Section 119.0701, Florida Statutes, Harris must comply with the Florida Public Records Laws, specifically Harris must: Rev. I 04/4i 17 1) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service. 2) Provide the public with access to public records, on the same terms and conditions that the public agency would provide the records, and at a cost that does not exceed the cost provided in this chapter, or as otherwise provided by law. 3) Ensure that public records, that are exempt or confidential and exempt from public records disclosure requirements, are not disclosed except as authorized by law. 4) Meetall requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of Harris upon termination of the PSA, , and Software License Agreement, and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. 5) All records stored electronically must be provided to the City in a format compatible with the information technology system of the public agency. 6) Should Harris determine to dispute any public access provision required by Florida Statutes, then Harris shall do so at its own expense and at no cost to the City, IF HARRIS HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, 5 City of Miami. Florida Contract No. 592382 TO HARRIS' DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (305) 416-1830, Via email at PublicRecords@miamigov.com, or regular email at City of Miami Office of the City Attorney, 444 SW 2nd Avenue, 9th FL, Miami, FL 33130. 15.0 The PSA and Software License Agreement contains the entire understanding of the parties. The PSA and Software License Agreement may only be amended or modified by an instrument in writing executed by both parties. A waiver by Harris or the City of any right or remedy under the PSA and Software License Agreement on any one occasion shall not be construed as a bar to any right or remedy, which Harris would otherwise have on any future occasion. If any term or provision of the PSA and Software License Agreement, or any application of any such term or provision is invalid or unenforceable, the remainder of this Agreement and any other application of such term or provision will not be affected thereby. The PSA and Software License Agreement may be executed in multiple counterparts (including facsimile and pdf counterparts), but the counterpart marked "ORIGINAL" by Harris will be the original Agreements for purposes of applicable law. Ali the representations, warranties, covenants, agreements, and obligations of each party under this Agreement (if more than one) are joint and several. 16. Indemnification Harris shall indemnify, hold/save harmless, and defend at its own costs and expense, the City and its officials, employees, for claims (collectively referred to as "Indemnitees") and each of them from and against all loss, costs, penalties, fines, damages, claims, expenses (including attorney's fees) or liabilities (collectively referred to as "Liabilities") by reason of any injury to or death of any person or damage to or destruction or loss of any property arising out of, resulting from, to the extent caused by, or in connection with (i) the negligent performance or non-performance of the services contemplated by the Software License Agreement (whether active or passive) of Harris or its employees or subcontractors (collectively referred to as "Harris") unless directly and proximately caused by any intentional, wanton and willful act, omission, default or gross negligence or in strict liability of the Indemnities, or any of them, or (ii) the failure of the Harris to comply materially with any of the requirements herein, or the failure of the Harris to conform to statutes, ordinances, codes, resolutions, or other regulations or requirements of any governmental authority, local, federal or state, in connection with the performance of the Software License Agreement or to follow an established standard of care applicable to its performance of the Software License Agreement, even if it is alleged that the City, its officials and/or employees were negligent. Harris expressly agrees to indemnify, defend and hold harmless the Indemnitees, or any of them, from and against all liabilities which may be asserted by an employee or former employee of Harris, or any of its subcontractors, as provided above, for which the Harris' liability to such employee or former employee would otherwise be limited to payments under state Workers' Compensation or similar laws. Harris further agrees to indemnify, defend and hold harmless the lndemnitees from and against (i) any and all Liabilities imposed on account of the violation of any law, ordinance, order, rule, regulation, condition, or requirement, related directly to Harris' negligent performance , act or omission under the Software License Agreement, compliance with which is left by the Software License Agreement to Harris, and (ii) any and all claims, and/or suits for equipment, data, supplies, labor and materials furnished by Harris or utilized in the performance of the Software License Agreement or otherwise; and (iii) copyright, patent, infringement, unauthorized use, or similar intellectual property or telecommunications claims arising out of the goods or services furnished by Harris under the PSA and Software License Agreement. This Section shall be interpreted to comply with Sections 725.06 and/or 725.08, Florida Statutes, if applicable, Harris' obligations to indemnify, defend and hold harmless the lndemnitees shall survive the termination/expiration of the PSA and Software License Agreement, Rev. l 04/4/17 6 City of Miami, Florida Contract No. 592382 Harris understands and agrees that any and all liabilities regarding the use of any sub Harris for services related to the Software License Agreement shall be borne solely by Harris throughout the duration of the Software License Agreement and that this provision shall survive the termination or expiration of the Software License Agreement, as applicable. City must notify Harris of any lawsuit for which indemnification may be sought within a reasonably prompt timeframe after date City is served with the complaint by the Sheriff or a process server. City agrees that Harris' aggregate liability to the City, whether in contract, tort (including negligence), breach of statutory duty, or otherwise for any losses suffered by the City and arising from the services performed hereunder shall not exceed the Total Agreement Price, in addition to applicable insurance provided under this License Agreement. 16.0 Survival Sections 2.2. 3, 5, 7, 8, 10, Hand 12 of this License Agreement shall survive termination of this License Agreement. 17.0 Entire Agreement This instrument and its attachments constitute the sole and only Software License Agreement of the parties relating to the subject matter hereof and correctly set forth the rights, duties, and obligations of each to the other as of its date. Any prior agreements, promises, negotiations, or representations not expressly set forth in this License Agreement are of no force or effect. Rcv. t 044117 7 City oC Miami. Florida Contract No. 592382 IN WITNESS, WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, this the day and year above written. "City„ CITY OF MIAMI, a municipal ATTEST: corporation By: Todd B, Hannon, City Clerk Daniel J. Alfonso, City Manager "Contractor" ATTEST: By: Print Name: Print Name: Title: Title: (Authorized Corporate Officer) (Corporate Seal) APPROVED AS TO LEGAL FORM APPROVED AS TO INSURANCE AND CORRECTNESS: REQUIREMENTS: Victoria Mendez Ann -Marie Sharpe City Attorney Risk Management Director Re+. I 044I7 City of Miami, Florida Contract No. 592382 EXHIBIT H END USER LICENSE AGREEMENT FOR HARRIS BEON SOFTWARE APPLICATION IMPORTANT - READ CAREFULLY; THIS HARRIS END -USER LICENSE AGREEMENT ("AGREEMENT") IS A LEGAL AGREEMENT BETWEEN YOU (EITHER AN INDIVIDUAL OR A GOVERNMENTAL OR CORPORATE ENTITY HEREINAFTER REFERRED TO AS "CITY") AND HARRIS CORPORATION ("HARRIS") FOR THE HARRIS SOFTWARE PRODUCTS IDENTIFIED BELOW (THE "LICENSED PROGRAMS"). BY DOWNLOADING, INSTALLING, COPYING, OR OTHERWISE USING THE LICENSED PROGRAMS OR BY CLICKING THE "ACCEPT" BUTTON AND AGREEING TO THESE TERMS AND CONDITIONS, YOU AS AN INDIVIDUAL AND. AS APPLICABLE, ON BEHALF OF THE CITY ENTITY AGREE TO BE BOUND BY THE TERMS AND CONDITIONS OF THIS AGREEMENT AND THIS AGREEMENT SHALL BE EFFECTIVE AS OF THE DATE OF YOUR FIRST INSTALLATION, COPYING OR USE OF THE LICENSED PROGRAMS OR THE DATE OF THE 'ACCEPT" CLICK THROUGH. IF YOU DO NOT AGREE TO THE TERMS AND CONDITIONS OF THIS AGREEMENT, YOU SHOULD NOT CLICK THE "ACCEPT" BUTTON AND YOU ARE NOT AUTHORIZED TO DOWNLOAD, INSTALL OR USE THE LICENSED PROGRAMS AND YOU MUST IMMEDIATELY DELETE ANY LICENSED PROGRAMS THAT YOU MAY HAVE. City and HARRIS agree as follows; 1. Definitions 1.1 "City" means: 1.1.1 If City is an individual, that individual; 1.1.2 If City is a government entity, all agencies, branches, departments and divisions that are legally part of that government entity; and 1.1.3 If City is a corporation, the legal entity that is the named City plus all other legal entities that are wholly owned by the named City. 1.2 "Contract(s)" means the separate written contract(s) or agreernent(s), if any, between City and either HARRIS or another party authorized by HARRIS to provide the Licensed Programs to City. Each Contract will include the required execution of this End User License Agreement by the City and the City users prior to the installation and use of the Licensed Programs. 1.3 "Device" means the products used by City to run the Licensed Programs. 1.4 "Licensed Programs" means the object code version of the software programs including, without limitation, any scripts, interfaces, graphics, displays, text, images, artwork, drivers, photographs, animations, video, audio, music, text, applets, documentation, associated media and other components or content provided as well as any services provided by HARRIS with the software, if any, together with any Modifications or Enhancements of the above items provided by HARRIS. This Agreement is limited to the object code programs only. No rights in or access to any source code or program listings are provided. Ro. I 0.1114/ 17 City of i4fiami. Florida Contract No. 592382 1.5 "Modifications and Enhancements" shall mean any updates, upgrades, patches, fixes, feature additions, modifications or enhancements of the Licensed Programs, 2. License Grant 2.1 Subject to the terms and conditions contained in this Agreement and the performance by City of its obligations hereunder, HARRIS hereby grants to City, and City hereby accepts from HARRIS, a personal, non -transferable, non-exclusive, limited license to use the Licensed Programs in accordance with any documentation that accompanies the Licensed Programs. 2.2 Any Modifications and Enhancements of the Licensed Programs that HARRIS chooses to make available to City shall be subject to the terms and conditions of this Agreement as well as any additional terms and conditions that may apply to the Modifications and Enhancements. This Agreement does not entitle City to receive any Modifications and Enhancements and any Modifications and Enhancements may be provided by HARRIS at its discretion. 3. City Obligations 3.1 City hereby accepts the Licensed Programs "AS 1S' and shall determine the applicability of the Licensed Programs for City's desired use on City's Devices. Except as expressly set forth in the Contract, all installation, training and maintenance is the sole responsibility of City. 3.2 Nothing in this Agreement shall be construed as giving City any right to sell, assign, lease, or in any other manner transfer or encumber HARRIS's ownership of the Licensed Programs. 3.3. City shall not duplicate the Licensed Programs, or any portion thereof, except City may make archival copies and inactive backup copies of the Licensed Programs in accordance with City's documented standard computer software back-up procedures. The media containing such authorized copies shall have prominently placed thereon, without change or alteration, the same copyright notices and proprietary legends and markings that are on the delivered Licensed Programs media. 3.4 The techniques, algorithms, and processes contained in the Licensed Product constitute trade secrets of HARRIS. City agrees to take all measures reasonable and necessary to protect the confidentiality of the Licensed Product and HARRIS' rights therein. Except as expressly provided in the Contract between HARRIS and City, City may not rent, lease, network. display, or distribute the Licensed Programs to any third party without HARRIS's prior written consent. Furthermore, City may not reverse engineer, disassemble, decompile, modify, alter, translate, or adapt the Licensed Programs or create any derivative thereof. The obligations set forth in this Subsection shall survive termination or expiration of this Agreement 3.5 The Licensed Programs are licensed as a single product and neither the individual programs comprising the Licensed Programs nor any Modifications or Enhancements may be separated for use by more than one concurrent user. 3,6 The act of copying any portion of the Licensed Programs as authorized hereunder shall not cause, or be construed as causing, any portion thereof to be considered as being in the public domain or generally available on a nonproprietary basis. All such copies shall be treated as confidential as required for original information under Section 3.3. 3.7 To the extent applicable, City must comply with all applicable privacy, consumer data and protection laws and all laws that apply to collecting, accessing, storing, processing, using, disclosing and Ito. t a4/4/ 17 10 City of Miami, Florida Contract No. 592382 securing user data, including any obligations to notify and obtain consents of users regarding City's access to users' personal information. 3.8 In addition to any license fees and other compensation paid for the use of the Licensed Programs, City shall pay the gross amount of any present or future sales, use, excise, value-added, or other similar tax applicable to the price, sale or any Products or services furnished hereunder or to their use by HARRIS or City, or City shall otherwise furnish HARRIS with tax exemption certificates acceptable to all applicable taxing authorities. 4. Ownership City is given possession of a copy of the Licensed Programs but HARRIS shall always retain title or full ownership interest in such Licensed Programs and all Modifications and Enhancements thereof, regardless of the form or media in or on which the original and other copies thereof may subsequently exist. All rights, title and copyrights in and to the Licensed Programs (including, but not limited, to any images, photographs, animations, video, audio, music, text, and applets incorporated into the Licensed Programs), the accompanying printed materials, and any copies of the Licensed Programs are owned by HARRIS and/or its third party suppliers. Nothing contained herein shall be deemed to convey any title or ownership interest in the Licensed Programs to City. 5. Warranty 5.1 Provided: (a) that connectivity and interoperability of the City's Device with the cellular commercial carrier network or other third party network being used by the City is fully available and fully functioning: and (b) that the Licensed Programs are used on a Device designated by HARRIS as acceptable for Licensed Programs' use, and (c) correct input data is supplied to City's Device, HARRIS warrants, for a period of twelve (12) months from the download of the Licensed Programs onto the City's Device, that the Licensed Programs furnished to City by HARRIS shall be capable of successfully operating on the City's Device in accordance with the logic defined in the Licensed Programs' operator manuals or other official supporting documentation designated by HARRIS for the Licensed Programs. If, based on evidence submitted to HARRIS within the twelve (12) month term of this warranty, it is shown that any Licensed Program does not meet this warranty, HARRIS, at its option, will either: (i) correct the defect or error in the Licensed Program free of charge and provide a corrected Licensed Program, or (ii) make available to City free of charge a satisfactory substitute Licensed Program. 5.2 HARRIS is unable to and cannot guarantee either the extent or consistency of the wireless coverage and communications of a cellular commercial carrier's network or other third party network nor can HARRIS guarantee the quality of the data service provided. Given the dependency on commercial cellular and third party networks, the use of the Licensed Programs, including location information, is not intended for mission critical communications but rather for administrative and other communications. Rev. 0414117 IN PARTICULAR, SINCE THE LICENSED PROGRAMS' PERFORMANCE, FEATURES AND FUNCTIONALITY MAY BE UNAVAILABLE, IMPRECISE OR INACCURATE DEPENDING ON SYSTEM, NETWORK, CAPA, ENVIRONMENTAL. TERRAIN, COMPATIBILITY, INTEROPERABILITY AND OTHER CONDITIONS, HARRIS AND ITS THIRD PARTY SUPPLIERS AND SUBCONTRACTORS HEREBY DISCLAIM, EXCEPT FOR THE EXPRESS WARRANTY SET FORTH IN SECTION 5.1 ABOVE, ALL OTHER EXPRESS OR IMPLIED WARRANTIES AND CONDITIONS, WHETHER ORAL, EXPRESS, OR IMPLIED, INCLUDING WITHOUT LIMITATION WARRANTIES AND CONDITIONS OF MERCHANTABILITY, FITNESS FOR A PARTICULAR PURPOSE, PERFORMANCE, ACCURACY, RELIABILITY, AND NONINFRINGEMENT, WHETHER 11 City ol`Miami. Florida Contract No. 592382 SUCH WARRANTIES OR CONDITIONS MAY BE IMPLIED BY STATUTE, CUSTOM, COURSE OF DEALING BETWEEN THE PARTIES, TRADE USAGE OR COMMON LAW. FURTHERMORE, EXCEPT FOR THE EXPRESS WARRANTY SET FORTH IN SECTION 5.1 ABOVE, HARRIS AND ITS THIRD -PARTY SUPPLIERS AND SUBCONTRACTORS MAKE NO OTHER WARRANTY THAT THE LICENSED PROGRAMS OR THIRD PARTY CONTENT AND SERVICES PROVIDED AS PART OF THE LICENSED PROGRAMS (INCLUDING, WITHOUT LIMITATION, LOCATION DATA) WILL BE UNINTERRUPTED, ACCURATE, RELIABLE, TIMELY, SECURE, FREE FROM VIRUSES OR OTHER HARMFUL COMPONENTS OR ERROR -FREE. 5.3 THE WARRANTIES AND REMEDIES SET FORTH IN THIS SECTION 5 CONSTITUTE THE ONLY WARRANTIES WITH RESPECT TO THE LICENSED PROGRAMS AND ANY MODIFICATIONS OR ENHANCEMENTS TO THE LICENSED PROGRAMS PROVIDED BY HARRIS. THE WARRANTIES AND REMEDIES SET FORTH IN THIS SECTION 5 CONSTITUTE THE CITY'S EXCLUSIVE REMEDIES IN THE EVENT SUCH WARRANTIES ARE BREACHED. THEY ARE IN LIEU OF ALL OTHER WARRANTIES WHETHER WRITTEN, ORAL, EXPRESS, IMPLIED, OR STATUTORY INCLUDING, WITHOUT LIMITATION, THE WARRANTY OF MERCHANTABILITY AND THE WARRANTY OF FITNESS FOR A PURPOSE. IN NO EVENT, SHALL HARRIS BE LIABLE FOR SPECIAL, CONSEQUENTIAL OR INDIRECT DAMAGES INCLUDING, BUT NOT LIMITED TO LOSS OF PROFITS OR REVENUES. 6. HIGH RISK ACTIVITIES; LOCATION DATA 6.1 THE LICENSED PROGRAMS ARE NOT FAULT -TOLERANT AND ARE NOT DESIGNED, MANUFACTURED OR INTENDED FOR ANY USE REQUIRING FAIL-SAFE, EMERGENCY OR. MISSION CRITICAL PERFORMANCE IN WHICH THE FAILURE OF A LICENSED PROGRAM COULD LEAD TO DEATH, PERSONAL INJURY, PHYSICAL OR ENVIRONMENTAL DAMAGE. THIS USE RESTRICTION INCLUDES, WITHOUT LIMITATION, THE OPERATION OF AIRCRAFT AND THE DESIGN, CONSTRUCTION, OPERATION AND MAINTENANCE OF NUCLEAR FACILITIES. 6.2 ANY LOCATION DATA INCLUDED IN THE LICENSED PROGRAMS IS FOR BASIC INFORMATIONAL PURPOSES ONLY AND IS NOT INTENDED TO BE RELIED UPON IN SITUATIONS WHERE PRECISE LOCATION INFORMATION IS NEEDED OR WHERE ERRONEOUS, INACCURATE OR INCOMPLETE LOCATION DATA MAY LEAD TO DEATH, PERSONAL INJURY, PROPERTY OR ENVIRONMENTAL DAMAGE. NEITHER HARRIS NOR ITS SUBCONTRACTORS AND SUPPLIERS CAN GUARANTEE THE AVAILABILITY, ACCURACY, COMPLETENESS AND RELIABILITY OF THE LOCATION DATA INCLUDED IN THE LICENSED PROGRAMS. 7. LIMITATION OF LIABILITY 7,1 The total liability of HARRIS, including its third party subcontractors and suppliers, for all claims of any kind for any loss or damage, whether in contract, warranty, tort (including negligence or infringement), strict liability or otherwise, arising out of, connected with, or resulting from the performance or non- performance of this Agreement or from the use of the Licensed Programs shall not exceed the total amount of license fees and other amounts paid by City to HARRIS for the purchase and use of the Licensed Programs. 7.2 IN NO EVENT, WHETHER BECAUSE OF BREACH OF AGREEMENT, WARRANTY, TORT (INCLUDING NEGLIGENCE OR INFRINGEMENT). STRICT LIABILITY OR OTHERWISE, SHALL HARRIS, OR ITS SUBCONTRACTORS OR SUPPLIERS, BE LIABLE FOR ANY SPECIAL, CONSEQUENTIAL, INCIDENTAL, INDIRECT OR EXEMPLARY DAMAGES INCLUDING, BUT NOT LIMITED TO, LOSS OF PROFITS OR REVENUES, LOSS OF USE OF A DEVICE OR ANY OTHER Rev. I 041/l7 12 City of sMiami, Florida Contract No. 592382 HARDWARE OR EQUIPMENT, COST OF CAPITAL, COST OF SUBSTITUTE GOODS, FACILITIES, SERVICES OR DOWNTIME COSTS. 7.3 The provisions of this Section, LIMITATION OF LIABILITY, shall apply notwithstanding any other provisions of this Agreement or any other agreement and shall survive the expiration or termination of this Agreement. 8, Term and Termination. 8.1 The City Manager may terminate this End User License Agreement, if such termination is in the best interest of the City, for its own convenience, by giving Harris thirty (30) days written notice in the manner set forth in the Notices Section in the Software License Agreement. Other than to pay the license fee due through the date of termination. Harris will have no other recourse claim or remedy against the City except to recover such license fee through the date of cancellation. Within thirty (30) days after termination or expiration of this License Agreement, City will return to HARRIS all confidential material including but not limited to all copies, partial copies, and/or modified copies (if any) of Licensed Programs and any equipment owned by HARRIS in City's possession. 8,2 In the event this End User Agreement expires, it is agreed that (a) such termination or revocation shall not affect any provisions of the Agreement which by their nature are inherently intended to survive expiration or termination, and (b) City shall be entitled to a reasonable period of time to wind down its use of the Licensed Programs in an orderly fashion, after which City shall discontinue use of the Licensed Programs. To discontinue the use of the Licensed Programs, City shall un-install and remove the Licensed Programs from the City's Devices and delete all copies of the Licensed Programs in City's possession. 9. U.S. Government Contracts 9.1 City agrees that it will not use the Licensed Programs in the performance of a contract, or subcontract, with the U.S. Government in a manner so as to affect HARRIS's rights to Licensed Programs. If City desires to use the Licensed Programs in the performance of a contract, or subcontract, with the U.S. Government, prior to such use City shall consult with HARRIS as to the procedures and use of restrictive markings required to protect the ownership interest of HARRIS. 9.2 If the City is an agency or department of the U.S. Government, then the following notice applies: The Licensed Programs is Commercial Computer Software as defined in 48 CFR 227.7201 through 227.7202-4 and in 48 CFR 2.101 and 12.212, as appropriate or any equivalent regulations of other governmental agencies, and the rights of the U.S. Government to utilize the Licensed Programs are those expressly set forth in this Agreement. The U.S. Government does not receive unlimited rights to the Licensed Programs. The Contractor is Harris Corporation, acting by and through its RF Communications Division, 221 Jefferson Ridge Parkway, Lynchburg, Virginia 24501. 10. Export Control 10.1 The export regulations of the United States prohibit, with certain exceptions, the export from the United States or the transfer to foreign persons (non-U.S. citizens or "green card" permanent residents), whether in the U.S. or abroad, of technical data relating to certain commodities unless the exporter has obtained written authorization from the U.S. Government and received written assurance from the foreign importer that the technical data will not be further exported without permission of the exporter and the cognizant U.S. Government agency. City agrees to comply fully with all relevant regulations of the United States to assure that no violation of such regulations occurs. Re v. I 04 417 13 City of Miami, Florida Contract No. 592382 10.2 City further acknowledges that violations of these laws and regulations include, but are not limited to, exporting or re-exporting, or otherwise supplying or providing access to the Licensed Programs, the accompanying documentation or any other materials provided by HARRIS, to: (a) any country against which the United States imposes trade sanctions or export controls; (b) persons on the U.S. Commerce Department's Denied Parties List or Entity List, the U.S. Treasury Department's Specially Designated Nationals List, or the U.S. State Department's List of Debarred Parties; (c) end uses related to nuclear weapons, missile technology, or chemical/biological weapons; or (d) any destination for which an export license is required. 10.3 City further acknowledges that the export of the Licensed Programs, documentation and any other materials provided by HARRIS may be controlled by the U.S. State Department's Office of Defense Trade Controls, through the Arms Export Control Act as implemented in the International Traffic in Arms Regulations, 22 C.F.R. §§ 120-130 ("1TAR"),the U,S. Commerce Department's Bureau of Industry and Security, through the Export Administration Act as implemented in the Export Administration Regulations, 15 C.F.R. §§ 730-774 ("EAR"), and/or the U.S. Treasury Department's Office of Foreign Assets Control, and depending on which agency has jurisdiction over these items different restrictions on export, re-export, and use activities will apply. City agrees that it is City's responsibility to determine which of these U.S, agencies has export control jurisdiction over the Licensed Programs, documentation, and any other materials provided by HARRIS, and City acknowledges that export jurisdiction over these items may change from time to time. 11. Maintenance Support HARRIS may, from time to time, issue Modifications and Enhancements to the Licensed Programs. If HARRIS should issue a Modification or Enhancement to the Licensed Programs, City may obtain such Modification or Enhancement at the current price then charged by HARRIS or the price set forth in the Contract, as applicable. 12. Intellectual Property Indemnification 12.1 HARRIS agrees that it shall, at its own expense and at its option, defend or settle any claim, suit, or proceeding brought against City, based on an allegation that the Licensed Program furnished under this Agreement constitutes a direct or a contributory infringement of any claim of any United States patent, mask work, copyright or any other intellectual property right. This obligation shall be effective only if City shall have made all payments then due to HARRIS for the purchase and/or use of the Licensed Programs and if HARRIS is notified of sad allegation promptly in writing and given authority, information, and assistance for the settlement or defense of said claim, suit, or proceeding. If, in any such suit arising from such claim, the continued use of the Licensed Programs for the purpose intended is enjoined by any court of competent jurisdiction, HARRIS shall, at its expense and option, either: (a) procure for City the right to continue using the Licensed Programs, or (b) modify the Licensed Programs so that they become non -infringing. or (c) replace the Licensed Programs or portions thereof so that they become non - infringing, or (d) remove the Licensed Programs and refund the license fee paid by City to purchase the Licensed Programs license (less reasonable depreciation for use). The foregoing states the entire liability of HARRIS for intellectual property infringement by the Licensed Programs and is subject to any limitation of total liability set forth in this Agreement. 12.2 The preceding subsection 12.1 shall not apply to the use of the Licensed Programs in conjunction with any other hardware or software not supplied by HARRIS to the extent that such conjoined use causes the alleged infringement. As to any portion of the Licensed Programs or use described in the preceding sentence, HARRIS assumes no liability whatsoever for intellectual property right infringement. Rcv. 1 Oar4i I7 14 City of Miami, Florida Contract No. 592382 12.3 THE INTELLECTUAL PROPERTY INDEMNITY OBLIGATIONS RECITED ABOVE ARE IN LIEU OF ALL OTHER INTELLECTUAL PROPERTY INDEMNITIES WHATSOEVER, WHETHER ORAL, WRITTEN, EXPRESS, IMPLIED OR STATUTORY. 13, Third -Party Software Licenses Licensed Programs contain material original to HARRIS and may contain material provided by third parties either under separate end -user license agreements or under Open Source licenses. Open Source Licensed Programs are provided under license from individual third party sources, identified in the Appendix attached to the end of this license agreement. if any. Each Open Source third party software license is incorporated herein verbatim from the source and the terms and conditions thereof are accepted by City as a condition of use of the Licensed Programs. As used herein, Open Source means any software that is licensed under terms in any license for software which require, as a condition of use, modification andfor distribution of such software or of other software incorporated into, derived from or distributed with such software (hereinafter referred to as "Work"), any of the following: (a) the making available of source code or design information regarding the Work; (b) the granting of permission for creating derivative works regarding the Work; or (c) the granting of a royalty -free license to any party under intellectual property rights regarding the Work. By means of example and without limitation Open Source includes the following licenses or distribution models: the GNU General Public License (GPL), the GNU Lesser or Library GPL (LGPL), or any similar open source, free software or community licenses. Under no circumstances shall the City combine Licensed Programs with any Open Source Software not supplied by HARRIS in any way. Third party software products included in the Licensed Programs are only to be used with the Licensed Programs for City's internal business purposes and are not to be used, modified or further developed for other purposes. 14. AssignmentlTransfer This Agreement, the licenses granted hereunder and the Licensed Programs provided to City under this Agreement may not be assigned, sub -licensed, or otherwise transferred by City to any third party without HARRIS's express prior written consent. Subject to the foregoing, any assignee hereunder shall be subject to all of the terms, conditions and provisions of this Agreement. Any attempt by City to assign, sub -license, or transfer the Licensed Programs, or any of the rights or duties contained in this Agreement, without HARRIS's prior written consent shall be void. 15. Severability. If this End User License Agreement contains any provision found to be unlawful, the same shall be deemed to be of no effect and shall be deemed stricken from this End User License Agreement without affecting the binding force of this End User License Agreement as it shall remain after omitting such provision. 16. Waiver. No waiver will be implied from conduct or failure to enforce rights. No waiver will be effective unless in writing signed on behalf of the party against whom the waiver is asserted. 17. General 17.1 This Agreement supersedes all prior agreements, proposals, representations, and communications between HARRIS and City relating to the Licensed Programs. In the event of a conflict in the terms and provisions of this Agreement and the terms and provisions of a Contract, the terms and provisions of this Agreement shall govern. Rev. t 0414117 15 City of Miami, Florida Contract No. 592382 17.2 The headings for each section are stated for convenience only and are not to be construed as limiting. 17.3 Under the terms of this Agreement. City is a customer of HARRIS. City is not an employee, agent, partner, contractor or representative of HARRIS. The respective obligations and rights of HARRIS and City are specifically limited by the terms of this Agreement. City hereby specifically acknowledges that it does not have authority to incur any obligations or responsibilities on behalf of HARRIS. 17.4 City acknowledges that any unauthorized use or disclosure of Licensed Programs will cause irreparable damage to HARRIS and that injunctive relief or other equitable remedies may be necessary to prevent or minimize such damage to HARRIS. City agrees that it will not contest the applicability of injunctive relief on any grounds other than no unauthorized use or disclosure of Licensed Programs has occurred. In addition, HARRIS shall not be required to provide a bond or other financial security to obtain injunctive relief. 17.5 Nothing in this Agreement shall limit HARRIS from using the Licensed Programs and/or licensing the Licensed Programs to other parties. 17.6 Governing Law: This End User License Agreement, including appendices, and all matters relating to this Agreement (whether in contract, statute, tort [such as negligence], or otherwise) shall be governed by, and construed in accordance with, the laws of the State of Florida. Venue shall be Miami -Dade County. 18 Entire Agreement This instrument and its attachments constitute the sole and only End User License Agreement of the parties relating to the subject matter hereof and correctly set forth the rights, duties, and obligations of each to the other as of its date. Any prior agreements. promises, negotiations, or representations not expressly set forth in this End User License Agreement are of no force or effect. Rev. I 04i-1 I7 16 City of Miami. Florida Contract No. 392382 IN WITNESS, WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, this the day and year above written. "City" CITY OF MIAMI, a municipal ATTEST: corporation By: Todd B. Hannon, City Clerk Daniel J. Alfonso, City Manager "Contractor" ATTEST: By: Print Name: Print Name: Title: Title: (Authorized Corporate Officer) (Corporate Seal) APPROVED AS TO LEGAL FORM APPROVED AS TO INSURANCE AND CORRECTNESS: REQUIREMENTS: Victoria Mendez City Attorney Re.. 1 04;4;17 Ann -Marie Sharpe Risk Management Director 17 City of Miami, Florida Contract No. 592382 Open Source Licensed Programs (See Article 13) Third Party SW Licenses License Location Android LogBack GNU LGPL 21 httos://github.comitwallfina/bloblmaster/LGPL2.1 SLF4J MIT license http://sif4j.orq/Iicense.html Google Maps Google https://developers.000gle,comimapsilicensing Rev. i 0414117 18