Solicitation R1422515P1 Public Safety Radio APCO Project ...

244
Solicitation R1422515P1 Public Safety Radio APCO Project 25 700MHz Communication System Bid Designation: Public Broward County Board of County Commissioners Bid R1422515P1 Broward County Board of County Commissioners 8/4/2016 1:03 PM p. 1

Transcript of Solicitation R1422515P1 Public Safety Radio APCO Project ...

55

66

Solicitation R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

Bid Designation: Public

Broward County Board of County Commissioners

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 1

5

6

Bid R1422515P1Public Safety Radio APCO Project 25 700MHz Communication System

Bid Number    R1422515P1

Bid Title    Public Safety Radio APCO Project 25 700MHz Communication System

Bid Start Date May 12, 2016 9:36:18 PM EDT

Bid End Date Aug 17, 2016 5:00:00 PM EDT

Question & Answer End Date

Jul 8, 2016 5:00:00 PM EDT

Bid Contact    Michael Mullen

954 -357-6114

[email protected]

Contract Duration    See Specifications

Contract Renewal    See Specifications

Prices Good for    See Specifications

Pre-Bid Conference   May 17, 2016 10:00:00 AM EDTAttendance is mandatoryLocation: Mandatory Pre-Submittal Conference and Site Visit Locations: Vendors must be present at the Mandatory Pre-Submittal Conference and all Site Visit Locations, or else vendors will be deemed non-responsive and eliminated from this competitive solicitation. The Mandatory Pre-Submittal Conference and First Site Visit location is below. There will be additional Mandatory site visit locations encompassing several days from May 17 - 20. See Mandatory Site Visit Information attachment for details. Sunrise Dispatch 10440 W. Oakland Park Blvd. Sunrise, FL 33351 Contact: Jose De Zayas, 954-357-8012

Bid CommentsThe County is using a Two-Step procurement process to select the most qualified firm for this project. The

County issued Step One, RFQ No. R1422515R1 on February 9, 2016 and requested interested firms to submit

qualifications. The County qualified the following firms:

a. Harris Corporation, Inc.

b. Motorola Solutions, Inc.

Only qualified firms from Step One may respond to this Step Two solicitation.

The purpose of this solicitation is to engage the services of a qualified firm to propose, design, construct, implement and maintain

a new "turnkey" Project 25 700MHz Communication System. The proposed 700 MHz communications system will provide an 

Association of Public-Safety Communications Officials, International (APCO) P25 interoperable radio communications system to

support mission-critical communications within the County. Warranty and Maintenance for the first year after final

acceptance will be included in the "turnkey" solution.

Scope: The scope of services for Broward County, Florida (County) 700 MHz communications system will provide an

Association of Public-Safety Communications Officials, International (APCO) P25 interoperable radio communications system to

support mission-critical communications within the County.

1. 700 megahertz (MHz), Project 25 (P25) Phase II system  (700 MHz P25 Phase II System) to replace the County ’s existing 800

MHz Motorola SmartZone System .

2. Internet Protocol (IP) -based microwave system to replace the County ’s existing Tadiran 6 GHz system, with backward

compatibility for legacy circuits to support the County ’s existing radio infrastructure during the transition period. (IP-Based

Microwave System).

3. Facilities and Infrastructure Development - Civil work to support upgrades to new and existing radio sites to support the

aforementioned communications subsystems.

4. P25 Phase II -Compliant Subscriber Equipment (for purchase by other municipalities and government agencies).

Goal Participation: This solicitation includes participation goals for Broward County certified County Business Enterprises.

Refer to Special Instructions and the Office of Economic and Small Business Development Requirements section for additional

information.

County/State License Requirements: In order to be considered a responsible Vendor for the scope of work set forth in this

solicitation, the Vendor and/or Subcontractor must possess all specified licenses at the time of submittal (refer to Special

Instructions for requirements).

Payment and Performance Guarantees: This solicitation contains Payment and Performance Guarantees. Refer to Special

Instructions for Vendors.

Questions and Answers: The County is not obligated to respond to any questions received after the listed deadline. Vendors

must submit questions through the Question and Answer Section (available in BidSync).

Vendor's solicitation response must be submitted electronically through BidSync. It is the Vendor's sole

responsibility to assure its response is submitted and received through BidSync by the date and time specified

in the solicitation. The County will not consider solicitation responses received by other means. Vendors are

encouraged to submit their responses in advance of the due date and time specified in the solicitation

document. In the event that the Vendor is having difficulty submitting the solicitation document through

BidSync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

Added on Jun 29, 2016:Line items R1422515P1-01-01 through R1422515P1-01-09 has been revised. Information regarding Appendix D - Pricing Workbook for Information Only has been added.

The Specifications have been deleted and replaced in its entirety. Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

The Evaluation Criteria has been deleted and replaced in its entirety. Information regarding Appendix D - Pricing Workbook for Information Only has been added. Words in strikethrough type are deletions from

existing text. Words in bold and underlined are additions to existing text.

The Demonstration Requirements have been deleted and replaced in its entirety. The header section of the Subscriber Audio Testing tab of the Demonstration Requirements document has been revised to include

language regarding video recording. Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

The Broward MW T1 061519 Plan document has been added.

The Lobbyist Requirement Certification Form has been added.

The Bid End Date has been extended to August 3, 2016 at 5pm.Added on Jul 15, 2016:The Bid End Date has been extended to August 17, 2016.

Specifications - R1422515P1 - Addendum 1 has removed and replaced with Specifications - R1422515P1 -Addendum 2. Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

Appendix B - Site Information - R1422515P1 has been removed and replaced with Appendix B - Site Information - R1422515P1 - Addendum 2.(EOC Microwave Only site has been added)Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

Appendix D - Pricing Workbook for Information Only has been removed and replaced with Appendix D -Pricing Work book for Information Only - Addendum 2.(Accidental Damage Replacement Plan line has been added to the Portable Radio sheets in the workbook)Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

Added on Aug 4, 2016:Appendix D - Pricing Workbook for Information Only - Addendum 2, 15 Year Cost of Ownership worksheet, Line 1, Year 11 has a dollar amount entered. Please delete the dollar amount and enter your dollar amount.

Addendum # 1

New Documents           Lobbyist Registration Requirement Certification FormEvaluation Criteria R1422515P1 - Addendum 1.pdfDemonstration Requirements - R1422515P1 - Addendum 1.xlsxBroward MW T1 Plan 160519.xlsxSpecifications R1422515P1 - Addendum 1.pdf

Removed Documents    Evaluation Criteria R1422515P1.pdfSpecifications R1422515P1 Public Safety Radio APCO Project 25 700MHz Communication System.pdfDemonstration Requirements - R1422515P1.xlsx

Previous End Date    Jul 25, 2016 5:00:00 PM EDT New End Date    Aug 3, 2016 5:00:00 PM EDT

Changes were made to the following items:     Radio Infrastructure 

     Network Management Systems 

     Microwave System 

     Dispatch Console Systems 

     Facilities and Infrastructure 

     Support and Maintenance for complete P25 System  - Year 2      Support and Maintenance for complete P25 System  - Year 3      Support and Maintenance for complete P25 System  - Year 4      Support and Maintenance for complete P25 System  - Year 5

Addendum # 2

New Documents           Appendix B - Site Information - R1422515P1 - Addendum 2.pdfAppendix D - Pricing Workbook for Information Only - Addendum 2.xlsxSpecifications R1422515P1 - Addendum 2.pdf

Removed Documents    Appendix B - Site Information - R1422515P1.pdfAppendix_D_-_Pricing__Workbook_for_Information_Only.mc.xlsxSpecifications R1422515P1 - Addendum 1.pdf

Previous End Date    Aug 3, 2016 5:00:00 PM EDT New End Date    Aug 17, 2016 5:00:00 PM EDT

Addendum # 3

Item Response Form

Item     R1422515P1--01-01 - Radio Infrastructure

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionP25 System Primary CoreP25 Simulcast Control SystemsP25 Simulcast SitesP25 Multicast Sitesper Specifications, Section 2INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-02 - Network Management Systems

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionNetwork Management Systems per Specifications, Section 6.INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-03 - Microwave System

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionMicrowave System per Specifications, Section 3.

INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1 -01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-04 - Dispatch Console Systems

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionDispatch Console Systems per Specifications, Section 4.

INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-05 - Facilities and Infrastructure

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionFacilities and Infrastructure per Specifications, Section 5.INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1 -01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-06 - Support and Maintenance for complete P25 System - Year 2

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionSupport and Maintenance for Complete P25 System - Year 2, Per Specifications, Section 9.Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-06 through R1422515P1-01-09 should reflect the vendor's Support and Maintenance for the complete P25 System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix 

D -  Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers 

R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-07 - Support and Maintenance for complete P25 System - Year 3

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionSupport and Maintenance for complete P25 System - Year 3, per Specifications, Section 9.Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-06 through R1422515P1-01-09 should reflect the vendor's Support and Maintenance for the complete P25 System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix 

D -  Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers 

R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-08 - Support and Maintenance for complete P25 System - Year 4

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionSupport and Maintenance for complete P25 System - Year 4, per Specifications, Section 9.Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-06 through R1422515P1-01-09 should reflect the vendor's Support and Maintenance for the complete P25 System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix 

D -  Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers 

R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-09 - Support and Maintenance for complete P25 System - Year 5

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionSupport and Maintenance for complete P25 System - Year 5, per Specifications, Section 9.Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-06 through R1422515P1-01-09 should reflect the vendor's Support and Maintenance for the complete P25 System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix 

D -  Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers 

R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 2

5

6

Bid R1422515P1Public Safety Radio APCO Project 25 700MHz Communication System

Bid Number    R1422515P1

Bid Title    Public Safety Radio APCO Project 25 700MHz Communication System

Bid Start Date May 12, 2016 9:36:18 PM EDT

Bid End Date Aug 17, 2016 5:00:00 PM EDT

Question & Answer End Date

Jul 8, 2016 5:00:00 PM EDT

Bid Contact    Michael Mullen

954 -357-6114

[email protected]

Contract Duration    See Specifications

Contract Renewal    See Specifications

Prices Good for    See Specifications

Pre-Bid Conference   May 17, 2016 10:00:00 AM EDTAttendance is mandatoryLocation: Mandatory Pre-Submittal Conference and Site Visit Locations: Vendors must be present at the Mandatory Pre-Submittal Conference and all Site Visit Locations, or else vendors will be deemed non-responsive and eliminated from this competitive solicitation. The Mandatory Pre-Submittal Conference and First Site Visit location is below. There will be additional Mandatory site visit locations encompassing several days from May 17 - 20. See Mandatory Site Visit Information attachment for details. Sunrise Dispatch 10440 W. Oakland Park Blvd. Sunrise, FL 33351 Contact: Jose De Zayas, 954-357-8012

Bid CommentsThe County is using a Two-Step procurement process to select the most qualified firm for this project. The

County issued Step One, RFQ No. R1422515R1 on February 9, 2016 and requested interested firms to submit

qualifications. The County qualified the following firms:

a. Harris Corporation, Inc.

b. Motorola Solutions, Inc.

Only qualified firms from Step One may respond to this Step Two solicitation.

The purpose of this solicitation is to engage the services of a qualified firm to propose, design, construct, implement and maintain

a new "turnkey" Project 25 700MHz Communication System. The proposed 700 MHz communications system will provide an 

Association of Public-Safety Communications Officials, International (APCO) P25 interoperable radio communications system to

support mission-critical communications within the County. Warranty and Maintenance for the first year after final

acceptance will be included in the "turnkey" solution.

Scope: The scope of services for Broward County, Florida (County) 700 MHz communications system will provide an

Association of Public-Safety Communications Officials, International (APCO) P25 interoperable radio communications system to

support mission-critical communications within the County.

1. 700 megahertz (MHz), Project 25 (P25) Phase II system  (700 MHz P25 Phase II System) to replace the County ’s existing 800

MHz Motorola SmartZone System .

2. Internet Protocol (IP) -based microwave system to replace the County ’s existing Tadiran 6 GHz system, with backward

compatibility for legacy circuits to support the County ’s existing radio infrastructure during the transition period. (IP-Based

Microwave System).

3. Facilities and Infrastructure Development - Civil work to support upgrades to new and existing radio sites to support the

aforementioned communications subsystems.

4. P25 Phase II -Compliant Subscriber Equipment (for purchase by other municipalities and government agencies).

Goal Participation: This solicitation includes participation goals for Broward County certified County Business Enterprises.

Refer to Special Instructions and the Office of Economic and Small Business Development Requirements section for additional

information.

County/State License Requirements: In order to be considered a responsible Vendor for the scope of work set forth in this

solicitation, the Vendor and/or Subcontractor must possess all specified licenses at the time of submittal (refer to Special

Instructions for requirements).

Payment and Performance Guarantees: This solicitation contains Payment and Performance Guarantees. Refer to Special

Instructions for Vendors.

Questions and Answers: The County is not obligated to respond to any questions received after the listed deadline. Vendors

must submit questions through the Question and Answer Section (available in BidSync).

Vendor's solicitation response must be submitted electronically through BidSync. It is the Vendor's sole

responsibility to assure its response is submitted and received through BidSync by the date and time specified

in the solicitation. The County will not consider solicitation responses received by other means. Vendors are

encouraged to submit their responses in advance of the due date and time specified in the solicitation

document. In the event that the Vendor is having difficulty submitting the solicitation document through

BidSync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

Added on Jun 29, 2016:Line items R1422515P1-01-01 through R1422515P1-01-09 has been revised. Information regarding Appendix D - Pricing Workbook for Information Only has been added.

The Specifications have been deleted and replaced in its entirety. Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

The Evaluation Criteria has been deleted and replaced in its entirety. Information regarding Appendix D - Pricing Workbook for Information Only has been added. Words in strikethrough type are deletions from

existing text. Words in bold and underlined are additions to existing text.

The Demonstration Requirements have been deleted and replaced in its entirety. The header section of the Subscriber Audio Testing tab of the Demonstration Requirements document has been revised to include

language regarding video recording. Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

The Broward MW T1 061519 Plan document has been added.

The Lobbyist Requirement Certification Form has been added.

The Bid End Date has been extended to August 3, 2016 at 5pm.Added on Jul 15, 2016:The Bid End Date has been extended to August 17, 2016.

Specifications - R1422515P1 - Addendum 1 has removed and replaced with Specifications - R1422515P1 -Addendum 2. Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

Appendix B - Site Information - R1422515P1 has been removed and replaced with Appendix B - Site Information - R1422515P1 - Addendum 2.(EOC Microwave Only site has been added)Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

Appendix D - Pricing Workbook for Information Only has been removed and replaced with Appendix D -Pricing Work book for Information Only - Addendum 2.(Accidental Damage Replacement Plan line has been added to the Portable Radio sheets in the workbook)Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

Added on Aug 4, 2016:Appendix D - Pricing Workbook for Information Only - Addendum 2, 15 Year Cost of Ownership worksheet, Line 1, Year 11 has a dollar amount entered. Please delete the dollar amount and enter your dollar amount.

Addendum # 1

New Documents           Lobbyist Registration Requirement Certification FormEvaluation Criteria R1422515P1 - Addendum 1.pdfDemonstration Requirements - R1422515P1 - Addendum 1.xlsxBroward MW T1 Plan 160519.xlsxSpecifications R1422515P1 - Addendum 1.pdf

Removed Documents    Evaluation Criteria R1422515P1.pdfSpecifications R1422515P1 Public Safety Radio APCO Project 25 700MHz Communication System.pdfDemonstration Requirements - R1422515P1.xlsx

Previous End Date    Jul 25, 2016 5:00:00 PM EDT New End Date    Aug 3, 2016 5:00:00 PM EDT

Changes were made to the following items:     Radio Infrastructure 

     Network Management Systems 

     Microwave System 

     Dispatch Console Systems 

     Facilities and Infrastructure 

     Support and Maintenance for complete P25 System  - Year 2      Support and Maintenance for complete P25 System  - Year 3      Support and Maintenance for complete P25 System  - Year 4      Support and Maintenance for complete P25 System  - Year 5

Addendum # 2

New Documents           Appendix B - Site Information - R1422515P1 - Addendum 2.pdfAppendix D - Pricing Workbook for Information Only - Addendum 2.xlsxSpecifications R1422515P1 - Addendum 2.pdf

Removed Documents    Appendix B - Site Information - R1422515P1.pdfAppendix_D_-_Pricing__Workbook_for_Information_Only.mc.xlsxSpecifications R1422515P1 - Addendum 1.pdf

Previous End Date    Aug 3, 2016 5:00:00 PM EDT New End Date    Aug 17, 2016 5:00:00 PM EDT

Addendum # 3

Item Response Form

Item     R1422515P1--01-01 - Radio Infrastructure

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionP25 System Primary CoreP25 Simulcast Control SystemsP25 Simulcast SitesP25 Multicast Sitesper Specifications, Section 2INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-02 - Network Management Systems

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionNetwork Management Systems per Specifications, Section 6.INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-03 - Microwave System

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionMicrowave System per Specifications, Section 3.

INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1 -01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-04 - Dispatch Console Systems

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionDispatch Console Systems per Specifications, Section 4.

INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-05 - Facilities and Infrastructure

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionFacilities and Infrastructure per Specifications, Section 5.INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1 -01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-06 - Support and Maintenance for complete P25 System - Year 2

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionSupport and Maintenance for Complete P25 System - Year 2, Per Specifications, Section 9.Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-06 through R1422515P1-01-09 should reflect the vendor's Support and Maintenance for the complete P25 System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix 

D -  Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers 

R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-07 - Support and Maintenance for complete P25 System - Year 3

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionSupport and Maintenance for complete P25 System - Year 3, per Specifications, Section 9.Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-06 through R1422515P1-01-09 should reflect the vendor's Support and Maintenance for the complete P25 System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix 

D -  Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers 

R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-08 - Support and Maintenance for complete P25 System - Year 4

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionSupport and Maintenance for complete P25 System - Year 4, per Specifications, Section 9.Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-06 through R1422515P1-01-09 should reflect the vendor's Support and Maintenance for the complete P25 System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix 

D -  Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers 

R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-09 - Support and Maintenance for complete P25 System - Year 5

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionSupport and Maintenance for complete P25 System - Year 5, per Specifications, Section 9.Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-06 through R1422515P1-01-09 should reflect the vendor's Support and Maintenance for the complete P25 System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix 

D -  Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers 

R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 3

5

6

Bid R1422515P1Public Safety Radio APCO Project 25 700MHz Communication System

Bid Number    R1422515P1

Bid Title    Public Safety Radio APCO Project 25 700MHz Communication System

Bid Start Date May 12, 2016 9:36:18 PM EDT

Bid End Date Aug 17, 2016 5:00:00 PM EDT

Question & Answer End Date

Jul 8, 2016 5:00:00 PM EDT

Bid Contact    Michael Mullen

954 -357-6114

[email protected]

Contract Duration    See Specifications

Contract Renewal    See Specifications

Prices Good for    See Specifications

Pre-Bid Conference   May 17, 2016 10:00:00 AM EDTAttendance is mandatoryLocation: Mandatory Pre-Submittal Conference and Site Visit Locations: Vendors must be present at the Mandatory Pre-Submittal Conference and all Site Visit Locations, or else vendors will be deemed non-responsive and eliminated from this competitive solicitation. The Mandatory Pre-Submittal Conference and First Site Visit location is below. There will be additional Mandatory site visit locations encompassing several days from May 17 - 20. See Mandatory Site Visit Information attachment for details. Sunrise Dispatch 10440 W. Oakland Park Blvd. Sunrise, FL 33351 Contact: Jose De Zayas, 954-357-8012

Bid CommentsThe County is using a Two-Step procurement process to select the most qualified firm for this project. The

County issued Step One, RFQ No. R1422515R1 on February 9, 2016 and requested interested firms to submit

qualifications. The County qualified the following firms:

a. Harris Corporation, Inc.

b. Motorola Solutions, Inc.

Only qualified firms from Step One may respond to this Step Two solicitation.

The purpose of this solicitation is to engage the services of a qualified firm to propose, design, construct, implement and maintain

a new "turnkey" Project 25 700MHz Communication System. The proposed 700 MHz communications system will provide an 

Association of Public-Safety Communications Officials, International (APCO) P25 interoperable radio communications system to

support mission-critical communications within the County. Warranty and Maintenance for the first year after final

acceptance will be included in the "turnkey" solution.

Scope: The scope of services for Broward County, Florida (County) 700 MHz communications system will provide an

Association of Public-Safety Communications Officials, International (APCO) P25 interoperable radio communications system to

support mission-critical communications within the County.

1. 700 megahertz (MHz), Project 25 (P25) Phase II system  (700 MHz P25 Phase II System) to replace the County ’s existing 800

MHz Motorola SmartZone System .

2. Internet Protocol (IP) -based microwave system to replace the County ’s existing Tadiran 6 GHz system, with backward

compatibility for legacy circuits to support the County ’s existing radio infrastructure during the transition period. (IP-Based

Microwave System).

3. Facilities and Infrastructure Development - Civil work to support upgrades to new and existing radio sites to support the

aforementioned communications subsystems.

4. P25 Phase II -Compliant Subscriber Equipment (for purchase by other municipalities and government agencies).

Goal Participation: This solicitation includes participation goals for Broward County certified County Business Enterprises.

Refer to Special Instructions and the Office of Economic and Small Business Development Requirements section for additional

information.

County/State License Requirements: In order to be considered a responsible Vendor for the scope of work set forth in this

solicitation, the Vendor and/or Subcontractor must possess all specified licenses at the time of submittal (refer to Special

Instructions for requirements).

Payment and Performance Guarantees: This solicitation contains Payment and Performance Guarantees. Refer to Special

Instructions for Vendors.

Questions and Answers: The County is not obligated to respond to any questions received after the listed deadline. Vendors

must submit questions through the Question and Answer Section (available in BidSync).

Vendor's solicitation response must be submitted electronically through BidSync. It is the Vendor's sole

responsibility to assure its response is submitted and received through BidSync by the date and time specified

in the solicitation. The County will not consider solicitation responses received by other means. Vendors are

encouraged to submit their responses in advance of the due date and time specified in the solicitation

document. In the event that the Vendor is having difficulty submitting the solicitation document through

BidSync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

Added on Jun 29, 2016:Line items R1422515P1-01-01 through R1422515P1-01-09 has been revised. Information regarding Appendix D - Pricing Workbook for Information Only has been added.

The Specifications have been deleted and replaced in its entirety. Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

The Evaluation Criteria has been deleted and replaced in its entirety. Information regarding Appendix D - Pricing Workbook for Information Only has been added. Words in strikethrough type are deletions from

existing text. Words in bold and underlined are additions to existing text.

The Demonstration Requirements have been deleted and replaced in its entirety. The header section of the Subscriber Audio Testing tab of the Demonstration Requirements document has been revised to include

language regarding video recording. Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

The Broward MW T1 061519 Plan document has been added.

The Lobbyist Requirement Certification Form has been added.

The Bid End Date has been extended to August 3, 2016 at 5pm.Added on Jul 15, 2016:The Bid End Date has been extended to August 17, 2016.

Specifications - R1422515P1 - Addendum 1 has removed and replaced with Specifications - R1422515P1 -Addendum 2. Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

Appendix B - Site Information - R1422515P1 has been removed and replaced with Appendix B - Site Information - R1422515P1 - Addendum 2.(EOC Microwave Only site has been added)Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

Appendix D - Pricing Workbook for Information Only has been removed and replaced with Appendix D -Pricing Work book for Information Only - Addendum 2.(Accidental Damage Replacement Plan line has been added to the Portable Radio sheets in the workbook)Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

Added on Aug 4, 2016:Appendix D - Pricing Workbook for Information Only - Addendum 2, 15 Year Cost of Ownership worksheet, Line 1, Year 11 has a dollar amount entered. Please delete the dollar amount and enter your dollar amount.

Addendum # 1

New Documents           Lobbyist Registration Requirement Certification FormEvaluation Criteria R1422515P1 - Addendum 1.pdfDemonstration Requirements - R1422515P1 - Addendum 1.xlsxBroward MW T1 Plan 160519.xlsxSpecifications R1422515P1 - Addendum 1.pdf

Removed Documents    Evaluation Criteria R1422515P1.pdfSpecifications R1422515P1 Public Safety Radio APCO Project 25 700MHz Communication System.pdfDemonstration Requirements - R1422515P1.xlsx

Previous End Date    Jul 25, 2016 5:00:00 PM EDT New End Date    Aug 3, 2016 5:00:00 PM EDT

Changes were made to the following items:     Radio Infrastructure 

     Network Management Systems 

     Microwave System 

     Dispatch Console Systems 

     Facilities and Infrastructure 

     Support and Maintenance for complete P25 System  - Year 2      Support and Maintenance for complete P25 System  - Year 3      Support and Maintenance for complete P25 System  - Year 4      Support and Maintenance for complete P25 System  - Year 5

Addendum # 2

New Documents           Appendix B - Site Information - R1422515P1 - Addendum 2.pdfAppendix D - Pricing Workbook for Information Only - Addendum 2.xlsxSpecifications R1422515P1 - Addendum 2.pdf

Removed Documents    Appendix B - Site Information - R1422515P1.pdfAppendix_D_-_Pricing__Workbook_for_Information_Only.mc.xlsxSpecifications R1422515P1 - Addendum 1.pdf

Previous End Date    Aug 3, 2016 5:00:00 PM EDT New End Date    Aug 17, 2016 5:00:00 PM EDT

Addendum # 3

Item Response Form

Item     R1422515P1--01-01 - Radio Infrastructure

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionP25 System Primary CoreP25 Simulcast Control SystemsP25 Simulcast SitesP25 Multicast Sitesper Specifications, Section 2INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-02 - Network Management Systems

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionNetwork Management Systems per Specifications, Section 6.INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-03 - Microwave System

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionMicrowave System per Specifications, Section 3.

INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1 -01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-04 - Dispatch Console Systems

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionDispatch Console Systems per Specifications, Section 4.

INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-05 - Facilities and Infrastructure

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionFacilities and Infrastructure per Specifications, Section 5.INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1 -01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-06 - Support and Maintenance for complete P25 System - Year 2

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionSupport and Maintenance for Complete P25 System - Year 2, Per Specifications, Section 9.Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-06 through R1422515P1-01-09 should reflect the vendor's Support and Maintenance for the complete P25 System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix 

D -  Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers 

R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-07 - Support and Maintenance for complete P25 System - Year 3

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionSupport and Maintenance for complete P25 System - Year 3, per Specifications, Section 9.Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-06 through R1422515P1-01-09 should reflect the vendor's Support and Maintenance for the complete P25 System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix 

D -  Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers 

R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-08 - Support and Maintenance for complete P25 System - Year 4

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionSupport and Maintenance for complete P25 System - Year 4, per Specifications, Section 9.Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-06 through R1422515P1-01-09 should reflect the vendor's Support and Maintenance for the complete P25 System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix 

D -  Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers 

R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-09 - Support and Maintenance for complete P25 System - Year 5

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionSupport and Maintenance for complete P25 System - Year 5, per Specifications, Section 9.Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-06 through R1422515P1-01-09 should reflect the vendor's Support and Maintenance for the complete P25 System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix 

D -  Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers 

R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 4

5

6

Bid R1422515P1Public Safety Radio APCO Project 25 700MHz Communication System

Bid Number    R1422515P1

Bid Title    Public Safety Radio APCO Project 25 700MHz Communication System

Bid Start Date May 12, 2016 9:36:18 PM EDT

Bid End Date Aug 17, 2016 5:00:00 PM EDT

Question & Answer End Date

Jul 8, 2016 5:00:00 PM EDT

Bid Contact    Michael Mullen

954 -357-6114

[email protected]

Contract Duration    See Specifications

Contract Renewal    See Specifications

Prices Good for    See Specifications

Pre-Bid Conference   May 17, 2016 10:00:00 AM EDTAttendance is mandatoryLocation: Mandatory Pre-Submittal Conference and Site Visit Locations: Vendors must be present at the Mandatory Pre-Submittal Conference and all Site Visit Locations, or else vendors will be deemed non-responsive and eliminated from this competitive solicitation. The Mandatory Pre-Submittal Conference and First Site Visit location is below. There will be additional Mandatory site visit locations encompassing several days from May 17 - 20. See Mandatory Site Visit Information attachment for details. Sunrise Dispatch 10440 W. Oakland Park Blvd. Sunrise, FL 33351 Contact: Jose De Zayas, 954-357-8012

Bid CommentsThe County is using a Two-Step procurement process to select the most qualified firm for this project. The

County issued Step One, RFQ No. R1422515R1 on February 9, 2016 and requested interested firms to submit

qualifications. The County qualified the following firms:

a. Harris Corporation, Inc.

b. Motorola Solutions, Inc.

Only qualified firms from Step One may respond to this Step Two solicitation.

The purpose of this solicitation is to engage the services of a qualified firm to propose, design, construct, implement and maintain

a new "turnkey" Project 25 700MHz Communication System. The proposed 700 MHz communications system will provide an 

Association of Public-Safety Communications Officials, International (APCO) P25 interoperable radio communications system to

support mission-critical communications within the County. Warranty and Maintenance for the first year after final

acceptance will be included in the "turnkey" solution.

Scope: The scope of services for Broward County, Florida (County) 700 MHz communications system will provide an

Association of Public-Safety Communications Officials, International (APCO) P25 interoperable radio communications system to

support mission-critical communications within the County.

1. 700 megahertz (MHz), Project 25 (P25) Phase II system  (700 MHz P25 Phase II System) to replace the County ’s existing 800

MHz Motorola SmartZone System .

2. Internet Protocol (IP) -based microwave system to replace the County ’s existing Tadiran 6 GHz system, with backward

compatibility for legacy circuits to support the County ’s existing radio infrastructure during the transition period. (IP-Based

Microwave System).

3. Facilities and Infrastructure Development - Civil work to support upgrades to new and existing radio sites to support the

aforementioned communications subsystems.

4. P25 Phase II -Compliant Subscriber Equipment (for purchase by other municipalities and government agencies).

Goal Participation: This solicitation includes participation goals for Broward County certified County Business Enterprises.

Refer to Special Instructions and the Office of Economic and Small Business Development Requirements section for additional

information.

County/State License Requirements: In order to be considered a responsible Vendor for the scope of work set forth in this

solicitation, the Vendor and/or Subcontractor must possess all specified licenses at the time of submittal (refer to Special

Instructions for requirements).

Payment and Performance Guarantees: This solicitation contains Payment and Performance Guarantees. Refer to Special

Instructions for Vendors.

Questions and Answers: The County is not obligated to respond to any questions received after the listed deadline. Vendors

must submit questions through the Question and Answer Section (available in BidSync).

Vendor's solicitation response must be submitted electronically through BidSync. It is the Vendor's sole

responsibility to assure its response is submitted and received through BidSync by the date and time specified

in the solicitation. The County will not consider solicitation responses received by other means. Vendors are

encouraged to submit their responses in advance of the due date and time specified in the solicitation

document. In the event that the Vendor is having difficulty submitting the solicitation document through

BidSync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

Added on Jun 29, 2016:Line items R1422515P1-01-01 through R1422515P1-01-09 has been revised. Information regarding Appendix D - Pricing Workbook for Information Only has been added.

The Specifications have been deleted and replaced in its entirety. Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

The Evaluation Criteria has been deleted and replaced in its entirety. Information regarding Appendix D - Pricing Workbook for Information Only has been added. Words in strikethrough type are deletions from

existing text. Words in bold and underlined are additions to existing text.

The Demonstration Requirements have been deleted and replaced in its entirety. The header section of the Subscriber Audio Testing tab of the Demonstration Requirements document has been revised to include

language regarding video recording. Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

The Broward MW T1 061519 Plan document has been added.

The Lobbyist Requirement Certification Form has been added.

The Bid End Date has been extended to August 3, 2016 at 5pm.Added on Jul 15, 2016:The Bid End Date has been extended to August 17, 2016.

Specifications - R1422515P1 - Addendum 1 has removed and replaced with Specifications - R1422515P1 -Addendum 2. Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

Appendix B - Site Information - R1422515P1 has been removed and replaced with Appendix B - Site Information - R1422515P1 - Addendum 2.(EOC Microwave Only site has been added)Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

Appendix D - Pricing Workbook for Information Only has been removed and replaced with Appendix D -Pricing Work book for Information Only - Addendum 2.(Accidental Damage Replacement Plan line has been added to the Portable Radio sheets in the workbook)Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

Added on Aug 4, 2016:Appendix D - Pricing Workbook for Information Only - Addendum 2, 15 Year Cost of Ownership worksheet, Line 1, Year 11 has a dollar amount entered. Please delete the dollar amount and enter your dollar amount.

Addendum # 1

New Documents           Lobbyist Registration Requirement Certification FormEvaluation Criteria R1422515P1 - Addendum 1.pdfDemonstration Requirements - R1422515P1 - Addendum 1.xlsxBroward MW T1 Plan 160519.xlsxSpecifications R1422515P1 - Addendum 1.pdf

Removed Documents    Evaluation Criteria R1422515P1.pdfSpecifications R1422515P1 Public Safety Radio APCO Project 25 700MHz Communication System.pdfDemonstration Requirements - R1422515P1.xlsx

Previous End Date    Jul 25, 2016 5:00:00 PM EDT New End Date    Aug 3, 2016 5:00:00 PM EDT

Changes were made to the following items:     Radio Infrastructure 

     Network Management Systems 

     Microwave System 

     Dispatch Console Systems 

     Facilities and Infrastructure 

     Support and Maintenance for complete P25 System  - Year 2      Support and Maintenance for complete P25 System  - Year 3      Support and Maintenance for complete P25 System  - Year 4      Support and Maintenance for complete P25 System  - Year 5

Addendum # 2

New Documents           Appendix B - Site Information - R1422515P1 - Addendum 2.pdfAppendix D - Pricing Workbook for Information Only - Addendum 2.xlsxSpecifications R1422515P1 - Addendum 2.pdf

Removed Documents    Appendix B - Site Information - R1422515P1.pdfAppendix_D_-_Pricing__Workbook_for_Information_Only.mc.xlsxSpecifications R1422515P1 - Addendum 1.pdf

Previous End Date    Aug 3, 2016 5:00:00 PM EDT New End Date    Aug 17, 2016 5:00:00 PM EDT

Addendum # 3

Item Response Form

Item     R1422515P1--01-01 - Radio Infrastructure

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionP25 System Primary CoreP25 Simulcast Control SystemsP25 Simulcast SitesP25 Multicast Sitesper Specifications, Section 2INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-02 - Network Management Systems

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionNetwork Management Systems per Specifications, Section 6.INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-03 - Microwave System

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionMicrowave System per Specifications, Section 3.

INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1 -01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-04 - Dispatch Console Systems

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionDispatch Console Systems per Specifications, Section 4.

INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-05 - Facilities and Infrastructure

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionFacilities and Infrastructure per Specifications, Section 5.INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1 -01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-06 - Support and Maintenance for complete P25 System - Year 2

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionSupport and Maintenance for Complete P25 System - Year 2, Per Specifications, Section 9.Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-06 through R1422515P1-01-09 should reflect the vendor's Support and Maintenance for the complete P25 System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix 

D -  Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers 

R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-07 - Support and Maintenance for complete P25 System - Year 3

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionSupport and Maintenance for complete P25 System - Year 3, per Specifications, Section 9.Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-06 through R1422515P1-01-09 should reflect the vendor's Support and Maintenance for the complete P25 System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix 

D -  Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers 

R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-08 - Support and Maintenance for complete P25 System - Year 4

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionSupport and Maintenance for complete P25 System - Year 4, per Specifications, Section 9.Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-06 through R1422515P1-01-09 should reflect the vendor's Support and Maintenance for the complete P25 System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix 

D -  Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers 

R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-09 - Support and Maintenance for complete P25 System - Year 5

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionSupport and Maintenance for complete P25 System - Year 5, per Specifications, Section 9.Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-06 through R1422515P1-01-09 should reflect the vendor's Support and Maintenance for the complete P25 System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix 

D -  Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers 

R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 5

5

6

Bid R1422515P1Public Safety Radio APCO Project 25 700MHz Communication System

Bid Number    R1422515P1

Bid Title    Public Safety Radio APCO Project 25 700MHz Communication System

Bid Start Date May 12, 2016 9:36:18 PM EDT

Bid End Date Aug 17, 2016 5:00:00 PM EDT

Question & Answer End Date

Jul 8, 2016 5:00:00 PM EDT

Bid Contact    Michael Mullen

954 -357-6114

[email protected]

Contract Duration    See Specifications

Contract Renewal    See Specifications

Prices Good for    See Specifications

Pre-Bid Conference   May 17, 2016 10:00:00 AM EDTAttendance is mandatoryLocation: Mandatory Pre-Submittal Conference and Site Visit Locations: Vendors must be present at the Mandatory Pre-Submittal Conference and all Site Visit Locations, or else vendors will be deemed non-responsive and eliminated from this competitive solicitation. The Mandatory Pre-Submittal Conference and First Site Visit location is below. There will be additional Mandatory site visit locations encompassing several days from May 17 - 20. See Mandatory Site Visit Information attachment for details. Sunrise Dispatch 10440 W. Oakland Park Blvd. Sunrise, FL 33351 Contact: Jose De Zayas, 954-357-8012

Bid CommentsThe County is using a Two-Step procurement process to select the most qualified firm for this project. The

County issued Step One, RFQ No. R1422515R1 on February 9, 2016 and requested interested firms to submit

qualifications. The County qualified the following firms:

a. Harris Corporation, Inc.

b. Motorola Solutions, Inc.

Only qualified firms from Step One may respond to this Step Two solicitation.

The purpose of this solicitation is to engage the services of a qualified firm to propose, design, construct, implement and maintain

a new "turnkey" Project 25 700MHz Communication System. The proposed 700 MHz communications system will provide an 

Association of Public-Safety Communications Officials, International (APCO) P25 interoperable radio communications system to

support mission-critical communications within the County. Warranty and Maintenance for the first year after final

acceptance will be included in the "turnkey" solution.

Scope: The scope of services for Broward County, Florida (County) 700 MHz communications system will provide an

Association of Public-Safety Communications Officials, International (APCO) P25 interoperable radio communications system to

support mission-critical communications within the County.

1. 700 megahertz (MHz), Project 25 (P25) Phase II system  (700 MHz P25 Phase II System) to replace the County ’s existing 800

MHz Motorola SmartZone System .

2. Internet Protocol (IP) -based microwave system to replace the County ’s existing Tadiran 6 GHz system, with backward

compatibility for legacy circuits to support the County ’s existing radio infrastructure during the transition period. (IP-Based

Microwave System).

3. Facilities and Infrastructure Development - Civil work to support upgrades to new and existing radio sites to support the

aforementioned communications subsystems.

4. P25 Phase II -Compliant Subscriber Equipment (for purchase by other municipalities and government agencies).

Goal Participation: This solicitation includes participation goals for Broward County certified County Business Enterprises.

Refer to Special Instructions and the Office of Economic and Small Business Development Requirements section for additional

information.

County/State License Requirements: In order to be considered a responsible Vendor for the scope of work set forth in this

solicitation, the Vendor and/or Subcontractor must possess all specified licenses at the time of submittal (refer to Special

Instructions for requirements).

Payment and Performance Guarantees: This solicitation contains Payment and Performance Guarantees. Refer to Special

Instructions for Vendors.

Questions and Answers: The County is not obligated to respond to any questions received after the listed deadline. Vendors

must submit questions through the Question and Answer Section (available in BidSync).

Vendor's solicitation response must be submitted electronically through BidSync. It is the Vendor's sole

responsibility to assure its response is submitted and received through BidSync by the date and time specified

in the solicitation. The County will not consider solicitation responses received by other means. Vendors are

encouraged to submit their responses in advance of the due date and time specified in the solicitation

document. In the event that the Vendor is having difficulty submitting the solicitation document through

BidSync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

Added on Jun 29, 2016:Line items R1422515P1-01-01 through R1422515P1-01-09 has been revised. Information regarding Appendix D - Pricing Workbook for Information Only has been added.

The Specifications have been deleted and replaced in its entirety. Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

The Evaluation Criteria has been deleted and replaced in its entirety. Information regarding Appendix D - Pricing Workbook for Information Only has been added. Words in strikethrough type are deletions from

existing text. Words in bold and underlined are additions to existing text.

The Demonstration Requirements have been deleted and replaced in its entirety. The header section of the Subscriber Audio Testing tab of the Demonstration Requirements document has been revised to include

language regarding video recording. Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

The Broward MW T1 061519 Plan document has been added.

The Lobbyist Requirement Certification Form has been added.

The Bid End Date has been extended to August 3, 2016 at 5pm.Added on Jul 15, 2016:The Bid End Date has been extended to August 17, 2016.

Specifications - R1422515P1 - Addendum 1 has removed and replaced with Specifications - R1422515P1 -Addendum 2. Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

Appendix B - Site Information - R1422515P1 has been removed and replaced with Appendix B - Site Information - R1422515P1 - Addendum 2.(EOC Microwave Only site has been added)Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

Appendix D - Pricing Workbook for Information Only has been removed and replaced with Appendix D -Pricing Work book for Information Only - Addendum 2.(Accidental Damage Replacement Plan line has been added to the Portable Radio sheets in the workbook)Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

Added on Aug 4, 2016:Appendix D - Pricing Workbook for Information Only - Addendum 2, 15 Year Cost of Ownership worksheet, Line 1, Year 11 has a dollar amount entered. Please delete the dollar amount and enter your dollar amount.

Addendum # 1

New Documents           Lobbyist Registration Requirement Certification FormEvaluation Criteria R1422515P1 - Addendum 1.pdfDemonstration Requirements - R1422515P1 - Addendum 1.xlsxBroward MW T1 Plan 160519.xlsxSpecifications R1422515P1 - Addendum 1.pdf

Removed Documents    Evaluation Criteria R1422515P1.pdfSpecifications R1422515P1 Public Safety Radio APCO Project 25 700MHz Communication System.pdfDemonstration Requirements - R1422515P1.xlsx

Previous End Date    Jul 25, 2016 5:00:00 PM EDT New End Date    Aug 3, 2016 5:00:00 PM EDT

Changes were made to the following items:     Radio Infrastructure 

     Network Management Systems 

     Microwave System 

     Dispatch Console Systems 

     Facilities and Infrastructure 

     Support and Maintenance for complete P25 System  - Year 2      Support and Maintenance for complete P25 System  - Year 3      Support and Maintenance for complete P25 System  - Year 4      Support and Maintenance for complete P25 System  - Year 5

Addendum # 2

New Documents           Appendix B - Site Information - R1422515P1 - Addendum 2.pdfAppendix D - Pricing Workbook for Information Only - Addendum 2.xlsxSpecifications R1422515P1 - Addendum 2.pdf

Removed Documents    Appendix B - Site Information - R1422515P1.pdfAppendix_D_-_Pricing__Workbook_for_Information_Only.mc.xlsxSpecifications R1422515P1 - Addendum 1.pdf

Previous End Date    Aug 3, 2016 5:00:00 PM EDT New End Date    Aug 17, 2016 5:00:00 PM EDT

Addendum # 3

Item Response Form

Item     R1422515P1--01-01 - Radio Infrastructure

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionP25 System Primary CoreP25 Simulcast Control SystemsP25 Simulcast SitesP25 Multicast Sitesper Specifications, Section 2INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-02 - Network Management Systems

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionNetwork Management Systems per Specifications, Section 6.INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-03 - Microwave System

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionMicrowave System per Specifications, Section 3.

INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1 -01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-04 - Dispatch Console Systems

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionDispatch Console Systems per Specifications, Section 4.

INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-05 - Facilities and Infrastructure

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionFacilities and Infrastructure per Specifications, Section 5.INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1 -01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-06 - Support and Maintenance for complete P25 System - Year 2

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionSupport and Maintenance for Complete P25 System - Year 2, Per Specifications, Section 9.Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-06 through R1422515P1-01-09 should reflect the vendor's Support and Maintenance for the complete P25 System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix 

D -  Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers 

R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-07 - Support and Maintenance for complete P25 System - Year 3

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionSupport and Maintenance for complete P25 System - Year 3, per Specifications, Section 9.Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-06 through R1422515P1-01-09 should reflect the vendor's Support and Maintenance for the complete P25 System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix 

D -  Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers 

R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-08 - Support and Maintenance for complete P25 System - Year 4

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionSupport and Maintenance for complete P25 System - Year 4, per Specifications, Section 9.Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-06 through R1422515P1-01-09 should reflect the vendor's Support and Maintenance for the complete P25 System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix 

D -  Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers 

R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-09 - Support and Maintenance for complete P25 System - Year 5

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionSupport and Maintenance for complete P25 System - Year 5, per Specifications, Section 9.Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-06 through R1422515P1-01-09 should reflect the vendor's Support and Maintenance for the complete P25 System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix 

D -  Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers 

R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 6

5

6

Bid R1422515P1Public Safety Radio APCO Project 25 700MHz Communication System

Bid Number    R1422515P1

Bid Title    Public Safety Radio APCO Project 25 700MHz Communication System

Bid Start Date May 12, 2016 9:36:18 PM EDT

Bid End Date Aug 17, 2016 5:00:00 PM EDT

Question & Answer End Date

Jul 8, 2016 5:00:00 PM EDT

Bid Contact    Michael Mullen

954 -357-6114

[email protected]

Contract Duration    See Specifications

Contract Renewal    See Specifications

Prices Good for    See Specifications

Pre-Bid Conference   May 17, 2016 10:00:00 AM EDTAttendance is mandatoryLocation: Mandatory Pre-Submittal Conference and Site Visit Locations: Vendors must be present at the Mandatory Pre-Submittal Conference and all Site Visit Locations, or else vendors will be deemed non-responsive and eliminated from this competitive solicitation. The Mandatory Pre-Submittal Conference and First Site Visit location is below. There will be additional Mandatory site visit locations encompassing several days from May 17 - 20. See Mandatory Site Visit Information attachment for details. Sunrise Dispatch 10440 W. Oakland Park Blvd. Sunrise, FL 33351 Contact: Jose De Zayas, 954-357-8012

Bid CommentsThe County is using a Two-Step procurement process to select the most qualified firm for this project. The

County issued Step One, RFQ No. R1422515R1 on February 9, 2016 and requested interested firms to submit

qualifications. The County qualified the following firms:

a. Harris Corporation, Inc.

b. Motorola Solutions, Inc.

Only qualified firms from Step One may respond to this Step Two solicitation.

The purpose of this solicitation is to engage the services of a qualified firm to propose, design, construct, implement and maintain

a new "turnkey" Project 25 700MHz Communication System. The proposed 700 MHz communications system will provide an 

Association of Public-Safety Communications Officials, International (APCO) P25 interoperable radio communications system to

support mission-critical communications within the County. Warranty and Maintenance for the first year after final

acceptance will be included in the "turnkey" solution.

Scope: The scope of services for Broward County, Florida (County) 700 MHz communications system will provide an

Association of Public-Safety Communications Officials, International (APCO) P25 interoperable radio communications system to

support mission-critical communications within the County.

1. 700 megahertz (MHz), Project 25 (P25) Phase II system  (700 MHz P25 Phase II System) to replace the County ’s existing 800

MHz Motorola SmartZone System .

2. Internet Protocol (IP) -based microwave system to replace the County ’s existing Tadiran 6 GHz system, with backward

compatibility for legacy circuits to support the County ’s existing radio infrastructure during the transition period. (IP-Based

Microwave System).

3. Facilities and Infrastructure Development - Civil work to support upgrades to new and existing radio sites to support the

aforementioned communications subsystems.

4. P25 Phase II -Compliant Subscriber Equipment (for purchase by other municipalities and government agencies).

Goal Participation: This solicitation includes participation goals for Broward County certified County Business Enterprises.

Refer to Special Instructions and the Office of Economic and Small Business Development Requirements section for additional

information.

County/State License Requirements: In order to be considered a responsible Vendor for the scope of work set forth in this

solicitation, the Vendor and/or Subcontractor must possess all specified licenses at the time of submittal (refer to Special

Instructions for requirements).

Payment and Performance Guarantees: This solicitation contains Payment and Performance Guarantees. Refer to Special

Instructions for Vendors.

Questions and Answers: The County is not obligated to respond to any questions received after the listed deadline. Vendors

must submit questions through the Question and Answer Section (available in BidSync).

Vendor's solicitation response must be submitted electronically through BidSync. It is the Vendor's sole

responsibility to assure its response is submitted and received through BidSync by the date and time specified

in the solicitation. The County will not consider solicitation responses received by other means. Vendors are

encouraged to submit their responses in advance of the due date and time specified in the solicitation

document. In the event that the Vendor is having difficulty submitting the solicitation document through

BidSync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

Added on Jun 29, 2016:Line items R1422515P1-01-01 through R1422515P1-01-09 has been revised. Information regarding Appendix D - Pricing Workbook for Information Only has been added.

The Specifications have been deleted and replaced in its entirety. Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

The Evaluation Criteria has been deleted and replaced in its entirety. Information regarding Appendix D - Pricing Workbook for Information Only has been added. Words in strikethrough type are deletions from

existing text. Words in bold and underlined are additions to existing text.

The Demonstration Requirements have been deleted and replaced in its entirety. The header section of the Subscriber Audio Testing tab of the Demonstration Requirements document has been revised to include

language regarding video recording. Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

The Broward MW T1 061519 Plan document has been added.

The Lobbyist Requirement Certification Form has been added.

The Bid End Date has been extended to August 3, 2016 at 5pm.Added on Jul 15, 2016:The Bid End Date has been extended to August 17, 2016.

Specifications - R1422515P1 - Addendum 1 has removed and replaced with Specifications - R1422515P1 -Addendum 2. Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

Appendix B - Site Information - R1422515P1 has been removed and replaced with Appendix B - Site Information - R1422515P1 - Addendum 2.(EOC Microwave Only site has been added)Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

Appendix D - Pricing Workbook for Information Only has been removed and replaced with Appendix D -Pricing Work book for Information Only - Addendum 2.(Accidental Damage Replacement Plan line has been added to the Portable Radio sheets in the workbook)Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

Added on Aug 4, 2016:Appendix D - Pricing Workbook for Information Only - Addendum 2, 15 Year Cost of Ownership worksheet, Line 1, Year 11 has a dollar amount entered. Please delete the dollar amount and enter your dollar amount.

Addendum # 1

New Documents           Lobbyist Registration Requirement Certification FormEvaluation Criteria R1422515P1 - Addendum 1.pdfDemonstration Requirements - R1422515P1 - Addendum 1.xlsxBroward MW T1 Plan 160519.xlsxSpecifications R1422515P1 - Addendum 1.pdf

Removed Documents    Evaluation Criteria R1422515P1.pdfSpecifications R1422515P1 Public Safety Radio APCO Project 25 700MHz Communication System.pdfDemonstration Requirements - R1422515P1.xlsx

Previous End Date    Jul 25, 2016 5:00:00 PM EDT New End Date    Aug 3, 2016 5:00:00 PM EDT

Changes were made to the following items:     Radio Infrastructure 

     Network Management Systems 

     Microwave System 

     Dispatch Console Systems 

     Facilities and Infrastructure 

     Support and Maintenance for complete P25 System  - Year 2      Support and Maintenance for complete P25 System  - Year 3      Support and Maintenance for complete P25 System  - Year 4      Support and Maintenance for complete P25 System  - Year 5

Addendum # 2

New Documents           Appendix B - Site Information - R1422515P1 - Addendum 2.pdfAppendix D - Pricing Workbook for Information Only - Addendum 2.xlsxSpecifications R1422515P1 - Addendum 2.pdf

Removed Documents    Appendix B - Site Information - R1422515P1.pdfAppendix_D_-_Pricing__Workbook_for_Information_Only.mc.xlsxSpecifications R1422515P1 - Addendum 1.pdf

Previous End Date    Aug 3, 2016 5:00:00 PM EDT New End Date    Aug 17, 2016 5:00:00 PM EDT

Addendum # 3

Item Response Form

Item     R1422515P1--01-01 - Radio Infrastructure

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionP25 System Primary CoreP25 Simulcast Control SystemsP25 Simulcast SitesP25 Multicast Sitesper Specifications, Section 2INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-02 - Network Management Systems

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionNetwork Management Systems per Specifications, Section 6.INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-03 - Microwave System

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionMicrowave System per Specifications, Section 3.

INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1 -01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-04 - Dispatch Console Systems

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionDispatch Console Systems per Specifications, Section 4.

INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-05 - Facilities and Infrastructure

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionFacilities and Infrastructure per Specifications, Section 5.INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1 -01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-06 - Support and Maintenance for complete P25 System - Year 2

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionSupport and Maintenance for Complete P25 System - Year 2, Per Specifications, Section 9.Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-06 through R1422515P1-01-09 should reflect the vendor's Support and Maintenance for the complete P25 System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix 

D -  Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers 

R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-07 - Support and Maintenance for complete P25 System - Year 3

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionSupport and Maintenance for complete P25 System - Year 3, per Specifications, Section 9.Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-06 through R1422515P1-01-09 should reflect the vendor's Support and Maintenance for the complete P25 System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix 

D -  Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers 

R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-08 - Support and Maintenance for complete P25 System - Year 4

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionSupport and Maintenance for complete P25 System - Year 4, per Specifications, Section 9.Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-06 through R1422515P1-01-09 should reflect the vendor's Support and Maintenance for the complete P25 System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix 

D -  Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers 

R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-09 - Support and Maintenance for complete P25 System - Year 5

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionSupport and Maintenance for complete P25 System - Year 5, per Specifications, Section 9.Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-06 through R1422515P1-01-09 should reflect the vendor's Support and Maintenance for the complete P25 System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix 

D -  Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers 

R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 7

5

6

Bid R1422515P1Public Safety Radio APCO Project 25 700MHz Communication System

Bid Number    R1422515P1

Bid Title    Public Safety Radio APCO Project 25 700MHz Communication System

Bid Start Date May 12, 2016 9:36:18 PM EDT

Bid End Date Aug 17, 2016 5:00:00 PM EDT

Question & Answer End Date

Jul 8, 2016 5:00:00 PM EDT

Bid Contact    Michael Mullen

954 -357-6114

[email protected]

Contract Duration    See Specifications

Contract Renewal    See Specifications

Prices Good for    See Specifications

Pre-Bid Conference   May 17, 2016 10:00:00 AM EDTAttendance is mandatoryLocation: Mandatory Pre-Submittal Conference and Site Visit Locations: Vendors must be present at the Mandatory Pre-Submittal Conference and all Site Visit Locations, or else vendors will be deemed non-responsive and eliminated from this competitive solicitation. The Mandatory Pre-Submittal Conference and First Site Visit location is below. There will be additional Mandatory site visit locations encompassing several days from May 17 - 20. See Mandatory Site Visit Information attachment for details. Sunrise Dispatch 10440 W. Oakland Park Blvd. Sunrise, FL 33351 Contact: Jose De Zayas, 954-357-8012

Bid CommentsThe County is using a Two-Step procurement process to select the most qualified firm for this project. The

County issued Step One, RFQ No. R1422515R1 on February 9, 2016 and requested interested firms to submit

qualifications. The County qualified the following firms:

a. Harris Corporation, Inc.

b. Motorola Solutions, Inc.

Only qualified firms from Step One may respond to this Step Two solicitation.

The purpose of this solicitation is to engage the services of a qualified firm to propose, design, construct, implement and maintain

a new "turnkey" Project 25 700MHz Communication System. The proposed 700 MHz communications system will provide an 

Association of Public-Safety Communications Officials, International (APCO) P25 interoperable radio communications system to

support mission-critical communications within the County. Warranty and Maintenance for the first year after final

acceptance will be included in the "turnkey" solution.

Scope: The scope of services for Broward County, Florida (County) 700 MHz communications system will provide an

Association of Public-Safety Communications Officials, International (APCO) P25 interoperable radio communications system to

support mission-critical communications within the County.

1. 700 megahertz (MHz), Project 25 (P25) Phase II system  (700 MHz P25 Phase II System) to replace the County ’s existing 800

MHz Motorola SmartZone System .

2. Internet Protocol (IP) -based microwave system to replace the County ’s existing Tadiran 6 GHz system, with backward

compatibility for legacy circuits to support the County ’s existing radio infrastructure during the transition period. (IP-Based

Microwave System).

3. Facilities and Infrastructure Development - Civil work to support upgrades to new and existing radio sites to support the

aforementioned communications subsystems.

4. P25 Phase II -Compliant Subscriber Equipment (for purchase by other municipalities and government agencies).

Goal Participation: This solicitation includes participation goals for Broward County certified County Business Enterprises.

Refer to Special Instructions and the Office of Economic and Small Business Development Requirements section for additional

information.

County/State License Requirements: In order to be considered a responsible Vendor for the scope of work set forth in this

solicitation, the Vendor and/or Subcontractor must possess all specified licenses at the time of submittal (refer to Special

Instructions for requirements).

Payment and Performance Guarantees: This solicitation contains Payment and Performance Guarantees. Refer to Special

Instructions for Vendors.

Questions and Answers: The County is not obligated to respond to any questions received after the listed deadline. Vendors

must submit questions through the Question and Answer Section (available in BidSync).

Vendor's solicitation response must be submitted electronically through BidSync. It is the Vendor's sole

responsibility to assure its response is submitted and received through BidSync by the date and time specified

in the solicitation. The County will not consider solicitation responses received by other means. Vendors are

encouraged to submit their responses in advance of the due date and time specified in the solicitation

document. In the event that the Vendor is having difficulty submitting the solicitation document through

BidSync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

Added on Jun 29, 2016:Line items R1422515P1-01-01 through R1422515P1-01-09 has been revised. Information regarding Appendix D - Pricing Workbook for Information Only has been added.

The Specifications have been deleted and replaced in its entirety. Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

The Evaluation Criteria has been deleted and replaced in its entirety. Information regarding Appendix D - Pricing Workbook for Information Only has been added. Words in strikethrough type are deletions from

existing text. Words in bold and underlined are additions to existing text.

The Demonstration Requirements have been deleted and replaced in its entirety. The header section of the Subscriber Audio Testing tab of the Demonstration Requirements document has been revised to include

language regarding video recording. Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

The Broward MW T1 061519 Plan document has been added.

The Lobbyist Requirement Certification Form has been added.

The Bid End Date has been extended to August 3, 2016 at 5pm.Added on Jul 15, 2016:The Bid End Date has been extended to August 17, 2016.

Specifications - R1422515P1 - Addendum 1 has removed and replaced with Specifications - R1422515P1 -Addendum 2. Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

Appendix B - Site Information - R1422515P1 has been removed and replaced with Appendix B - Site Information - R1422515P1 - Addendum 2.(EOC Microwave Only site has been added)Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

Appendix D - Pricing Workbook for Information Only has been removed and replaced with Appendix D -Pricing Work book for Information Only - Addendum 2.(Accidental Damage Replacement Plan line has been added to the Portable Radio sheets in the workbook)Words in strikethrough type are deletions from existing text. Words in bold and underlined are additions to existing text.

Added on Aug 4, 2016:Appendix D - Pricing Workbook for Information Only - Addendum 2, 15 Year Cost of Ownership worksheet, Line 1, Year 11 has a dollar amount entered. Please delete the dollar amount and enter your dollar amount.

Addendum # 1

New Documents           Lobbyist Registration Requirement Certification FormEvaluation Criteria R1422515P1 - Addendum 1.pdfDemonstration Requirements - R1422515P1 - Addendum 1.xlsxBroward MW T1 Plan 160519.xlsxSpecifications R1422515P1 - Addendum 1.pdf

Removed Documents    Evaluation Criteria R1422515P1.pdfSpecifications R1422515P1 Public Safety Radio APCO Project 25 700MHz Communication System.pdfDemonstration Requirements - R1422515P1.xlsx

Previous End Date    Jul 25, 2016 5:00:00 PM EDT New End Date    Aug 3, 2016 5:00:00 PM EDT

Changes were made to the following items:     Radio Infrastructure 

     Network Management Systems 

     Microwave System 

     Dispatch Console Systems 

     Facilities and Infrastructure 

     Support and Maintenance for complete P25 System  - Year 2      Support and Maintenance for complete P25 System  - Year 3      Support and Maintenance for complete P25 System  - Year 4      Support and Maintenance for complete P25 System  - Year 5

Addendum # 2

New Documents           Appendix B - Site Information - R1422515P1 - Addendum 2.pdfAppendix D - Pricing Workbook for Information Only - Addendum 2.xlsxSpecifications R1422515P1 - Addendum 2.pdf

Removed Documents    Appendix B - Site Information - R1422515P1.pdfAppendix_D_-_Pricing__Workbook_for_Information_Only.mc.xlsxSpecifications R1422515P1 - Addendum 1.pdf

Previous End Date    Aug 3, 2016 5:00:00 PM EDT New End Date    Aug 17, 2016 5:00:00 PM EDT

Addendum # 3

Item Response Form

Item     R1422515P1--01-01 - Radio Infrastructure

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionP25 System Primary CoreP25 Simulcast Control SystemsP25 Simulcast SitesP25 Multicast Sitesper Specifications, Section 2INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-02 - Network Management Systems

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionNetwork Management Systems per Specifications, Section 6.INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-03 - Microwave System

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionMicrowave System per Specifications, Section 3.

INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1 -01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-04 - Dispatch Console Systems

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionDispatch Console Systems per Specifications, Section 4.

INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-05 - Facilities and Infrastructure

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionFacilities and Infrastructure per Specifications, Section 5.INCLUSIVE OF WARRANTY, SUPPORT AND MAINTENANCE YEAR 1Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-01 through R1422515P1-01-05 should reflect the vendor's complete "turnkey" Public Safety Radio APCO Project 25 700MHz Communication System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix D - Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers R1422515P1 -01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-06 - Support and Maintenance for complete P25 System - Year 2

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionSupport and Maintenance for Complete P25 System - Year 2, Per Specifications, Section 9.Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-06 through R1422515P1-01-09 should reflect the vendor's Support and Maintenance for the complete P25 System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix 

D -  Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers 

R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-07 - Support and Maintenance for complete P25 System - Year 3

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionSupport and Maintenance for complete P25 System - Year 3, per Specifications, Section 9.Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-06 through R1422515P1-01-09 should reflect the vendor's Support and Maintenance for the complete P25 System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix 

D -  Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers 

R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-08 - Support and Maintenance for complete P25 System - Year 4

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionSupport and Maintenance for complete P25 System - Year 4, per Specifications, Section 9.Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-06 through R1422515P1-01-09 should reflect the vendor's Support and Maintenance for the complete P25 System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix 

D -  Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers 

R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Item     R1422515P1--01-09 - Support and Maintenance for complete P25 System - Year 5

Quantity    1 lump sum

Unit Price   

Delivery Location          Broward County Board of County Commissioners

TL0018  TELECOMMUNICATIONS

  RM. 325 PHONE: (954)357 8570

  115 S ANDREWS AVENUE GOVERNMENTAL 

CENTER, RM.   FORT LAUDERDALE FL  33301

Qty 1

DescriptionSupport and Maintenance for complete P25 System - Year 5, per Specifications, Section 9.Added on Jun 29, 2016:Pricing for Line Item Numbers R1422515P1-01-06 through R1422515P1-01-09 should reflect the vendor's Support and Maintenance for the complete P25 System as described in their response to Evaluation Criteria question number 2, Project Approach and Appendix 

D -  Pricing Workbook for Information Only. Points awarded for price will be based on the aggregate of all Line Item Numbers 

R1422515P1-01-01 through R1422515P1-01-09. 

Addendum # 1

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 8

Location Address Date Time

Central Dispatch (Sunrise) 10440 W Oakland Park Blvd, Sunrise, FL 33351 5/17/2016 10:00 AM - 1:00 PM

Markham Park 16001 W State Rd 84, Sunrise, FL 33326 5/17/2016 2:00 PM - 4:00 PM

EOC 201 NW 84th Avenue, Plantation, FL 33324 5/17/2016 4:00 PM - 6:00 PM

North Dispatch (Coconut Creek) 4800 W Copans Rd, Coconut Creek, FL 33063 5/18/2016 8:00 AM - 10:00 AM

Coconut Creek 5150 Regency Lakes Dr. Coconut Creek, FL 33073 5/18/2016 10:00 AM - 12:00 PM

Playa 3900 Galt Ocean Dr,, Fort Lauderdale, 33308 5/18/2016 1:00 PM - 3:00 PM

Core 1725 NW 31st Ave. Fort Lauderdale, FL 33311 5/18/2016 3:00 PM - 5:00 PM

EMS 2150 NW 26 Ave. Fort Lauderdale, FL 33311 5/18/2016 5:00 PM - 6:00 PM

South Dispatch (Pembroke Pines) 6057 SW 198th Terrace, Fort Lauderdale, FL 33332 5/19/2016 8:00 AM - 10:00 AM

Davie 4501 SW 142 Avenue, Davie, FL 33330 5/19/2016 10:00 AM - 12:00 PM

Miramar 14401 SW 55th Street, Miramar, FL 33330 5/19/2016 1:00 PM - 3:00 PM

Channel 2 3300 SW 52nd Avenue, Pembroke Park, FL 33023 5/19/2016 3:00 PM - 5:00 PM

Point of America 2100 S Ocean Ln, Fort Lauderdale, FL 33316 5/19/2016 5:00 PM - 7:00 PM

As-needed 5/20/2016 8:00 AM - 5:00 PM

Mandatory Site Visit Information

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 9

Page i

Specifications – Addendum 2

R1422515P1

Public Safety Radio APCO

Project 25 700MHz Communication System

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 10

Page ii

SECTION 1

TABLE OF CONTENTS

1.  Project Overview .............................................................................................................. 1 

1.1.  Introduction .......................................................................................................................... 1 

1.2.  Background ........................................................................................................................... 1 

1.3.  Overview .............................................................................................................................. 2 

1.4.  Overview of this Document ................................................................................................... 3 

1.5.  Project Summary .................................................................................................................. 4 

1.6.  Authorization and Funding .................................................................................................... 5 

1.7.  Proposals Required ............................................................................................................... 5 

1.8.  Quality Assurance and Coordination ..................................................................................... 5 

1.8.1.  Standards and Guidelines .................................................................................................................... 5 

1.8.2.  Frequency Coordination and Licensing ............................................................................................... 6 

1.8.3.  Federal Aviation Administration (if applicable) ................................................................................... 7 

1.8.4.  Project Management ........................................................................................................................... 7 

1.8.5.  QA/QC Program ................................................................................................................................. 10 

1.9.  Preliminary Design (45 days after Notice to Proceed (NTP)) ................................................ 11 

1.10.  Final Design (90 days after NTP) ...................................................................................... 11 

1.11.  System Staging, Delivery, and Installation ....................................................................... 12 

1.12.  Final System Acceptance ................................................................................................. 12 

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 11

Page 1

1. PROJECT OVERVIEW 1.1. INTRODUCTION

Broward County, Florida (County), invites Vendors to respond with a proposal or proposals to address the turnkey replacement of various communications subsystems operated by the County. Proposals are requested for a comprehensive solution that includes all of the following:

A new 700 megahertz (MHz), Project 25 (P25) Phase II system to replace the County’s existing 800 MHz Motorola SmartZone System

A new Internet Protocol (IP)-based microwave system to replace the County’s existing Tadiran 6 GHz system, with backward compatibility for legacy circuits to support the County’s existing radio infrastructure during the transition period

Civil work to support upgrades to new and existing radio sites to support the aforementioned communications subsystems.

P25 Phase II-compliant subscriber radios. The proposed 700 MHz communications system will provide an Association of Public-Safety Communications Officials, International (APCO) P25 interoperable radio communications system to support mission-critical communications within the County. 1.2. BACKGROUND

The County presently operates a 10-site Motorola Type II SmartZone, public safety-grade, two-way radio system that provides communications to first responders countywide. The system operates in the 800 MHz band and uses simulcast and trunking technology, as well as microwave connectivity, to provide a mix of analog and digital voice communications. The existing system has reached the end of its support period and needs to be replaced. In addition to the primary P25 system, the County is requesting proposals for backup capabilities to include a 4-site P25 Phase II simulcast system supporting both voice and data, a conventional overlay, and a mobile communications platform. While the County is not directly responsible for subscriber radios, user agencies on the Broward system will need to purchase P25 Phase II-compliant radios that will operate on the new system. Connectivity is provided on the existing system by a loop-protected Tadiran microwave system, with all microwave links operating in the licensed 6 GHz frequency band. The existing microwave system has reached the end of its support period and needs to be replaced. Dispatching in Broward County is handled at three public safety answering point (PSAP) locations:

Sunrise (Central Dispatch) – 24 dispatcher positions located at 10440 W. Oakland Park Blvd., Sunrise, FL 33351

Pembroke Pines (South Dispatch) – 23 dispatcher positions located at 6057 S.W. 198th Terrace, Fort Lauderdale, FL 33311

Coconut Creek (North Dispatch) – 21 dispatcher positions located at 4800 W. Copans Rd., Coconut Creek, FL 33063

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 12

Page 2

The County currently utilizes Motorola Gold Elite consoles at all locations. A Motorola PremierOne computer-aided dispatch (CAD) system is being implemented at each PSAP, and these will need to interface with the paging and FSA systems. The County dispatches for the City of Fort Lauderdale, which is in the process of implementing a Motorola P25 Phase I solution interfaced to a Motorola-hosted master site located at Motorola’s facility in Plantation. Consoles must be configured to interface with Fort Lauderdale talkgroups without the use of a control station interface. This can be accomplished through the P25 Console Subsystem Interface (CSSI) or through any other means identified by proposing vendors. It is anticipated that eight of the County’s ten existing tower sites will be utilized for the new systems, and that additional tower sites will be added to improve coverage. Civil work is required to upgrade existing towers and support facilities, as well as to develop new radio sites for the expanded network. It is anticipated that the work will include development of both raw-land sites and existing leased tower sites. 1.3. OVERVIEW

A. The project includes several turnkey components, as follows:

1. Replacement of the existing system with a new P25 Phase I and Phase II 700/800

MHz radio system, including dispatch consoles.

2. Replacement of existing dispatch consoles including supervisor and spare positions.

3. Replacement of the existing microwave network with a new IP-based microwave network providing “five nines” (99.999 percent) link reliability and multiprotocol label switching (MPLS) routing.

4. Towers, shelters, and other facilities where required in connection with new and upgraded site deployments

B. The proposed trunked radio system shall comply with the latest applicable P25 suite of

standards adopted as Telecommunications Industry Association (TIA) and/or American National Standards Institute (ANSI) documents at the time of proposal submission.

C. The proposed system shall provide a standalone 700/800 MHz, P25 DMM Phase I and Phase II trunked, simulcast system providing communications within the County. The proposal shall include a system expansion with additional radio site(s) to enhance the coverage needs of Broward County.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 13

Page 3

D. The Vendor shall propose backup solutions, including a 4-site P25 Phase II, 7-channel fixed simulcast backup network supporting both voice and data; a 4-site, 2-channel conventional overlay (separate channels at each site); and a mobile communications trailer supporting two onboard conventional repeaters and a gateway system.

E. This specifications document reflects user operational requirements, system

requirements, infrastructure requirements, and system support requirements for the County. This specifications document addresses (but is not limited to):

Coverage requirements Daily operational communications requirements of first responders Significant system components Minimum and maximum performance specifications for the system and for the

subscriber units, based on defined user needs, national standards, and industry best practices

Hardware specifications County-owned tower sites County raw-land sites Antennas, lines, grounding, and associated accessory items Connectivity with the Broward County microwave network Interoperability subsystem

F. The proposed systems shall leverage existing sites to the greatest extent possible, meet

the daily coverage and capacity needs, support transparent roaming and interoperability within the region, enhance interoperability within Broward County, and provide reserve capacity for use during major manmade or natural disasters and emergencies.

G. Site information is provided in Appendix B. 1.4. OVERVIEW OF THIS DOCUMENT

A. This section provides a high-level overview of all sections of this specifications document.

1. Section 1, Project Overview – Provides background information and a general overview of the requirements contained in this specifications document.

2. Section 2, Radio Communications System Requirements – Provides requirements for the communications systems. The County requires procurement of a 700/800 MHz, P25 DMM Phase I and Phase II, simulcast, trunked system. Also includes requirements for system configuration, site selection, RF coverage, and site equipment, as well as UHF alphanumeric simulcast paging transmitters and a UHF fire station alerting system.

3. Section 3, Backhaul Network – Provides requirements for digital microwave backhaul

equipment, network management, and engineering.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 14

Page 4

4. Section 4, Dispatch Console – Provides requirements for IP-based, radio dispatch console system equipment.

5. Section 5, Facilities and Infrastructure Development – Provides requirements for

facilities and infrastructure development, such as towers, shelters and backup power systems.

6. Section 6, Network Management System – Provides requirements for the network

management system (NMS), including terminal locations, system alarms, and site alarms.

7. Section 7, Subscriber Equipment – Provides requirements for backup control

stations.

8. Section 8, Training – Provides requirements for training programs to be developed by the Vendor.

9. Section 9, Warranty, Maintenance, and Support – Provides requirements for the

warranty, extended warranty, maintenance, and support of the proposed system and subsystems.

10. Section 10, System Implementation, Test, and Acceptance – Provides requirements for test plans, factory staging, system cutover, installation, fleet mapping, coverage testing, and final acceptance.

B. Several appendices also are included in this specifications document:

1. Appendix A – Compliance Matrix 2. Appendix B – Site Information 3. Appendix C – Bounded Coverage Area Requirements Map 4. Appendix D – Price Workbook (For Information Only)

1.5. PROJECT SUMMARY

A. Vendor shall be responsible for the following project components:

1. Furnishing and installing system equipment and ancillary facilities 2. Engineering and system design 3. Project management for the components it is proposing 4. Software installation and programming 5. Training 6. Acceptance testing, including coverage testing for land mobile radio (LMR)

components 7. Cutover plan and execution 8. Warranty and maintenance

B. Vendor shall be responsible for furnishing complete and fully functional systems:

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 15

Page 5

1. P25 Phase II radio communications system, including the guarantee of radio coverage

2. Point-to-point digital IP microwave backhaul network

C. Work shall be planned, coordinated, and conducted with minimal interruption of service to existing critical systems.

D. Proposals shall completely describe the equipment and methods that will be used to

implement the system. The intent of this document is to allow the Vendor to propose the best equipment, technology, and methods available to provide state-of-the-art public safety communications systems of the highest quality and performance.

E. All equipment and systems shall be provided in new condition and be covered by a full factory and/or manufacturer’s warranty of not less than one year.

F. Proposals should not include systems or equipment near the end of their respective lifecycles.

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

1.6. AUTHORIZATION AND FUNDING

A. Upon authorization by Broward County, the Vendor shall offer other agencies or

municipalities in the County user equipment and system components at the same or better pricing as that offered to Broward County. Pricing shall be valid for up to five years following project final acceptance. Any price escalations over this period must be clearly defined.

1.7. PROPOSALS REQUIRED

A. The County requires proposals addressing all components identified in this solicitation for a “turnkey” solution.

B. Proposal Options: Requirements described as an “OPTION” or “OPTIONAL” refer to features or equipment that may or may not be purchased by the County, or items whose quantities are not determined yet. It is not the Vendor’s option to respond to these requirements; therefore, the Vendor is required to respond to all OPTIONAL requirements to the greatest extent possible.

1.8. QUALITY ASSURANCE AND COORDINATION

1.8.1. Standards and Guidelines

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 16

Page 6

A. The Vendor should comply with the following standards, rules, regulations, and industry

guidelines: 1. American National Standards Institute (ANSI) 2. National Electrical Manufacturers Association (NEMA) 3. Electronics Industry Association (EIA) 4. Telecommunications Industry Association (TIA) 5. Telecommunications Distribution Methods Manual (TDMM) 6. National Electrical Code® (NEC) 7. Institute of Electrical and Electronics Engineers (IEEE) 8. Federal Communications Commission (FCC) 9. Underwriters Laboratories, Inc. (UL) 10. American Society of Testing Materials (ASTM) 11. National Fire Protection Association (NFPA) 1221 (latest revision)

B. The Vendor shall comply with industry best practices for system installation, grounding,

bonding, and transient voltage surge suppression (TVSS), as outlined in the following standards: 1. Motorola R56®, Standards and Guidelines for Communication Sites (latest revision);

or

2. Harris AEA-123 4618/1, Grounding Guidelines

C. If the requirements of this specifications document conflict with those of the aforementioned standards, rules, regulations, and industry guidelines, then the more stringent of the two shall become applicable.

D. If the Vendor cannot meet any of the standards, rules, regulations, or industry guidelines listed above, the Vendor shall list in its proposal any and all deviations for approval by the County.

E. The Vendor shall identify and coordinate all necessary codes, permitting, etc., including building permits. The Vendor shall notify the County of any issues. The County will be responsible for any necessary environmental assessments.

F. The Vendor shall be responsible for performing a structural analysis for each tower when loading will be modified, and for advising the County where remediation will be required.

1.8.2. Frequency Coordination and Licensing

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 17

Page 7

A. LMR licenses—The County currently utilizes 800 MHz spectrum for the existing County-owned radio system. The County shall be responsible for all license modifications to support the new system. The Vendor shall provide all technical information necessary for the County to file the appropriate licensing documentation with the Region 9 Regional Planning Committee (RPC). The County shall provide all current licensing information to the Vendor following contract award. Following approval of the preliminary design phase, the Vendor shall provide all modifications and applicable forms to the County for review and approval. The County shall be responsible for any additional 700 MHz regional coordination, licensing, support, and preparation. The availability of adequate spectrum may be assumed by the Vendor.

B. Microwave Licenses—The County currently utilizes 6 GHz spectrum for the existing County-owned microwave system. The County shall provide all current licensing information to the Microwave Vendor following contract award. Following approval of the preliminary design phase as defined in section 1.9.2, the Vendor shall provide all modifications and applicable forms to the County for review and approval. The County shall be responsible for any additional 700 MHz regional coordination, licensing, support, and preparation. The availability of adequate spectrum may be assumed by the Vendor.

1.8.3. Federal Aviation Administration (if applicable) The Successful Vendor shall complete Federal Aviation Administration (FAA) forms as necessary. The Facilities and Infrastructure Vendor also shall complete any associated FCC Antenna Structure Registration (ASR) submittals. 1.8.4. Project Management

A. The Vendor shall provide a Project Management Plan (PMP) that includes a detailed Work Breakdown Structure (WBS), project scope, deliverables, schedule, quality assurance/quality control (QA/QC) processes, and risk management sections.

B. The plan shall describe how the Vendor intends to monitor and control the installation and deployment of the proposed system, and mitigate risks in order to ensure that the system meets the design specifications and is delivered on time.

C. Regularly scheduled status meetings shall be established between the County Project Team and the successful Vendor. The Vendor shall provide a schedule for these meetings subject to the approval of the County. Scheduling

The Vendor shall develop and maintain a project schedule including tasks, milestones, start and end dates, task predecessors, and task owners based on an approved WBS in Microsoft Project format.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 18

Page 8

A. The schedule shall represent tasks associated with completing work on all items

identified in the WBS. The project schedule shall be updated with actual dates as tasks are completed.

B. The updated schedule shall be provided as an agenda item for all County/Vendor weekly status meetings.

C. The schedule shall address the following at a minimum: 1. Site surveys 2. Detailed design review 3. Required site modification 4. Required shelter modification 5. Equipment manufacturing 6. Factory acceptance test 7. Equipment delivery 8. System installation 9. System configuration 10. System optimization 11. Acceptance testing 12. Coverage testing 13. User training 14. Fleet map development 15. System cutover 16. System documentation development and delivery 17. System and equipment warranty

Project Punch List

A. The successful Vendor shall establish and maintain a punch list, as mutually agreed to

with the County, for site facilities, equipment, and acceptance tests.

B. The punch list shall be maintained in real time and published weekly. The punch list shall include the following at a minimum: 1. Sequential punch-list item numbers 2. Date identified 3. Item description 4. The party responsible for resolution 5. Expected resolution date 6. Resolution date 7. Details about how each punch-list item was resolved and tested 8. Notes about the item

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 19

Page 9

C. If responsibility for resolving an item is transferred to another person or group, a new

entry shall be added to the punch list and the original entry shall be appropriately noted.

D. The Vendor shall be responsible for reviewing each punch-list item and advising the County of any changes. The status of punch-list items shall be updated during each weekly status meeting.

Project Meetings

A. A project kickoff meeting shall be scheduled prior to the beginning of the project.

B. Weekly project status meetings shall be scheduled following contract award and the

initial kickoff meeting.

C. The successful Vendor shall be responsible for scheduling the meetings as well as preparing meeting agendas and minutes. In addition to those items identified in Section 1.8.4.1 above, meeting agenda items shall include, at a minimum, the following items: 1. Schedule review 2. Status of deliverables 3. Risk items 4. Changes 5. Plans for the next period 6. Action-item assignments 7. Punch-list review

Project Staffing

A. Project staffing shall be managed by the successful Vendor based on workload and the

level of effort throughout the implementation/installation process; however, the positions identified below shall be staffed throughout the duration of the project and shall not be changed without prior approval of the County.

B. Vendor’s Project Manager:

1. Vendor’s Project Manager shall be the primary point of contact (POC) between the

County and the Vendor.

2. Vendor’s Project Manager shall: bear full responsibility for supervising and coordinating the installation and deployment of the communications system; be responsible for development and acceptance of the PMP; manage the execution of the project against that plan; and oversee the day-to-day project activities, deliverables, and milestones completion.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 20

Page 10

3. Vendor’s Project Manager shall be responsible for coordination of the weekly status

meetings.

C. Vendor’s Project Engineer:

1. Vendor’s Project Engineer shall have the primary responsibility for managing the system design and ensuring that the system is installed in accordance with the approved system design.

2. Any deviation from the system design shall be subject to project change control

procedures and will not be undertaken until approved by the County. 3. Vendor’s Project Engineer shall ensure the development of block diagrams, system-

level diagrams, and rack diagrams to assist the installation team in completing the system installation.

4. The Vendor’s Project Engineer also shall supervise the development and execution

of the System Acceptance Test Plan (SATP) and the Coverage Acceptance Test Plan (CATP), and guide the County Project Team through the processes and procedures necessary to prove that the system performs as specified in the contract. No test plan will be executed until approved by the County.

1.8.5. QA/QC Program

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

1. Procurement 2. System design 3. Installation 4. Implementation 5. Testing 6. Cutover

B. The QA/QC plan shall specifically describe the plans and procedures that ensure the

proposed system is designed in accordance with the standards and requirements described in this specifications document.

C. The QA/QC plan shall be included as part of the PMP developed by the Vendor’s Project

Manager.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 21

Page 11

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

E. The proposed QA/QC plan shall address the following project tasks at a minimum: 1. Design analysis and verification 2. RF coverage analysis and verification 3. Design changes and document control 4. Material shipping, receiving, and storage 5. Site preparation (if required) 6. Field installation and inspection 7. Equipment inventory and tracking 8. System testing and validation 9. Software regression testing 10. Deficiency reporting and correction 11. Implementation and cutover 12. Training and certification

1.9. PRELIMINARY DESIGN (45 DAYS AFTER NOTICE TO PROCEED (NTP))

The successful Vendor shall submit the Preliminary Design package in their native editable format and Portable Document Format (PDF) within 45 days after the applicable Notice to Proceed is issued. The Preliminary Design package shall include the following:

A. QA/QC plan B. Detailed project schedule (in Microsoft Project) C. System-level and block diagrams (in Visio format) D. Patching schedules and termination details for all cabling necessary for a complete

record of the installation E. Radio and microwave channel plans F. Equipment room overview drawings G. Equipment rack/cabinet elevation drawings H. Tower profile drawings indicating antenna-mounting locations I. Detailed lists of materials for each site J. 30-day Operational Test Plan (OTP) K. Coverage Acceptance Test Plan (CATP)

Vendors should identify in the compliance matrix whether there are specific elements from this section that are not relevant to the project elements to which they are responding. 1.10. FINAL DESIGN (90 DAYS AFTER NTP)

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 22

Page 12

Vendor shall submit the Final Design package 90 days after the applicable Notice to Proceed is issued. The Final Design package shall include the following:

A. Any updates to previously submitted design information B. Cutover plan C. System operation and maintenance manuals for all equipment D. Factory test data E. Site installation drawings F. Structural analyses and results G. A detailed Staging Acceptance Test Plan outlining a comprehensive series of tests that

will demonstrate proof of performance and readiness for shipment 1. The Staging Acceptance Test Plan shall be submitted no later than 15 business days

before the testing starts, and shall be approved no later than five business days before the testing starts

1.11. SYSTEM STAGING, DELIVERY, AND INSTALLATION

A. System staging must be performed in the United States

B. The Vendor shall submit a bill of materials/packing list with two copies for each shipment

of equipment. The packing list shall include the following information at a minimum for each component included in the packaging: 1. Manufacturer 2. Model 3. Serial number 4. Unique identification of the package containing the item

C. All items shipped by Vendor or its suppliers will include the above information in a barcode format.

1.12. FINAL SYSTEM ACCEPTANCE

A. Vendor shall propose a Final Acceptance Test Plan (FATP) in their proposal that

outlines a comprehensive series of tests that will demonstrate proof of performance and readiness for final acceptance by the County. The contract with the winning vendor will contain a detailed FATP.

B. Vendor shall submit any proposed updates or modifications to the FATP no later than 15

business days before the testing starts. The final FATP, which shall incorporate

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 23

Page 13

comments and requests by the County, must be approved by the County before the testing starts.

C. The Vendor shall submit three final and complete sets of as-built documentation in their native editable formats and PDF, including the following: 1. Documentation index 2. Field test reports, with dates and actual readings 3. Coverage test reports 4. Warranty documentation 5. Detailed list of materials for each site 6. A copy of all redline documents for each site prior to issuance of the as-built

documentation 7. As-built system-level and block diagrams (in Visio format and PDF) 8. As-built site drawings, including all cabling and terminations (in Visio format and

PDF) 9. Site layout drawings, as appropriate (in Visio format and PDF) 10. Tower drawings showing any new installations (in Visio format and PDF)

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 24

Page i

SECTION 2

TABLE OF CONTENTS

2.  Radio Communications System Requirements .............................................................................. 1 

2.1.  Overview .............................................................................................................................. 1 

2.2.  Interoperability/ P25 Statement of Requirements (SoR) ....................................................... 1 

2.2.1.  700/800 MHz P25 Trunked System ....................................................................................... 2 

2.3.  System Configuration ............................................................................................................ 4 

2.3.1.  Redundancy and Survivability ............................................................................................... 4 

2.3.2.  Expansion .............................................................................................................................. 5 

2.3.3.  Grade of Service (GoS) – Trunked System ............................................................................ 6 

2.4.  Site Selection ........................................................................................................................ 6 

2.5.  Coverage ............................................................................................................................... 7 

2.5.1.  Coverage Maps ..................................................................................................................... 8 

2.5.2.  Map Criteria .......................................................................................................................... 9 

2.5.3.  Coverage Model .................................................................................................................. 10 

2.6.  Site Equipment ................................................................................................................... 10 

2.6.1.  Overview ............................................................................................................................. 10 

2.6.2.  System and Site Control Equipment ................................................................................... 11 

2.6.3.  Simulcast Equipment .......................................................................................................... 11 

2.6.4.  Receiver Voting ................................................................................................................... 12 

2.6.5.  Base Station Equipment ...................................................................................................... 12 

2.6.6.  Antenna Systems ................................................................................................................. 13 

2.6.7.  Backup and Interoperability Systems ................................................................................. 14 

2.6.8.  Data Capabilities ................................................................................................................. 16 

2.7.  Options ............................................................................................................................... 17 

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 25

Page 1

2. RADIO COMMUNICATIONS SYSTEM REQUIREMENTS 2.1. OVERVIEW

A. Vendors shall propose complete P25 700/800 MHz digital radio communications systems as described below. Requirements for each system are described herein and are delineated throughout this specifications document according to trunked system requirements.

1. Primary Trunked System: P25 Mixed Mode, Phase I and Phase II—The system

must utilize the mandatory radio sites detailed in Appendix B. Additional candidate sites have been included for potential expansion, but are not mandatory within the design. The system must seamlessly integrate all sites such that end users can roam freely throughout the service area without interruption of service or the need to manually select sites. The system must utilize the latest system platform. The system must meet the coverage and capacity needs of Broward County. The system must be expandable to allow for additional capacity and features. The system must be configured to support P25-compliant data on voice channels running at 9,600 bits per second. The County requires designs that utilize a single simulcast cell to cover any given geographic area other than the Everglades. A secondary simulcast cell or multicast site will be acceptable for coverage over the Everglades. If a secondary simulcast cell or multicast site is proposed to cover the Everglades, a total of 6 RF channels providing 10 total talk paths shall be proposed.

2. Trunked Backup System: P25 Mixed Mode, Phase I and Phase II—The system

must utilize the mandatory radio sites detailed in Appendix B. The system must seamlessly integrate all sites such that end users can roam freely throughout the service area without interruption of service or the need to manually select sites. The system must utilize the latest system platform. The system must meet the coverage and capacity needs of Broward County. The system must be expandable to allow for additional capacity and features.

3. Conventional Backup System: P25 Phase I Conventional—The system must

utilize the four mandatory radio sites detailed in Appendix B. The system must operate on FCC-allocated 700 MHz interoperability channels, with each site providing two standalone conventional repeaters.

B. These systems shall provide portable and mobile radio coverage throughout the County

as described in Section 3.5 below. 2.2. INTEROPERABILITY/ P25 STATEMENT OF REQUIREMENTS (SOR)

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

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 26

Page 2

submission, as listed in Table 1 below. These standards establish technical parameters that allow compatibility and interoperability of digital radio equipment from different manufacturers.

B. By stating compliance with a level-two heading in the Statement of Requirements (SoR),

the Vendor claims compliance with all applicable level-three requirements in the SoR. If the Vendor is not compliant with a requirement, the Vendor shall identify the requirement by number and name, and provide a detailed explanation of why the proposed system does not meet the requirement.

C. Vendors shall reference the complete P25 SoR for a detailed description of each requirement; the following link is supplied for informational purposes only: http://project25.org/images/stories/ptig/docs/Technical_Documents/12131211_Approved_P25_SoR_12-11-13.pdf

2.2.1. 700/800 MHz P25 Trunked System

Table 1 below contains a list and brief description of the elements contained in the APCO P25 SoR. Vendors are expected to verify compliance with items in the table. In order to confirm compliance with the P25 standards, Vendors shall provide point-by-point compliance statements for each of the requirements in Table 1 for Phase I, 12.5 kilohertz (kHz) systems. It is acknowledged that the SoR might not reflect the current P25 specifications, as the specification is a “living document” and a certain specification may not be final or does not yet exist (e.g., over-the-air programming, or OTAP). In the absence of a specification, the County requests a reply regarding how the Vendor may or may not address the requirement.

Table 1: APCO P25 SoR Mandatory and Standard Options

Requirement Description

Requirement No. Service, Feature or Capability from the P25 SoR

P25 Overview

1.2.1 Bandwidth Compliance

1.3.2 ANSI/TIA/EIA

1.3.3 Subscriber Unit MIL-SPEC Requirements

Detailed Standards Suite

Proposed

2.1.1 P25 Common Air Interface (CAI)

2.1.2 P25 Standard Service Set

2.2.1 P25 Mobile Data Interface

2.2.2 P25 Fixed Host Data Interface

2.3 P25 Telephone Interconnect Interface

2.4 P25 Inter-RF Subsystem Interface (ISSI)

2.4.1 Multiple P25 RF Subsystem Connectivity

2.4.2 Operational Modes

2.4.3 Networking Configurations

2.4.4 Bearer Media for Interconnection

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 27

Page 3

Requirement Description

Requirement No. Service, Feature or Capability from the P25 SoR

2.4.5 Services to be Supported

2.4.6 Interface Requirements

2.4.7 Control Element

2.4.8 Traffic Element

2.4.10 Roaming Subscriber Management

2.5 P25 Network Management Interface (NMI)

2.5.1 Network Management

2.5.2 Element Management

2.6.1 Console Subsystem Interface (CSSI) Applicability

2.6.2 General CSSI Requirements

2.6.3 CSSI Requirements for Conventional Services

2.6.4 CSSI Requirements for Trunked Services

2.6.5 CSSI Requirements for Mixed Mode Services

2.6.6 CSSI Requirements Applicable to both Trunking and Conventional

2.6.7 Miscellaneous CSSI Requirements

2.7 P25 Fixed/Base Station Subsystem Interface (FSSI)

2.7.2 Conventional Digital Fixed Station Interface (CDFSI)

2.7.3 Trunked FSSI

P25 System Overview

3.1.1 Spectral Efficiency

3.1.2 Channelization

3.1.3 Roaming Functions of Portables and Mobiles Within and Among P25 Systems

3.2.1 System Architectures

3.2.2 System Connectivity

3.2.3 Identification (ID) Structures

3.2.4 Throughput Delay

3.2.5 Direct Modes of Communications

3.2.6 Use of Standard Signaling

3.2.7 Over-The-Air-Programming (OTAP)

3.3 Support Audible Signaling

3.3.1 General

3.3.2 Operational or Systemic

3.3.3 Operational Signals (Personality Programmed)

3.3.4 Service and Bearer Channel Interface/Service Set

3.3.5 Other System Functionalities

3.3.6 Location Services via Global Positioning Satellite (GPS)

Encryption

4.1.1 Type 3 Encryption Requirements

4.1.2 Adopt for Type 1 Encryption

4.1.3 Key Fill

4.1.4 Four Levels of Encryption

4.1.5 Key Management

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 28

Page 4

Requirement Description

Requirement No. Service, Feature or Capability from the P25 SoR

Subscriber Equipment

5.1.1 General Requirements

5.1.2 Phase I – Specific Requirements

5.1.3 Phase II – Specific Requirements

5.1.4 Other General Requirements

5.2.1 General Vehicular Repeater Capabilities

5.3.2 Phase II Subscriber Units

Interoperability 6.1 Infrastructure

6.2 Subscriber Units

Migration

7.1.1 General Migration Requirements

7.3.1 Phase I Conventional to Phase II Migration Requirements

7.3.2 Phase I Trunked to Phase II Migration Requirements

2.3. SYSTEM CONFIGURATION

2.3.1. Redundancy and Survivability

A. The proposed radio communications systems are intended to support mission-critical operations; therefore, a high degree of redundancy and survivability is required. A network topology utilizing fault tolerance shall be incorporated to the greatest extent possible through a distributed and/or redundant architecture.

B. Redundancy is required for all system elements in which failure would result in a major

failure of the system; single points of failure are not acceptable. Such elements include, but are not limited to, the following: 1. System controllers and fixed site equipment 2. Simulcast controllers and voting equipment 3. Backhaul network 4. Power systems 5. Network Management System 6. Dispatch console position 7. ISSI gateway

C. The trunked system shall include several modes of degraded operation, known as failure modes. The system shall be capable of automatic activation of failure modes in the event of a system failure. Additionally, the system shall switch to a failure mode gracefully. Failure modes shall include the following scenarios, at a minimum:

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

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 29

Page 5

4. Loss of simulcast controller 5. Loss of a frequency channel due to interference, including interference appearing on

a control channel 6. Loss of multiple channels due to wideband interference 7. Loss of a repeater station due to an equipment failure 8. Loss of a dispatch console position 9. Loss of an ISSI gateway

Vendors shall provide a description of each failure mode and describe how communications are affected by the failure.

D. The trunked system must include geographically redundant components to allow continued wide-area operation and dispatch console connectivity in the event any location becomes inoperable or isolated from the network. Geographically separated system controllers, simulcast controllers, and voting equipment are desired.

2.3.2. Expansion

A. The systems shall be expandable by adding additional hardware and/or software to

increase coverage, capacity, or features. Where possible, Vendors shall propose equipment such that the system can be easily expanded by a minimum factor of 10 percent. For example, if a transmitter combiner requires five ports for the system design, a six-port combiner shall be provided for ready expansion.

B. The trunked system shall be configured to meet the minimum capacities listed below at the time of deployment. Replacement of the system and site control equipment to meet this requirement shall not be acceptable. 1. Interconnected system and site control equipment (if using a centralized architecture)

– 1 2. Total simultaneous talk paths – Dependent on system design to meet Grade of

Service (GoS) requirements 3. Simulcast cells – Dependent on system design to meet GoS requirements 4. Sites per simulcast cell – 30 5. Unit IDs – 50,000 6. Affiliated users – 15,000 7. Talkgroups – 1,000 8. Dispatch positions – 100

C. The trunked system shall be expandable to meet the capacities listed below through the addition of hardware. All software licenses must be included. and/or software. Replacement of the system and site control equipment to meet this requirement shall not be acceptable.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 30

Page 6

1. Interconnected system and site control equipment (if using a centralized architecture) – 3

2. Total simultaneous talk paths – 36 3. Simulcast cells – 5 4. Sites per simulcast cell – 30 5. Unit IDs – 50,000 250,000 6. Affiliated users – 15,000 7. Talkgroups – 1,000 8. Dispatch positions – 100

2.3.3. Grade of Service (GoS) – Trunked System

A. The measure of traffic-loading capacity for any trunked system is defined by Grade of

Service (GoS). GoS is used to measure the probability that a radio call will not gain immediate access to a radio channel, but rather be placed in a busy queue for later processing when a voice channel becomes available. For example, a GoS of 2 percent represents that 98 percent of the radio calls attempted on the system are processed immediately, and 2 percent are placed into the user queue.

B. The system shall meet a GoS of 1 percent, with 90 percent of units that are placed in

queue receiving a channel grant within two seconds. Vendors shall use the following information in developing their design: 1. Assume 4,772 4,272 active users on the system 2. Assume 5 calls per unit per hour 3. Assume a 4-second call duration. 4. If the Vendor’s proposed system contains multiple subsystems or cells, an additional

loading increase shall be included to account for calls that involve talkgroups on two or more cells. Vendors shall provide calculations and explain justifications.

C. Vendors shall submit traffic-engineering studies in its proposal describing how its

proposed system design meets this criterion. The traffic-engineering study shall describe the methodology used in developing the study, along with any assumptions.

D. Although the system will be mixed mode with some limited Phase I and primary Phase II capabilities, the traffic-loading analysis shall be based on Phase II subscriber units.

2.4. SITE SELECTION

A. Vendors shall utilize the mandatory sites identified in Appendix B. Additional candidate sites have been included for consideration, but are not mandatory.

B. Information regarding the County sites is located in Appendix B for reference.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 31

Page 7

C. If the 700 MHz P25 Phase II Vendor determines additional sites are needed, commercial sites for lease or new “raw-land” sites may be proposed. The Vendor shall provide costs associated with the buildout of these locations.

2.5. COVERAGE

A. The radio systems shall be designed to serve within the geographical boundaries of the county.

B. Coverage design, implementation, and testing for the system shall adhere to the TIA

Telecommunications Systems Bulletin (TSB) #88-D or latest version, Wireless Communications Systems Performance in Noise-Limited Situations.

C. Channel Performance Criteria (CPC): RF coverage is defined as the digital Bit Error Rate (BER) that provides an audio signal that delivers a minimum Delivered Audio Quality (DAQ) score of 3.4, for both outbound (talk-out) and inbound (talk-in) communications. 1. TIA defines DAQ 3.4 as “speech understandable with repetition only rarely required,”

which is the minimum acceptable level for public safety communications.

2. Vendors shall provide sample audio files, in .wav or .mp3 formats, demonstrating the audio quality associated with DAQ levels of 3.0, 3.4, and 4.0.

D. The radio system must provide coverage as described below:

1. The primary system shall provide 95 percent coverage for a portable radio inside a

building with 24 decibels (dB) of attenuation, with 95 percent reliability, for those portions of the county east of I-95.

2. The primary system shall provide 95 percent coverage for a portable radio inside a

building with 20 dB of attenuation, with 95 percent reliability, for those portions of the county west of I-95, east of U.S. 27 and south of 595; and west of I-95, east of the Sawgrass Expressway and north of 595.

3. The primary system shall provide 95 percent coverage for a portable radio operating

outdoors, with 95 percent reliability, for the portion of the county west of U.S. 27 and south of 595, and west of the Sawgrass Expressway for the area north of 595.

4. The primary system shall provide 95 percent coverage for a mobile radio operating

on a boat, with 95 percent reliability, for those portions of the county in the ocean extending 10 miles eastward from the coast.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 32

Page 8

5. The trunked backup system shall provide 95 percent coverage for a portable radio operating outdoors, with 95 percent reliability, for those portions of the county east of U.S. 27 and south of 595, and east of the Sawgrass Expressway and north of 595.

6. A map of the various coverage areas has been included in Appendix C. Boundary

files to be utilized for each of these areas have been included as a supplement to the solicitation.

E. Vendors shall utilize the following assumptions for subscriber radio performance in order

to meet stated coverage requirements: 1. Vehicle-mounted mobile radios – Standard dash- or trunk-mount, with ¼ wavelength

whip antenna mounted on the trunk with an output power of 10 watts

2. Boat-mounted mobile radios – Standard dash-mount, with ¼ wavelength whip antenna mounted on a boat mast, assumed at 5 feet above sea level

3. Portable radios – Standard portable radio outdoors or indoors:

a. Talk-out to a portable radio on hip with a swivel belt clip b. Talk-in from a portable radio at hip using a remote speaker microphone c. ½ wavelength flexible whip antenna d. Hip level shall be assumed as a height above ground at 3.3 feet e. Appropriate level of in-building attenuation for both talk-out and talk-in based on

coverage requirement

2.5.1. Coverage Maps

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

B. Vendors shall submit both talk-out and talk-in system composite coverage maps for all

proposed design configurations. The maps shall be clearly labeled and shall show link budget calculations for each of the following: 1. Mobile radios – Standard dash- or trunk-mount, with antenna mounted on the trunk

2. Portable radios – Standard portable radio outdoors:

a. Talk-out to a portable radio on hip with a swivel belt clip b. Talk-in from a portable radio at hip level with a swivel belt clip

3. Portable radios – Standard portable radio indoors:

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 33

Page 9

a. Talk-out to a portable radio on hip with a swivel belt clip, with 20 dB of building

loss b. Talk-in from a portable radio at hip with swivel belt clip, with 20 dB of building

loss c. Talk-out to a portable radio on hip with swivel belt clip, with 24 dB of building loss d. Talk-in from a portable radio at hip with swivel belt clip with 24 dB of building loss

C. Coverage shall be depicted using a light transparent color or cross-hatching for those

areas that meet or exceed the minimum coverage reliability threshold.

D. All maps must clearly delineate the difference between areas with coverage predicted to be equal to or greater than DAQ 3.4 and areas that do not meet this coverage requirement. Vendors shall include the effects of simulcast interference in all coverage maps (if applicable).

E. Coverage maps shall be provided in the proposal in two formats: 1. 11-inch x 17-inch (minimum), full-color, hardcopy 2. softcopy format printable to 11-inch x 17-inch full color. 3. In PDF file format on USB flash drive

F. Coverage maps must include sufficient detail to allow another party to duplicate the predicted coverage utilizing propagation software.

G. Coverage maps shall display coverage extending beyond the county borders.

H. Coverage maps shall consider any anticipated degradation resulting from simulcast interference.

2.5.2. Map Criteria

A. All maps shall include a background layer suitable for County reference (e.g.,

topographic map, roads, rivers, etc.). Link budgets shall be provided that clearly define the following minimum information for both the radio and paging systems, related to each map and each site:

1. Base station/repeater RF power output 2. Antenna Height (radiation center) 3. Antenna mounting azimuth 4. Antenna gain/transmission line size 5. Antenna down tilt (if applicable) 6. Transmit effective radiated power (ERP) 7. Receiver sensitivity

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 34

Page 10

8. Combiner loss/multicoupling gain/tower-top amplifier (TTA) gain/noise 9. Net TTA amplification gain 10. Mobile and portable antenna height for talk-out and talk-in 11. Mobile and portable RF output power 12. Mobile and portable gain or loss factors 13. Mobile and portable ERP. 14. Configuration of field units (e.g., talk-out to a portable inside 10 dB-loss buildings) 15. Simulcast timing parameters (if applicable)

B. Thirty-meter U.S. Geological Survey (USGS), North American Datum (NAD)-83 terrain elevation data shall be used for coverage simulations. Alternatively, 3-arc-second data may be used where 30-meter data is not available.

C. Antenna pattern files shall be provided in the EDX or PLANET formats. The files should be uploaded to BidSync with the proposal. Vendors shall provide the files within three (3) business days of being requested by the County.

2.5.3. Coverage Model

Vendors shall employ a suitable coverage prediction model using appropriate terrain and land cover data for the county environment. The Longley-Rice v1.2.2 radio propagation model, or a model of equal or superior comprehensiveness, is preferred. (Reference TIA TSB-88, latest revision, for guidelines.) 2.6. SITE EQUIPMENT

2.6.1. Overview The Vendor shall provide all site equipment, which shall be new, of high quality, and designed to provide high reliability to support mission-critical communications. The site equipment, or RF infrastructure, consists of the following components:

A. System and site control equipment B. Simulcast equipment C. Receiver voting D. Transmitters E. Receivers F. Combiners/multicouplers/TTAs G. Antenna systems H. Alarm remote terminal units I. GPS frequency standard

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 35

Page 11

All remote site equipment shall be configured to operate utilizing a -48 VDC power plant. All equipment located at dispatch facilities shall be configured to operate on the existing 120 VAC power systems.

2.6.2. System and Site Control Equipment

A. The system and site control equipment shall be capable of controlling all voice and data channels in the proposed system. The control equipment may use a distributed or centralized architecture.

B. The control equipment shall fully support APCO P25 functional requirements, features,

and performance objectives as outlined in Section 32.2.1 above, including the CAI and the ISSI.

C. Vendor shall fully describe the manner in which the proposed system and site controllers function and operate (if used). The system controller will be placed at the County’s Sunrise (Central Dispatch) public safety answering point (PSAP) and the backup system controller shall be placed at the County’s Coconut Creek (North Dispatch) PSAP. The simulcast controller will be placed at the County’s Core site and at least one backup simulcast controller will be placed at the Hard Rock site. These sites were chosen due to their its central location, proximity to maintenance personnel, condition of facilities, and connectivity to the fiber network employed in the county. Vendor shall inform the County of any deficiencies or upgrades needed at this location.

D. Vendors shall provide a P25 ISSI for Broward County to connect to the adjacent four systems operated by neighboring agencies (Motorola Host Master Site, Miami-Dade, Palm Beach, Collier). The ISSI connections shall allow automatic system-to-system talkgroup roaming on up to 10 simultaneous talk paths per connected system.

E. Vendors shall provide a P25 CSSI to enable Broward County to connect to P25-compliant console systems operated by nine neighboring agencies. The CSSI connection shall allow direct talkgroup access at the Broward County public safety answering points (PSAPs) without requiring a conventional interface. 2.6.3. Simulcast Equipment

A. The successful Vendor shall provide all necessary simulcast components and signal-

processing elements that are required to optimize voice quality in coverage overlap areas.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 36

Page 12

B. Non-captured overlap areas with delay spreads in excess of those required to meet the DAQ objective shall be minimized inside the service area.

C. Simulcast systems shall operate without the need for frequent manual optimization and system/subsystem alignment. All alignments and adjustments shall be automated where possible (e.g., signal-conditioning adjustments for channel banks, signal launch times at sites, etc.). 2.6.4. Receiver Voting

Receiver voting equipment shall monitor all receivers in the simulcast system and select the best signal for processing and rebroadcasting throughout the network. The receiver voting system must include geographically redundant components so that the loss of any one location does not prohibit the remaining functional simulcast components from continuing to operate.

2.6.5. Base Station Equipment

A. General

1. Base station equipment shall be solid state in design and function with standard site conditions for temperature, altitude, and humidity.

2. Equipment shall have alarm contact interfaces to provide status to a separate alarm

system. 3. The units shall be as compact as possible, with mounting configurations for standard

relay racks or cabinets.

B. Base station equipment shall comply with Part 90 of the FCC Rules and Regulations, as well as appropriate EIA and similar agency standards, and be an FCC-type accepted for use in the 700/800 MHz frequency band.

C. Prior to implementation, the successful Vendor shall perform the following studies at

each site: 1. Intermodulation analysis – Vendor shall consider equipment from all tenants located

at the proposed site, per FCC license information.

2. Maximum Permissible Exposure (MPE) study (per latest revision of the FCC Office of Engineering and Technology [OET] Bulletin 65) – Vendor shall consider equipment from all tenants located at the proposed site, per FCC license information.

a. Vendor shall gather the site data needed for these studies

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 37

Page 13

D. The successful Vendor shall resolve all issues predicted during the intermodulation analysis and MPE studies. If an intermodulation problem is identified within 12 months after Final Acceptance, the Vendor shall resolve the issue without degrading system coverage or performance, at no cost to the County.

E. Vendors shall include detailed specification sheets for all proposed equipment.

F. Base station equipment must dynamically support either Phase I or Phase II talkgroups based on the talkgroup type that is selected. Static assignment of Phase I or Phase II operation is not permitted. 2.6.6. Antenna Systems

A. Vendors shall propose all antenna system equipment necessary for a complete design.

B. Antennas shall meet the following requirements:

1. 7/16-mm DIN connector 2. Passive intermodulation (PIM) rated 3. Voltage standing wave ratio (VSWR) of 1.5:1 4. Return loss of 14 dB 1.5:1 5. 6-foot sidearm mount 6. Compliant with TIA-222 Rev G and Florida Building Code requirements

C. Antennas shall be appropriate to provide the required coverage and meet applicable

FCC rules and regulations.

D. Transmission line type and length shall be constructed of copper and appropriate to provide the required coverage.

E. Transmission lines must be equipped with the following accessories: 1. Hanger kits (no snap-on kits permitted) 2. Hoist grip 3. Ground kits 4. Radio frequency (RF) surge suppression 5. Connectors installed per manufacturer specifications

F. Transmit combiner/receiver multicoupler: Vendors shall include sufficient capacity for a 10-percent growth in the number of connected transmit and receive stations.

G. Vendors shall include detailed specification sheets for all proposed equipment, including, but not limited to antennas, receiver multicouplers, transmitter combiners, and TTAs (if applicable).

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 38

Page 14

H. TTAs shall be accompanied by a test line for troubleshooting purposes.

I. Antenna systems shall be designed with sufficient redundancy so that a failure to any

one component in the transmission system will not disable the entire site.

J. A spare 700/800 MHz antenna shall be mounted at each location with an appropriately sized feedline to temporarily replace a failed transmit or receive antenna.

K. Transmit antennas shall be equipped with an Advanced Power Meter (APM) to provide VSWR alarming.

2.6.7. Backup and Interoperability Systems

A. Vendors shall propose a P25 trunked backup system that includes the following

elements: 1. Operates in the P25 mode with dynamic use of either P25 Phase I and P25 Phase II

talkgroups at the base station level. Dynamic talkgroups are not required.

2. Utilizes the 4 radio sites identified in Appendix B.

3. Utilizes a total of 7 frequencies, providing 12 concurrent Phase II talk paths, or 6 concurrent Phase I talk paths.

4. Houses simulcast control equipment at the EMS radio site, which will not be utilized

within the design of the primary trunked system.

5. Provides the greatest level of autonomy possible from the primary trunked system to provide a high likelihood that the system will remain functional in the event of a failure of the primary trunked system.

6. Includes the capability to support P25 data applications at a baud rate of 9,600 bits

per second per channel, while providing priority to voice traffic.

B. Vendors shall propose a P25 conventional backup system that includes the following elements: 1. Operates in the P25 conventional mode.

2. Utilizes 2 standalone (non-simulcast) conventional 700 MHz repeaters at each of the

4 radio sites identified in Appendix B.

3. Provides no wide-area dependencies for each individual repeater.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 39

Page 15

C. Vendors shall propose a wideband narrowband analog conventional simulcast repeater

system to replace the County’s current National Public Safety Planning Advisory Committee (NPSPAC) repeaters, which include the following: 1. 8TAC92

2. 8TAC93

3. 8TAC94 4. Each channel shall be configured in a 4-site conventional simulcast configuration

with stations located at the Core, Coconut Creek, Channel 2, and Davie tower sites. 5. Voting equipment shall be located at the Core location.

6. These stations must be configured to operate in the receive-only default mode, with

the ability to remotely turn on transmit capability from any of the three PSAPs.

D. Vendors shall propose a mobile communications trailer with the following elements: 1. Appropriately sized vehicle for towing the proposed trailer

2. Graphical user interface (GUI)-based gateway system supporting up to 4 patches

and 12 ports for locally interfaced control station radios.

3. Total of 10 rack-mounted control station radios broken down as follows:

a. 8 x 700/800 MHz P25 Phase II capable b. 1 x UHF narrowband analog capable c. 1 x VHF narrowband analog capable d. 2 x UHF MOTOTRBO capable

4. Control station antennas must be omnidirectional and provide a minimum of unity

gain.

5. Control station combiners are permitted to reduce the number of control station antennas.

6. Two 700 MHz repeaters operating in the P25 conventional mode:

a. Antenna minimum gain of 6 dBd and omnidirectional b. Stations equipped with duplexers to share a single antenna for transmit/receive c. Repeaters shall be single frequency and locally controlled

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 40

Page 16

7. Extendable automatic (not manual) mast with pre-mounted antennas that can be

raised to 75 feet 8. Onboard 15 kw diesel generator to support continuous operation of equipment for

three days between fuel refills 9. Automatic transfer switch 10. Single onboard HVAC to support proper environmental control of equipment 11. The ability to bypass onboard antennas in order to connect to pre-mounted antennas

on an adjacent tower site. 12. Workspace for one technician 13. Steel storage cabinet 14. Hydraulic braking system

2.6.8. Data Capabilities

A. Both the primary and backup systems shall be configured to support an integrated P25-compliant data stream on any voice channel, providing a desired data rate of 9,600 bits per second per channel.

B. Voice must take priority over data in all circumstances.

C. Examples of data applications that should be capable of utilizing the data stream include, but not limited to, the following: 1. GPS subscriber radio location 2. Over-the-air programming (OTAP) 3. Over-the-air rekeying (OTAR) 4. Fire station alerting signaling 5. Text messaging

D. Data capabilities must support up to 1,000 concurrent subscribers

E. The system must support GPS functionality from subscriber units that do not match the

system manufacturer.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 41

Page 17

F. The system must support data applications operating on a P25 data stream that do not match the system manufacturer.

G. In the event third-party applications running on the system’s P25-compliant data stream do not operate properly, the system vendor must cooperate with the third-party application vendor and the County to submit to laboratory testing with the provider of the third-party application, in order to validate and achieve proper performance and optimize usage on the Broward County system.

2.7. OPTIONS

A. 800 MHz Analog Conventional Simulcast – Vendors should include optional pricing in the Price Workbook (Appendix D) for a 5-channel 800 MHz wideband narrowband analog conventional simulcast system. The system shall include base stations co-located at all primary P25 trunked locations. Conventional interfaces shall be included to connect the system to the radio network for dispatch console access. Vendors should assume a channel spacing of 150 kHz, with simulcast and voting equipment located at the Core radio site.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 42

Page i

SECTION 3

TABLE OF CONTENTS

3.  Backhaul Network ........................................................................................................................ 1 

3.1.  Overview .............................................................................................................................. 1 

3.2.  Digital Microwave Network .................................................................................................. 1 

3.2.1.  Minimum Requirements ....................................................................................................... 1 

3.3.  Remote Terminal Units (RTUs) .............................................................................................. 5 

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 43

Page 1

3. BACKHAUL NETWORK 3.1. OVERVIEW

A. Vendors shall propose a detailed backhaul plan. The plan shall include, at a minimum, path-loss calculations and annual availability for each path, as well as an overall network topology.

3.2. DIGITAL MICROWAVE NETWORK

A. The digital microwave network shall consist of the following components:

1. Point-to-point digital microwave radios 2. Microwave antennas 3. Antenna systems 4. Channel bank (multiplex) equipment 5. Alarms 6. Network Management System

3.2.1. Minimum Requirements

A. The digital microwave backhaul network shall consist of monitored hot standby (MHSB) or ring-protected, point-to-point licensed microwave hops.

B. Microwave terminal equipment shall include transmitter, receiver, modem, power supply, automatic switching device, multiplexer, service channel(s), and all associated interconnections to provide a complete and functional system.

C. The radio shall deliver two-frequency, full-duplex operation. Space diversity configurations are acceptable, if necessary, to meet reliability requirements.

D. The network shall support MPLS routing to support seamless integration and ad-hoc routing with landline-based Ethernet connections.

E. Microwave connectivity shall be provided to all proposed radio site and dispatch locations.

F. The microwave configuration shall include a minimum of two loops, with each loop serving an evenly divided number of locations.

G. Redundant landline-based Ethernet connectivity shall be provided to all critical infrastructure locations (system controllers, prime controllers, dispatch locations) as well as the EMS, Coconut Creek, Channel 2, and Davie locations identified in Appendix B. Radio backhaul must seamlessly route and self-heal between the combined microwave and landline network.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 44

Page 2

H. Capacity: 1. Each hop shall be equipped for the proposed radio network requirements and

existing legacy radio system channels as applicable.

2. Each hop shall deliver a minimum Ethernet payload capacity of 155 megabits per second (Mbps) or more, as required to serve the proposed network. Vendors shall fully describe the methodology for equipping radios to full capacity (e.g., software upgrade, additional channel bank equipment, etc.)

3. It is desired to cutover the microwave system in advance of the radio system, thus

necessitating that the microwave system supports the legacy 28-channel SmartZone system and the new P25 system concurrently. The microwave system must have sufficient capacity to support both systems concurrently, and support the legacy interfaces required for the SmartZone system.

I. Performance Objectives:

1. Each microwave hop shall be designed to meet or exceed a one-way, end-to-end, per-path availability of 99.999% for 10-6 BER at the required capacity.

2. The mean time between failures (MTBF) for the proposed MHSB transceiver equipment shall exceed 25 years.

J. Frequency:

1. The successful Vendor shall be responsible for all microwave frequency research,

prior coordination and preparation of all associated FCC license applications, and submittals on behalf of the County.

2. The County shall be responsible for coordination fees and licensing fees, if any, and signatures, if applicable.

3. The Vendor shall propose the most appropriate licensed frequency band for each hop based on the requirements and FCC Part 101 regulations. Operation in the 6 GHz licensed frequency band is preferred.

K. Data Rates:

1. DS1 bit rate – 1.544 Mbps (as defined by Bellcore GR-499-CORE, Section 9.3; ANSI T1.102; ITU-T 703)

2. DS3 bit rate – 44.736 Mbps (as defined by Bellcore GR-499-CORE; ANSI T1.102; ITU-T 703)

3. OC-3 Optical bit rate – 155.52 Mbps (as defined by ANSI T1.106/88) 4. Ethernet Interface bit rate – 10/100/1000 Mbps (as defined by IEEE 802.3)

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 45

Page 3

L. Transmitter:

1. Vendor shall provide transmit output power referenced to the antenna port. 2. Transmit output power shall be software adjustable. 3. Automatic Transmit Power Control (ATPC) shall be available. 4. A switch from the main transmitter to the standby transmitter shall not result in a

system outage. Vendor shall describe expected switchover time. 5. Radios shall be equipped with redundant power amplifiers. Switching between power

amplifiers shall not result in a system outage.

M. Receiver:

1. Vendor shall provide a guaranteed receiver threshold.

2. Vendor shall provide performance criteria of the proposed radios for the following:

a. Co-channel interference b. Adjacent-channel interference c. Dispersive fade margin

3. The receiver shall be designed so as to ensure that the receiver with the better

performance is operational at any given moment. Vendor shall equip radios with a 10:1 split to prevent frequent switching.

4. Transfer to the backup receiver shall not result in a system outage.

N. Antenna System:

1. Microwave antennas shall be compatible with the radio frequency bands and conform to applicable FCC requirements. Solid parabolic type, Category A antennas shall be used in accordance with FCC Part 101.115 for use in public safety-grade communications systems. Vendors shall propose the smallest dish sizes possible that will satisfy the link reliability requirements.

2. A pressurized elliptical waveguide shall be used. Connectors shall be standard, premium type, and compatible with the antenna and EIA radio interfaces.

3. The following mounting equipment shall be installed per manufacturer specifications:

a. Hanger kits (no snap-on kits) b. Hoisting grips c. Cable boots d. 2 Stiff Arms per dish antenna

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 46

Page 4

4. An automatic dehydrator/pressurization system shall be provided to maintain at least

5 pounds per square inch gauge (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.

5. All installed antenna/transmission lines shall be purged, pressure tested, and tested for low voltage standing wave ratio (VSWR) using return loss measurements. The minimum VSWR shall be 1.5:1 with a return loss of 14 dB.

6. 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.

O. Channel Bank/Multiplex equipment:

1. The successful Vendor shall provide digital channel bank/multiplex equipment.

a. If necessary, the Vendor shall provide multiplex equipment (M13 mux) to convert

DS3 signals to 28 DS1s. b. All multiplex equipment shall be equipped with standby switching and alarms.

The equipment also shall be capable of remote alarm/control.

c. The system must support an interface to the existing Motorola TeNsr channel banks and Larus route switch for ease of integration with the existing radio system.

P. Microwave NMS:

1. Vendors shall fully describe alarm, monitor, and control capabilities of the microwave

terminal equipment, including capacity for external alarms (e.g., door alarms, generator alarms, etc.).

2. It is preferred by the County to have alarm and control capabilities for microwave equipment integrated into the NMS for the P25 trunked system. See Section 7, Network Management Systems.

3. Vendor shall provide a single service channel, or order wire, for each microwave terminal. The service channel shall be accessible via a single RS 232C data circuit and provide a single voice circuit.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 47

Page 5

Microwave Engineering

A. Vendors shall conduct physical path surveys to assure that all proposed paths meet

proper clearance criteria.

B. Vendors also shall conduct mandatory site visits at all sites and notify the County of any site modifications necessary for the microwave hop.

C. Vendors shall provide antenna centerline mounting height recommendations, based upon the information gathered during the physical path surveys and site visits.

D. Vendors shall include fade margin calculations with the proposal, showing the preliminary antenna sizes, system gains, and system losses.

E. Radomes shall be provided for each microwave antenna.

F. The equipment shall be type accepted for licensing under Part 101 of the FCC Rules and Regulations.

3.3. REMOTE TERMINAL UNITS (RTUS)

A. RTUs shall be provided in sufficient quantities to monitor the entire network, including:

1. Microwave radios, channel banks, etc. 2. Data network equipment, including routers, switches, etc. 3. Other miscellaneous equipment

B. RTUs shall be fully compatible with network management terminals (NMTs) supplied, and shall provide complementary functionality wherever necessary to provide a complete working system.

C. RTUs shall support the following points:

1. Status/alarms – 48 minimum, expandable to 256 points 2. Control outputs – 8 minimum, expandable to 32 3. Analog inputs – 8 minimum, expandable to 16

D. RTUs shall support time stamp and system time synchronization.

E. Terminations for all points shall be provided on suitable terminal blocks providing ease of installation, testing, and maintenance.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 48

Page i

SECTION 4

TABLE OF CONTENTS

4.  Dispatch Console .............................................................................................................. 1 

4.1.  General Requirements and Features ..................................................................................... 1 

4.2.  Trunked Radio System Requirements .................................................................................... 3 

4.3.  Conventional Radio System Requirements ............................................................................ 4 

4.4.  Paging Requirements ............................................................................................................ 5 

4.5.  Voice Logger Output ............................................................................................................. 6 

4.6.  Operator Position Equipment ............................................................................................... 7 

4.7.  Common Electronics Equipment ........................................................................................... 8 

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 49

Page 1

4. DISPATCH CONSOLE 4.1. GENERAL REQUIREMENTS AND FEATURES

A. Vendors shall provide pricing for replacement of all existing Gold Elite consoles with

state-of-the-art, IP-controlled consoles.

B. Vendors shall provide CSSI-compliant consoles with licensing for connection to console systems operated by nine (9) neighboring agencies.

C. A list of existing console systems and operator positions is provided in Table 1 below.

Table 1: Broward County Public Safety Answering Points (PSAPs)

PSAP Site Address Console

Manufacturer Console Model

Number of Positions

Backup Control Stations

Sunrise (Central Dispatch)

10440 West Oakland Park Terrace, Sunrise,

FL 33351 Motorola Gold Elite 24 Yes

Pembroke Pines (South

Dispatch)

6057 S.W. 198th Terrace, Fort Lauderdale,

FL 33311 Motorola Gold Elite 23 Yes

Coconut Creek (North Dispatch)

4800 W. Copans, Coconut Creek,

FL 33063 Motorola Gold Elite 21 Yes

D. The dispatch console is a critical link for public safety personnel. It is here that the dispatch operator must relay critical information from the public to public safety personnel in the field. At times, the dispatcher may be in stressful conditions with lives at risk. It is imperative that the dispatch console be laid out in a manner that results in the operation of such consoles being second nature to the dispatching personnel. The dispatching console shall provide the operator with as much information as necessary without the screen being cluttered, and shall be easily navigated to perform necessary functions. Features of the console shall include, but not be limited to:

1. Dispatch console equipment (operator positions) shall be designed to be placed on

existing furniture and provide operators with an ergonomic design that permits ease of operation over extended periods, typically 8-12 hours for each operator.

2. Console positions shall be able to acoustically cross-mute channels in order to

eliminate acoustic feedback between operators. 3. The screen display shall be designed so that all dispatching functions shall be

operable from one display.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 50

Page 2

4. The screen display shall be very flexible, enabling authorized personnel to determine

which functions are available at each operator position.

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 should be provided.

7. Operator screen configurations and alias database should be stored locally or on a centrally located server.

8. The dispatch console shall display an alias name on screen when a unit with a radio ID stored in the alias database is transmitting.

9. Operator positions shall have the ability to decrypt and encrypt secure voice communications. Channels shall have a distinctive icon if encryption is being used for that channel. All consoles shall be configured to provide end-to-end Advanced Encryption Standard (AES) encryption to personnel in the field.

10. Upon activation of an emergency alarm by field units, dispatch positions shall provide an audible alert, display calling unit ID, and provide a visual alert of an emergency activation.

11. Operators shall have the ability to utilize a headset, foot pedal, and stationary gooseneck-type microphone for transmitting audio.

12. The capability to converse on the telephone utilizing the same operator headset that is used for radio conversations shall be provided.

13. Instant recall shall be provided allowing the operator to review and verify his or her recent traffic. Playback shall be available at the operator position.

14. Ability to display a loss of wide-area trunking notification if the system is experiencing

a loss of connectivity. 15. The console system shall support an auxiliary input/output port for the control of

analog logic sources.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 51

Page 3

E. The dispatch console system must seamlessly integrate with the City of Fort Lauderdale’s Motorola P25 system currently being deployed. The system is served by the Motorola hosted master site located at Motorola’s facility in Plantation, Florida. The interface may be accomplished through CSSI or other means that satisfy all identified requirements.

4.2. TRUNKED RADIO SYSTEM REQUIREMENTS

A. Dispatch consoles shall be compatible with the proposed P25 trunked radio system.

Dispatch consoles shall directly interface with single- and multi-site trunked system controllers, and shall allow interoperability between trunked and non-trunked channels in the system.

B. Dispatch consoles shall be able to monitor and transmit on all proposed trunked

systems. Backward compatibility with the existing trunked system for ease of cutover is desired, but not required.

C. Dispatch consoles shall be equipped with an instant transmit switch for each talkgroup displayed.

D. In a trunked system with radio IDs, the push-to-talk (PTT) ID of the unit calling shall appear in addition to a call indicator. After the call is completed, the unit’s PTT ID shall remain displayed until another call is received.

E. To aid dispatchers in a busy system, a list of the last 15 radio IDs should be available in a recent call list.

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 dispatch console position. 2. An option shall be provided to allow private communication between a dispatch

console operator and a radio user. Once the operator is involved in a private call on a specific resource, the operator shall not receive audio from another radio attempting to call on that same resource.

3. An option shall be provided that assigns priority to associated talkgroups. 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.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 52

Page 4

G. In the cases of multi-talkgroup transmit or talkgroup patch, the use of more than one trunked repeater should not be allowed; the talkgroups should be merged onto a single repeater in order to conserve repeaters.

H. It shall be possible to temporarily mute unselected talkgroups. The unselected audio will

un-mute automatically after a programmable preset time. Mute shall be 20 dB minimum.

I. Dispatch consoles shall have the capability to patch together two or more talkgroups so that users may communicate directly.

J. If the dispatcher attempts to make a call on a trunked radio system connected to the dispatch consoles and all trunked channels are busy, visual and audible alerts will be initiated at the dispatch consoles.

4.3. CONVENTIONAL RADIO SYSTEM REQUIREMENTS

A. Dispatch equipment shall include an instant transmit switch for each conventional

repeater channel and/or base station.

B. The console system shall support a minimum of 24 conventional resources interfaced to the radio backhaul network through conventional gateways at each of the three PSAPs (72 conventional resources total). The conventional resources need to be available to the consoles in the event of a loss of wide-area trunking.

C. On conventional resources capable of operating on multiple frequencies/modes, a

control/indicator shall be provided to select the desired transmit frequency/mode (select channel). The select-channel function shall cause the associated channel to switch frequencies/modes. Once a channel has been selected, the operator shall be able to transmit on this channel by pressing the footswitch or transmit button.

D. The conventional gateways shall support the following interfaces:

1. Analog Interfaces a. 2-wire input/output b. 4-wire c. VOX and Carrier Operated Relay d. PTT Relay Output e. Line Operated Busy Light (LOBL) Detectors f. Analog Logging Output g. Secure/Clear Call Input

2. Conventional Channel Types

a. R1 b. T1R1

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 53

Page 5

c. T2R2 d. T4R4 e. T8R8 f. T12R12 g. T14R14 h. T16R16 i. MDC1200 j. P25 Conventional

3. Control Types

a. E&M Control b. Tone Remote Control (TRC) c. Digital Control via IP link

E. A transmit audio level meter shall be provided that indicates the level of transmitted

voice. This meter also shall indicate the level of receive audio present on the selected channel.

F. Operator positions shall have the ability to independently set each channel’s volume level. Minimum audio levels shall be capable of being set to avoid missed calls.

G. A control/indicator shall be provided to allow the operator to mute or unmute audio from unselected channels. Selected audio and unselected audio shall be audible from separate speakers.

H. A control/indicator shall be provided that enables the operator to select multiple channels, which in turn gives the dispatcher the ability to broadcast to several channels at once.

I. Operators shall have the ability to patch two or more conventional repeaters and/or base stations together so that users may communicate directly. Operator positions shall be equipped such that a minimum of eight simultaneous patches shall be available.

4.4. PAGING REQUIREMENTS

A. Consoles shall support current signaling methods as well the proposed alphanumeric paging format. Additional features shall be described.

B. The console shall support the following paging formats:

1. Quick Call I 2. Quick Call II 3. Dual-tone Multi-frequency (DTMF) 4. MDC-1200 selective call 5. Trunking call alert 6. POCSAG 512/1200/2400 bits

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 54

Page 6

C. Preprogrammed pages and groups shall be created and modified using the console alias

database program.

D. A manual page feature shall be provided.

E. A visible indication shall be given when each page ends.

F. A list of standard pages shall be created to enable the operator to select or stack pages to be sent to multiple recipients.

G. An instant page feature shall allow operators to send multiple pages with the single press of a button.

H. Consoles shall be capable of transmitting at least three distinctive alert tones indicating to field units the priority or type of dispatch to follow.

4.5. VOICE LOGGER OUTPUT

Logging recorder outputs shall be provided for each talkgroup used for primary dispatch and select tactical talkgroups, as well as selected receive audio and the operator’s transmit audio for each dispatch position. The interface shall support recording the maximum number of proposed simultaneous talk paths—11 talk paths for Fort Lauderdale—and audio from up to 72 conventional resources interfaced to the system from conventional gateways. Audio from the 68 console positions spread between the three PSAPs shall be interfaced to each logging recorder locally through a punch block. The outputs from the console equipment shall be capable of being connected to the agency’s current replay recording equipment, and shall terminate to a wall-mounted punch block. The County requires a logging recorder link that will support a direct connection without requiring a conventional interface. The Vendor must include any required Application Program Interface (API) associated with completing the connection. The Vendor shall identify within its proposal all replay requirements necessary to complete the interface. The logging recorder interface must include sufficient redundancy to permit continued recording in the event of a failure to any one component. The redundancy shall include parallel recording at Central Dispatch and North Dispatch.

The vendor shall work with Replay Systems Inc. to obtain a quote for hardware and software needed to upgrade or replace existing logging recorder in order to be able to record the radio system talkgroups, conventional resources and dispatch consoles audio. For the radio vendor, the pricing should include at a minimum: server, firewall, and software licenses needed to pull the audio from the radio network and interface to the Logging system at both Central Dispatch and North Dispatch. For the Replay quote, it should included at a minimum the following (QTY to be defined by Replay): 1) VPI P25

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 55

Page 7

Interface; 2) P25 API; 3) P25 Codec (one required per 32 Channels); 4) Cost to upgrade or replace existing logging recorder; 5) Installation and configuration (need to support pretest and cutover); 5) Extended Hardware and Software Support for years 2 thru 15.

4.6. OPERATOR POSITION EQUIPMENT

A. All equipment supplied for use by the dispatch operators shall be capable of withstanding the 24 hours a day, 7 days a week (24 x 7) environment of today’s PSAPs.

B. All equipment supplied for use by the dispatch operators shall be integrated into the

Viking USA furniture at the dispatch locations.

C. Operator position display monitors will be, at a minimum, 22-inch liquid crystal display (LCD) or light-emitting diode (LED) touchscreens, with resolution of 1920 x 1080 or better.

D. Keyboards shall be a standard 101-key keyboard.

E. Operator functions shall be executed by positioning a screen pointer (cursor) over the appropriate icon and pressing the mouse button, or by touching the monitor screen.

F. A high-quality gooseneck microphone shall be provided for each operator position.

G. Minimum of 2 speakers per position.

H. Minimum of 2 headset jacks per position shall be provided that enable the operator to hear select audio via a headset and allow the operator to respond via a microphone attached to the headset. The headset plug inserted into the jack shall automatically disconnect the console’s microphone and mute the select speakers.

I. Optional pricing for wireless headsets shall be provided by the Vendors (Pricing provided in Price Workbook)

J. A heavy-duty footswitch shall be provided to allow the operator to key the selected channel hands-free.

K. Console units running on personal computers (PCs) shall be capable of providing a GUI using the Microsoft® Windows 7 operating system, be capable of local-area network (LAN) client-server architecture for network access, and be capable of supporting multiple Microsoft® Windows 7-compliant applications.

L. PCs supplied shall be based on present state-of-the-art PC technology.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 56

Page 8

4.7. COMMON ELECTRONICS EQUIPMENT

A. The common electronics equipment shall contain all equipment necessary to route audio

and control signals between the dispatch operator positions and the proposed P25 trunked system.

B. The common electronics equipment shall be capable of controlling the proposed P25

trunked system.

C. The common electronics equipment shall be capable of controlling the channels required or otherwise proposed by the Vendor.

D. The common electronics equipment shall not have a single point of failure. Redundant cards and power supplies shall be used when feasible.

E. The common electronics equipment shall be connected to the radio system directly; RF control stations shall not be used as primary connection to the radio system or the Fort Lauderdale system.

F. The common electronics equipment shall be capable of receiving alarm information from distant communications sites and displaying this information on the dispatch screen.

G. The common electronics equipment shall allow for a remote dispatch position. This remote dispatch position shall be connected via a LAN/WAN connection.

H. The common electronics equipment shall include redundant components so that an equipment failure does not impact service to the connected dispatch consoles.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 57

Page i

SECTION 5

TABLE OF CONTENTS

5.  Facilities and Infrastructure Development .................................................................................... 1 

5.1.  General ................................................................................................................................. 1 

5.2.  Towers .................................................................................................................................. 2 

5.3.  Shelters ................................................................................................................................ 5 

5.4.  Generator and Automatic Transfer Switch (ATS) ................................................................. 11 

5.4.1.  Diesel Generator ................................................................................................................. 13 

5.4.2.  Automatic Transfer Switch .................................................................................................. 15 

5.4.3.  Diesel Fuel System .............................................................................................................. 18 

5.5.  Site Preparation .................................................................................................................. 19 

5.6.  Fencing ............................................................................................................................... 21 

5.7.  DC Power System ................................................................................................................ 24 

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 58

Page 1

5. FACILITIES AND INFRASTRUCTURE DEVELOPMENT 5.1. GENERAL

A. Vendors shall base their proposals on providing all of steps necessary to develop radio site facilities to support the design of the P25 system and subsystems.

B. Vendors shall be responsible for all required permitting, environmental/historical filings, FAA/FCC filings, and any other steps necessary to provide a “turnkey” solution for the development of all radio site facilities and infrastructure.

C. Because the final design may change from the original proposal, Vendors shall provide itemized pricing to allow the County to easily determine pricing based on updated design parameters.

D. Site information may be dated and is subject to change. Vendors shall perform due

diligence in verifying all proposed site data for inclusion in the proposed radio system during the pre-bid site visits.

E. Vendors shall identify and propose any additional work necessary, including, but not limited to:

1. Towers 2. Shelters 3. Backup power 4. Site preparation 5. Fencing

F. For the 9045-day design, the successful Vendor shall provide detailed drawings including all structures and foundations, sealed by a professional engineer licensed in the State of Florida.

1. Detailed drawings containing dimensions shall be provided, in the successful vendor’s native file format and PDF, which show all system components and locations.

2. Drawings and/or specifications shall describe any auxiliary equipment. 3. Manufacturer slick sheets of all equipment used also shall be provided.

G. Code Compliance:

1. Installation of all electrical equipment, power distribution, lighting assemblies, and associated wiring shall comply with the most recent edition of the NEC and Occupational Safety and Health Administration (OSHA) regulations.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 59

Page 2

2. All electrical equipment shall be listed or approved by Underwriters Laboratories (UL).

3. The successful Vendor shall comply with all codes and industry best practices and guidelines stipulated in Section 1.8.1, Standards and Guidelines.

H. The successful Vendor shall assume total responsibility for maintaining liability insurance

covering the following items:

1. Project design 2. Implementation 3. Licenses 4. Shipping 5. Receiving 6. All required site work 7. Any other items required for Vendor or any required sub-vendors or subcontractors

I. Prior to any excavations, the Vendor or its subcontractor(s) shall follow appropriate procedures outlined at the following website: www.sunshine811.com.

J. The successful Vendor will coordinate with the applicable utility companies for all utility-

related items, such as electrical service hookups and disconnects.

K. Concrete: 1. For all foundations and concrete work, the Vendor or its subcontractor(s) shall

provide to the Project Engineer a test sample of each mix of concrete demonstrating that it has been tested for compliance with the foundation specifications set forth by the requisite Facilities and Infrastructure engineer. Written reports certifying the strength of the concrete shall accompany each test cylinder.

2. If any concrete used in the foundation does not meet specifications, the Vendor or its subcontractor(s) shall remove the foundation and pour a new foundation using compliant materials and utilizing the test sample procedure identified above in J.1, at no expense to the County.

5.2. TOWERS

A. General:

1. If it is determined that additional towers are required or existing towers must be replaced or modified, the Vendor shall update the proposed solutions during the negotiation period. Vendors must include itemized pricing for additional towers, shelters, power systems, and site enhancements that can be applied to these additional sites.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 60

Page 3

2. The Vendor shall guarantee the structural integrity of any tower(s) provided for this

system for a period of not less than 20 years from the date of Final Acceptance.

B. Tower Loading:

1. The tower and foundation shall be designed for all proposed equipment, legacy equipment, appurtenances, ancillary equipment, and initial antenna loading plus 50 percent future antenna system growth, without addition to or modification of the finished tower or foundation.

2. The proposed tower structure shall be designed and installed in accordance with latest revision of the ANSI/EIA-222 standard.

C. Proposed towers shall include the following:

1. Ice Bridge – A 24-inch, open mesh-type horizontal transmission line ice bridge,

extending from the tower cable ladder to the equipment building, including 24 four-inch-diameter line entry ports shall be provided.

2. Transmission Line Support – A vertical transmission line support system shall be provided to securely attach the antenna transmission lines. 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 3-foot intervals. The mounting holes shall be precision punched or drilled and sufficiently separated to accommodate the snap-in or bolt-in hangers.

3. Climbing Access – A ladder, 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. The tower shall be equipped with an OSHA-approved anti-fall safety device in accordance with ANSI/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, either going up or coming down. Two safety climbing belts shall be supplied with each new tower.

4. Lighting:

a. 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 70/7460-1K, latest revision.

b. Tower lights shall be LED-based where permitted by the FAA.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 61

Page 4

c. The system control circuitry shall provide synchronization and intensity control of the obstruction lighting system, and shall monitor the overall integrity of the lighting system for component failures or improper operation.

d. The successful Vendor or its subcontractor(s) shall wire all alarms to the provided Type 66 block located in the communications shelter or equipment room. All alarms shall be clearly labeled.

5. A lightning ground rod shall be installed at the very top of the tower to extend at least

2 feet above the top of the tower or lighting fixture.

6. Labeling shall be clearly provided near the base of all new towers for the following:

a. Make b. Model c. Serial number d. Tower height e. Latitude and longitude f. FAA and FCC identification numbers (if applicable)

D. Construction:

1. All welding must be done in the factory prior to the galvanizing process. Field

welding is not acceptable.

2. The tower shall be constructed of high-strength steel. All components and hardware shall be hot-dip galvanized with a zinc coating after fabrication, per EIA standards. A zinc coating shall be permanently fused to the steel, both inside and outside, so that all surfaces are protected and no painting is required for rust protection.

3. Prior to galvanization, each piece of steel and every weld must be deburred and smooth-finished.

E. Final Testing and Acceptance – Upon completion of the work, documentation detailing

final inspection and testing shall be submitted, documenting the following:

1. Steel structure:

a. Vertical alignment and plumbness b. All bolts tight and torqued to specification c. No damaged or missing structural members d. All surface scratches and damage to the galvanization repaired e. No signs of stress or vibration f. All climbing ladders and other devices installed correctly g. Labels and tags

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 62

Page 5

2. Foundation:

a. Concrete finish needs to exhibit no cracks or blemishes b. Grouting, if used, shall have drain holes if the tower uses hollow leg construction

or monopole design c. Backfilling and grading shall be conducted

3. Grounding – Shall meet applicable standards such as Motorola R56 or Harris

AE/LZT 123 4618/1AEA-123 4618/1, Grounding Guidelines; items include, but are not limited to:

a. Verify lugs and exothermic welds b. Test and record ground resistance c. Install lightning ground rod at top of tower

4. Ice Bridge – Install per tower manufacturer specifications

5. Lighting and controls:

a. Inspect conduit and wiring installation b. Verify proper lamp operation c. Verify alarm contact operation d. Verify labeling

6. Photographs:

a. Overall structure from north, east, south, and west b. Footers c. Grounding

5.3. SHELTERS

A. General:

1. Vendors shall propose a new equipment shelter at new site locations and where existing shelters are deemed inadequate by the County and the Vendor.

2. The shelter shall be prefabricated and preassembled. The shelter can be constructed from concrete, fiberglass, and/or aggregate materials.

B. Size:

1. Shelter dimensions shall be determined by the Vendor, dependent upon final design.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 63

Page 6

2. Minimum shelter size shall be 12 feet x 30 feet, with a minimum interior height of 9 feet.

C. Foundation – The foundation for the shelter shall consist of concrete piers or a poured

concrete slab constructed by the Vendor or its subcontractor(s) that will properly support and secure the shelter. Foundation drawings recommended by the shelter manufacturer shall be the criteria by which the foundation is constructed.

D. Flooring:

1. Vendors are to propose a structure where the 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 4-square-foot area. This rating shall be increased in sections as necessary to support heavyweight equipment, including the requested DC power supply. If the shelter is delivered with the floor already assembled, the floor shall exhibit a minimum 90-pounds-per-square-foot, uniform live-load capacity while the building is being lifted.

2. Floors shall be insulated to a minimum R-11 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 rodent infestation.

4. The floor shall be covered by a high-quality, industrial- or commercial-grade asphalt or vinyl tile. All edges shall be covered by wall molding.

E. Walls:

1. Walls shall be constructed to a minimum 120160-mile-per-hour (MPH) wind-load

rating, including overturning moments.

2. Bullet Proof – 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.

3. The outside walls shall be finished with concrete or an aggregate composition.

4. A wall feed-through bushing with 24 four-inch-diameter openings 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 bushing shall be bonded to the site ground system per guidelines specified in Section 1.8.1, Standards and Guidelines.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 64

Page 7

5. The inside walls shall be finished with minimum 5/8-inch plywood (or equivalent) to allow mounting of panels, blocks, etc., and shall be trimmed with coordinated molding.

6. High-performance insulation shall provide a minimum insulation factor of R-11.

F. Roof:

1. The shelter roof shall support a minimum 100-pounds-per-square-foot uniform live load.

2. The roof shall be pitched to facilitate run-off of water.

3. The roof shall withstand the impact of ice falling from the adjacent tower without suffering any damage, or shall otherwise be protected from such damage. The Vendors shall describe in their proposals how this requirement will be met.

4. High-performance insulation shall provide a minimum insulation factor of R-19.

G. Door:

1. The shelter shall have one 42-inch x 84-inch insulated door, with three stainless-steel, tamper-proof hinges, passage-style lever handle, deadbolt lockset, and fiberglass weather hood or awning. The door shall be equipped with an hydraulic door closer.

2. The exterior door shall be of aluminum or steel (stainless or galvanized) construction with a finish to match the building finish.

3. The 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.

4. The door sill shall be of stepped construction so as to prevent rain water from entering the shelter at the bottom of the door or from around the door frame. The door frame shall have a weather seal around the door to limit air and water intrusion.

H. Finishing:

1. The interior and exterior finishes shall be described by the Vendor. Color and

finishes shall be selected by the County from samples provided by the Vendor.

2. All joints shall be sealed with a compressible, resilient sealant.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 65

Page 8

I. Alternating Current (AC) Power System:

1. The successful Vendor shall deliver the building complete with a 400-ampere-

capacity, 240-volt, single-phase electrical panel box with a ground bar.

2. 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.

3. Overall panel size shall be determined by the need to provide the number of individual breakers required, plus a reserve of at least six 240-volt slots.

4. Breakers for shelter air-conditioning shall be of the bolt-down, not snap-in, type.

5. Receptacles:

a. Receptacles shall meet current Motorola R56 standards, or Harris AEA-123 4618/1, Grounding Guidelines, or equivalent.

b. Each radio equipment unit (or rack) shall be supplied with two 20-ampere circuits, each terminated at a typical NEMA 20-ampere, twist-lock receptacle. Receptacles shall be mounted to the side of the overhead cable tray.

c. Service receptacles shall be mounted on the walls at 6-foot intervals or less.

d. One weatherproof ground fault interrupter (GFI) exterior power receptacle shall be provided with each shelter, to be mounted near air-conditioning units.

e. Each 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. All breakers or circuits shall be 20-ampere, unless otherwise noted.

J. Power Line Surge Suppression:

1. AC surge protection shall be provided and installed inside the shelter.

2. An acceptable unit shall be an in-line type such as the AC Data Systems “integrated

load center.” An alternate unit must meet or exceed all of the capabilities of this model unit.

3. Minimum surge protector requirements:

a. Built-in redundancy of dual stages per phase with filtering b. Surge energy shunted to ground, not to neutral

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 66

Page 9

c. Front panel indicator lamps d. Remote/local status contacts e. Fusible link protected so as not to interrupt power f. Field replacement protection blocks and fuses, if needed g. UL-Listed components h. 45 kiloampere (kA) per phase, ANSI C62.1 8/20 waveform i. Electromagnetic interference/radio frequency interference (EMI/RFI) filtering per

MIL-STD-220 j. Capable of handling the full 240-volt, 200-ampere capacity of the electrical

system

K. Wiring Methods:

1. Shall meet all applicable local, state, and national standards.

2. All wiring noted on the site drawings or otherwise included by the successful Vendor shall be installed in conduit or ductwork. Where no protection method is specified, conduit shall be used.

3. All conduits and ducts shall be securely surface-mounted and supported by approved clamps, brackets, or straps as applicable, and held in place with properly selected screws. No wiring shall be imbedded inside any walls, floors or ceilings. Entrance power, outside light, air-conditioning outlet, and telecommunications company (telco) are the only wiring that may penetrate shelter walls or floor.

4. All wire raceways, conduits, etc., shall be mechanically joined and secured.

5. Flexible steel conduit or armored cable shall protect wiring connected to motors, fans, etc., and other short runs where rigid conduit is not practical.

6. Unless otherwise specified, all power wiring shall be minimum 12 American wire gauge (AWG) size, solid copper conductors with insulation rated for 600 volts AC.

L. Light Fixtures:

1. Ceiling-mounted, 4-foot fluorescent light fixtures (two 40-watt bulbs per fixture) with

RFI ballasts 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 an on/off switch near the door.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 67

Page 10

M. Outdoor Lighting:

1. An exterior 100-watt, wall-mounted light shall be mounted on the front entrance of the shelter.

2. The exterior lighting system shall be fed from a separate, appropriately rated breaker and controlled by an on/off switch mounted near the door.

N. Heating, Ventilation and Air-Conditioning (HVAC):

1. Vendors shall provide an HVAC system for each shelter proposed. Vendors shall

propose dual AC units with a lead-lag controller. Each AC unit shall be sized for 100 percent of the building’s required cooling capacity, as determined by the British thermal unit (BTU) analysis.

2. Vendors shall perform a BTU analysis (heat-load calculations) for all shelter equipment during preliminary design to verify HVAC system size. All calculations shall include a 50-percent expansion factor, and all assumptions regarding power consumption, duty factor, and heat loading shall be thoroughly explained.

3. Each unit shall be capable of maintaining an inside ambient temperature range between 65 and 85 degrees Fahrenheit (F). Each unit shall be sized to maintain temperatures inside the shelter at 70 degrees F.

4. The HVAC system shall be controlled by a wall-mounted thermostat. The thermostat shall turn the heater on when the temperature inside the shelter drops to 65 degrees F and off when it rises to 68 degrees F. It shall turn on the air-conditioner when the interior temperature reaches 78 degrees F and off when the temperature drops below 75 degrees F. Thermostat control shall be adjustable within the range of 45 to 85 degrees F.

O. Antenna Cable Conduit Entry – A bulkhead panel shall be supplied to accommodate

coaxial transmission lines between 1/2-inch and 1 5/8-inch diameter elliptical waveguides. A minimum of 12 transmission lines shall be accommodated with 4-inch openings. The building manufacturer shall seal the conduits into the wall to assure that they are watertight.

P. Cable Tray – All new shelters shall be equipped with the cable trays. The successful

Vendor shall install a minimum 18-inch-wide cable tray system above the equipment.

Q. Shelters shall be supplied with at least one 10-pound carbon dioxide (CO2) fire extinguisher, an approved eyewash station, and a first-aid kit.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 68

Page 11

5.4. GENERATOR AND AUTOMATIC TRANSFER SWITCH (ATS)

A. Vendor shall provide an emergency generator system at each new radio communications site for backup power.

B. This section provides specifications and requirements for standby power systems to supply electrical power in the event that the normal supply fails. Standby power systems shall consist of a liquid-cooled engine, an AC alternator and system controls with all necessary accessories for a complete operating system, including but not limited to the items as specified.

C. Vendor shall perform electrical-loading analysis for shelter equipment, including HVAC subsystems, during preliminary design to verify generator size and fuel-tank capacity. All electrical-loading calculations shall include a 50-percent expansion factor, and all assumptions regarding power consumption and duty factor shall be thoroughly explained. 1. For the purpose of the proposal, the Vendor shall assume the following:

a. 80 kW output b. Single phase c. 60 Hz operating frequency d. 0.8 power factor e. Diesel fuel f. Minimum 72-hour runtime

D. In the event of a commercial power outage, the emergency generator shall provide

power to the entire shelter without a system outage.

E. Quality Assurance – The system shall be supplied by a manufacturer that has been regularly engaged in the production of engine-alternator sets, ATS, and associated controls for a minimum of ten years, thereby identifying one source of supply and responsibility.

F. The generator system and all accessories and ancillary equipment shall comply with the following standards: 1. NFPA 37, Flammable and Combustible Liquids Code 2. NFPA 55, Standard for the Storage and Handling of Compressed Gases 3. NFPA 70, National Electrical Code, 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)

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 69

Page 12

G. 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 Vendor.

H. Factory Testing:

1. Before shipment of the equipment, the generator set shall be tested under rated load

for performance and proper functioning of control and interfacing circuits. Tests shall include:

a. Verification that all safety shutdowns are functioning properly b. Verification of single-step load pick-up per NFPA 110-1996, paragraph 5-13.2.6 c. Verification of transient and voltage-dip responses and steady-state voltage and

speed (frequency) checks d. Full load test for a minimum of one hour

2. Vendor shall provide complete report(s) of all testing performed.

I. Startup and Checkout:

1. The supplier of the electricity-generating plant and associated items covered herein

shall provide factory-trained technicians to check the completed installation and to perform an initial startup inspection to include:

a. Ensuring that the engine starts (both hot and cold) within the specified timeframe.

b. Verifying that engine parameters are within specification.

c. Verification of no-load frequency and voltage adjustment, if required.

d. Testing of all generator automatic shutdowns.

e. Performing a simulation of power failure to test generator startup and the ability

of the ATS to pick up building load correctly.

f. Returning to commercial power and testing the generator and ATS to demonstrate correct cycling to normal commercial power.

g. Performing a load test of the generator, to ensure full-load frequency and voltage is within specification when using building load. This test shall be run for a minimum of one hour.

h. Testing and verifying all remote indicators and controls.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 70

Page 13

2. Vendor shall provide complete report(s) of all testing performed.

5.4.1. Diesel Generator

A. The prime mover shall be a liquid-cooled, diesel engine.

B. The engine shall have a sufficient horsepower rating to drive the generator to full output

power without a gear box between the engine and generator.

C. The engine shall have a battery-charging DC alternator with a solid-state voltage regulator.

D. The generator shall meet temperature-rise standards for Class "H" insulation, operating within Class "F" standards for extended life.

E. The alternator shall have internal thermal-overload protection and an automatic reset field circuit breaker.

F. One-step load acceptance shall be 100 percent of the generator set nameplate rating, and shall meet the requirements of NFPA 110, paragraph 5-13.2.6.

G. The electricity-generating plant shall be mounted with vibration isolators on a welded-steel base that shall permit suitable mounting to any level surface.

H. A main-line-output circuit breaker carrying the UL mark shall be factory installed. 1. Form C auxiliary contacts rated at 250-volt AC/10 amps shall be provided to allow

remote sensing of the breaker status.

2. A system utilizing manual-reset field circuit breakers and current transformers is unacceptable.

I. An alternator strip heater shall be installed to prevent moisture condensation from

forming on the alternator windings.

J. Controls: 1. All engine alternator controls and instrumentation shall be designed, built, wired,

tested and shock-mounted in a NEMA 1 enclosure mounted to the 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.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 71

Page 14

2. The generator set shall contain a complete 2-wire automatic engine start-stop control that starts the engine on closing contacts and stops the engine on opening contacts.

3. A programmable cyclic cranking limiter shall be provided to open the starting circuit after four attempts if the engine has not started within that time. Engine control modules must be solid-state plug-in type for high reliability and easy service.

4. The panel shall include:

a. Analog meters to monitor i) AC voltage ii) AC current iii) AC frequency

b. A phase selector switch c. Emergency stop switch d. Audible alarm e. Battery charger fuse f. Programmable engine control g. Monitoring module

5. The programmable module shall include:

a. Manual on/off/auto switch b. Four LED status lights to indicate

i) Not in Auto ii) Alarm Active iii) Generator Running iv) Generator Ready

6. The module shall display all pertinent unit parameters including:

a. Generator Status – on/off/auto

b. Instrumentation – Real-time readouts of the following engine and alternator

analog values: i) Oil pressure ii) Coolant temperature iii) Fuel level iv) DC battery voltage v) Run-time hours

c. Alarm Status:

i) High or low AC voltage ii) High or low battery voltage

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 72

Page 15

iii) High or low frequency iv) High or low oil pressure v) Low water level vi) High or low water temperature vii) High and pre-high engine temperature viii) High, low and critical-low fuel levels (where applicable) ix) Over crank x) Over speed xi) Unit not in automatic mode

K. Unit Accessories:

1. Weather-protective enclosure:

a. The generator set shall be factory enclosed in a heavy-gauge steel enclosure

constructed with 12-gauge corner posts, uprights and headers.

b. The enclosure shall be coated with electrostatically applied powder paint, baked and finished to manufacturer’s specifications.

c. The enclosure shall have large, hinged doors to allow access to the engine, alternator and control panel.

2. The exhaust silencer(s) shall be provided of the size recommended by the generator

manufacturer and shall be of critical grade.

3. The generator set shall include an automatic dual-rate battery charger manufactured by the generator set supplier. The battery charger shall be factory installed on the generator set. Due to line voltage drop concerns, a battery charger mounted in the transfer switch is unacceptable.

4. A heavy-duty, lead-acid, 12-volt DC battery shall be provided by the generator set manufacturer. The generator set shall have a frame suitable for mounting the battery and include all connecting battery cables.

5.4.2. Automatic Transfer Switch

A. The ATS shall be compatible with the generator set so as to maintain system

compatibility and local service responsibility for the complete emergency power system.

B. Representative production samples of the ATS supplied shall have demonstrated through tests the ability to withstand at least 10,000 mechanical operation cycles. One operation cycle is defined as the electrically operated transfer from normal to emergency and back to normal.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 73

Page 16

C. Wiring must comply with NEC table 373-6(b). The manufacturer shall furnish schematic

and wiring diagrams for the particular ATS proposed and a typical wiring diagram for the entire system.

D. Ratings and Performance: 1. The ATS shall be adequately sized to match the generator and shelter electrical

systems.

2. The ATS shall be a 2-pole design rated for 600-volt AC, 200-amperes continuous operation in ambient temperatures of -20 degrees F (-29 degrees Celsius) to +140 degrees F (+60 degrees Celsius).

3. The operating mechanism shall be a single operating coil design, electrically operated and mechanically held in position.

4. A provision shall be supplied to be able to manually operate the switch in the event of logic or electrical coil failure.

E. Controls:

1. 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. Pick-up and drop-out 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-volt AC 1 phase to 24-volt AC, helping to protect the printed circuit board from voltage spikes and increasing personnel safety when troubleshooting.

2. Controls shall signal the generator set to start in the event of a power interruption.

a. A solid-state time delay start, adjustable from 0.1 to 10 seconds, shall delay this

signal to avoid nuisance start-ups on momentary voltage dips or power outages.

3. Controls shall transfer the load to the generator set after it reaches proper voltage.

a. Adjustable from 70–90 percent of system voltage.

b. Adjustable from 80–90 percent of system frequency.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 74

Page 17

c. A solid-state time delay, adjustable from 5 seconds to 3 minutes, shall delay this transfer to allow the 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.

4. Controls shall retransfer the load to the line after normal power restoration.

a. A return-to-utility timer, adjustable from 1 to 30 minutes, shall delay this transfer

to avoid short-term normal power restoration.

5. The operating power for transfer and retransfer shall be obtained from the source to which the load is being transferred.

6. Controls shall signal the generator to stop after the load retransfers to normal.

a. A solid-state engine cool-down timer, adjustable from 1 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 shall immediately transfer back to the generator.

7. The transfer switch shall have a time-delay-neutral feature to provide a time delay,

adjustable from 0.1 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.

8. A switch shall be provided to bypass all transition features when immediate transfer

is required. 9. The transfer switch shall have an in-phase monitor, which allows the switch to

transfer between live sources if their voltage waveforms become synchronous within 20 electrical degrees within 10 seconds of the transfer-initiation signal.

a. If the in-phase monitor will not allow such a transfer, the control must default to

time-delay-neutral operation.

10. 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.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 75

Page 18

a. The controls shall 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 the utility source or the generator set.

b. The controls shall provide a manually operated handle to allow for manual transfer. This handle must be mounted inside the lockable enclosure and accessible only by authorized personnel.

c. The controls shall provide a safety disconnect switch to prevent load transfer and automatic engine start while performing maintenance. This switch also shall be used for manual transfer switch operation.

d. The controls shall provide LED status lights to give a visual readout of the operating sequence including:

i) Utility on ii) Engine warm-up iii) Standby ready iv) Transfer to standby v) In-phase monitor vi) Time delay neutral vii) Return to utility viii) Engine cool down ix) Engine minimum run

5.4.3. Diesel Fuel System

A. Vendor shall provide a complete fuel system including tank(s) and all associated piping,

valves, controls, etc.

B. Above-ground tanks shall be bullet-proof or protected.

C. Tank and fuel system components shall be sized to provide a minimum of 72 hours of run time at full load.

D. Fuel tank shall be integral to the generator.

E. Clear access shall be provided for refueling.

F. Controls and Monitoring Equipment:

1. Fuel capacity gauge with low-fuel-level alarm contact closure 2. Multi-valve for filling, pressure relief and gauging

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 76

Page 19

5.5. SITE PREPARATION

A. The successful Vendor shall perform all preparations for site improvements as

necessary. Work includes, but is not limited to the following:

1. Protecting existing plants and grass to remain 2. Removing existing plants and grass as necessary 3. Clearing and grubbing 4. Stripping and stockpiling topsoil 5. Removing above- and below-grade site improvements 6. Disconnecting, capping or sealing, and removing site utilities 7. Temporary erosion and sedimentation control measures 8. Access road development

B. The following Construction Specifications Institute (CSI) standard sections are referenced, but not included in this specifications document:

1. Division 1 Section, Temporary Facilities and Controls – for temporary utilities,

temporary construction and support facilities, temporary security and protection facilities, and temporary erosion and sedimentation control procedures

2. Division 1 Section, Execution Requirements – for verifying utility locations and for recording field measurements

3. Division 1 Section, Selective Demolition – for partial demolition of buildings or structures undergoing alterations

4. Division 2 Section, Building Demolition – for demolition of buildings, structures, and site improvements

5. Division 2 Section, Tree Protection and Trimming – for protecting trees remaining onsite that are affected by site operations

6. Division 2 Section, Earthwork – for soil materials, excavating, backfilling, and site grading

7. Division 2 Section, Lawns and Grasses – for finish grading including preparing and

placing planting soil mixes and testing of topsoil material

C. The Successful Vendor or its subcontractor(s) shall comply with local guidelines for erosion and sedimentation (E&S) control.

D. The Vendor shall carefully examine and study existing conditions, difficulties and utilities

affecting execution of work. Later claims for additional compensation due to additional

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 77

Page 20

labor, equipment or materials required due to difficulties encountered or underground water conditions will not be considered.

E. The Vendor shall verify that existing plant life to remain and clearing limits are clearly tagged, identified and marked in such a manner as to ensure the safety of said plant life throughout construction operations.

F. Protection:

1. Vendor shall protect and maintain benchmark, monument, property corner, and other reference points, reestablishing them by Registered Professional Surveyor if disturbed or destroyed, at no cost to the County.

2. Vendor shall locate and identify existing utilities that are to remain and protect them from damage, reestablishing them if disturbed or destroyed, at no cost to the County.

3. Vendor shall protect trees, plant growth and features to remain as final landscape. Branches or roots of any trees that are to remain shall not be disturbed. Adequate guards, fences, lighting, warning signs and similar items shall be provided and maintained as required.

4. Vendor shall install protection such as fencing, boxing of tree trunks, or other measures as approved by the Project Engineer.

5. Vendor shall conduct operations with minimum interference to public or private accesses and facilities; maintain ingress and egress at all times; and clean or sweep any roadways daily or as required by the governing authority. At such times as deemed necessary by the County, dust control shall be provided by water-sprinkling systems or equipment provided by the Vendor or its subcontractor(s).

6. When appropriate, the Vendor shall provide traffic control as required, in accordance with Contract documents, the U.S. Department of Transportation "Manual of Uniform Traffic Control Devices" and the Florida Department of Transportation requirements.

G. Clearing:

1. Vendor shall clear areas required for access to the site and execution of work.

2. Unless otherwise indicated, the Vendor shall remove trees, shrubs, grass, other vegetation, improvements, or obstructions interfering with the installation of new construction. Removal includes digging out stumps, roots and root material. Depressions caused by clearing and grubbing operations are to be filled to sub-grade elevation to avoid water pooling. Satisfactory fill material shall be placed in horizontal layers not exceeding 8-inches loose depth, and thoroughly compacted per fill requirements of this section and CSI Division 2-Site Construction-Section 02200.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 78

Page 21

3. The Vendor shall remove grass, trees, plant life, stumps and all other construction

debris from the site to a location that is suitable for handling such material according to State laws and regulations.

H. Demolition – Vendor shall remove existing pavement, utilities, curbing and shrubbery as

necessary for construction of improvements.

I. Topsoil Excavation: 1. The Vendor shall strip topsoil from areas that are to be filled, excavated, landscaped

or regraded to such a depth that it prevents intermingling with underlying subsoil or questionable material.

2. Vendor shall stockpile topsoil in storage piles in areas not scheduled for construction, job trailer location or equipment lay-down areas, or where directed by the Project Engineer. Storage piles shall be constructed to freely drain surface water. Storage piles shall be covered as required to prevent windblown dust. Unsuitable soil shall be disposed of as specified for waste material, unless otherwise indicated by the County. Excess topsoil shall be removed from the site by Vendor or its subcontractor(s).

3. Final topsoil coatings shall consist of organic soil applied in depth of not less than six inches. Satisfactory topsoil is reasonably free of subsoil, clay lumps, stones and other objects greater than two inches in diameter, as well as weeds, roots and other objectionable material.

J. Access Roads:

1. A 12-foot-wide access road shall be provided to the fence gate at new sites.

2. Road beds shall be prepared, rolled and provided with six inches of aggregate base

course.

3. Roads shall be graded appropriately for proper drainage and minimal erosion.

5.6. FENCING

A. The Vendor shall provide chain-link fencing around the perimeter of all new sites.

B. Framework: Type I or Type II steel pipe

1. Type I – Schedule 40 steel pipe with 1.8 ounces of zinc coating per square foot of

surface area conforming to ASTM F1083.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 79

Page 22

2. Type II – Pipe manufactured from steel conforming to ASTM A569. External surface

triple coated per ASTM F1234. Type II pipe shall demonstrate the ability to resist 1,000 hours of exposure to salt spray with a maximum of 5 percent red rust in a test conducted in accordance with ASTM B117.

3. All coatings are to be applied inside and out after welding.

4. Unless otherwise noted, Type II framework shall be provided.

5. Pipe shall be straight, true to section and conform to the following weights:

Table 2: Type I and Type II Steel Pipe Specifications

Pipe Size Outside Diameter (O.D.)

Type I Weight Lbs./Ft.

Type II Weight Lbs./Ft.

1 5/8” 2.27 1.84

2” 2.72 2.28

2 ½” 3.65 3.12

3” 5.79 4.64

3 ½” 7.58 5.71

4” 9.11 6.56

6 5/8” 18.97 N/A

C. Fabric:

1. Aluminized fabric shall be manufactured in accordance with ASTM A491 and coated before weaving with a minimum of 0.4 ounces of aluminum per square foot of surface area. The steel wire and coating shall conform to ASTM A817. Fabric shall be 9-gauge wire woven in a 2-inch diamond mesh. The top selvage shall be twisted and barbed. The bottom selvage shall be knuckled.

2. Zinc-coated fabric shall be galvanized after weaving with a minimum of 1.2 ounces of zinc per square foot of surface area, and shall conform to ASTM A392, Class I. Fabric shall be 9-gauge wire woven in a 2-inch diamond mesh. The top selvage shall be twisted and barbed. The bottom selvage shall be knuckled.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 80

Page 23

D. Fence Posts:

Table 3: Fence Post Specifications

Fence Posts TYPE I - II

Fabric Height Line Post O.D. Terminal Post O.D.

Under 6’ 2” 2 ½”

6’-9’ 2 ½” 3”

9’-12’ 3” 4”

E. Gate Posts:

Table 4: Gate Posts Specifications

Gate Posts Type II

Single Gate Width

Double Gate Width

Post O.D. Type II

Up to 6’ Up to 12’ 3”

7’ to 12’ 13’ to 25’ 4”

F. Rails and Braces: 1 5/8-inch outside diameter (O.D.)

G. Gates: Frame assembly of 2-inch O.D. pipe (Type I or Type II) with welded joints. Weld areas shall be repaired with zinc-rich coating applied per manufacturer's directions. The fence fabric shall match the fence posts, gateposts and gates. Gate accessories, hinges, latches, center stops, keepers and necessary hardware shall be of a quality required for industrial and commercial application. Latches shall permit padlocking. Vendor shall provide one padlock for each gate with three keys for each padlock. All padlocks shall be keyed alike.

H. Installation:

1. General – Fence installation shall conform to ASTM F567, Standard Practice for

Installation of Chain-Link Fence.

2. Height – Fence height shall be as indicated on Contract drawings. If no height is indicated, the fence shall be 7-feet high, plus one foot for barbed wire.

3. Post Spacing – Line posts shall be uniformly spaced between angle points at intervals not exceeding 10 feet.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 81

Page 24

4. Bracing – Gate and terminal posts shall be braced back to adjacent line posts with horizontal brace rails and diagonal truss rods.

5. Top Rail – The top rail shall be installed through the line post loop caps, connecting sections with sleeves to form a continuous rail between terminal posts.

6. Fencing shall have a bottom rail instead of a tension wire.

7. Fabric – The fabric shall be pulled taut with the bottom selvage two inches above grade. The fabric shall be fastened to the terminal posts with tension bars threaded through mesh and secured with tension bands at maximum 15-inch intervals. The fabric shall be tied to the line posts and top rails with tie wires spaced at a maximum of 12 inches on posts and 24 inches on rails. The fabric shall be attached to the bottom rail with top rings at maximum 24-inch intervals.

8. Barbed Wire – Barbed wire shall be anchored to the terminal extension arms, pulled taut and firmly installed in the slots of the line post extension arms.

9. Valleys – Should the fence cross a ditch or drainage swell, 3/8-inch diameter aluminum alloy rods shall be driven vertically 18 inches into the ground on 4-inch centers, and woven through the fence fabric to provide security for these areas.

10. Vegetation stop and aggregate shall be applied to the entire compound area (the area inside the fencing) and six inches beyond the fencing. Vegetation stop shall be constructed with weed barrier geotextile and aggregate shall be applied three inches in depth and consist of American Association of State Highway and Transportation Officials (AASHTO) #10 coarse aggregate.

5.7. DC POWER SYSTEM

Vendors shall provide a -48 VDC power system to support P25 equipment, microwave equipment, and ancillary site equipment at proposed sites. The DC power system for the three regional public safety answering points (PSAPs), the Emergency Operations Center (EOC) site, and the EMS site shall only be required to support microwave equipment.

A. Vendors shall provide dedicated 220 VAC/30-amp circuits for each pair of rectifiers on the DC plant, and provide electrical connections and grounding to the DC plant.

B. The selected Vendor shall perform electrical loading analysis for shelter equipment, excluding HVAC subsystems, during preliminary design to verify the DC system size required. All assumptions regarding power consumption and duty factor shall be thoroughly explained.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 82

Page 25

C. Vendors shall appropriate distribution breakers and circuits for DC power to each designated row of equipment racks. Equipment installed within those racks shall be immediately accessible to the DC power source.

D. Vendors shall provide an N+1 redundancy scheme for all voltage levels.

E. Quality Assurance:

1. Electrical components, devices, and accessories shall be listed and labeled, as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

2. UL compliance shall be listed and labeled under UL 1778 by a nationally recognized testing laboratory (NRTL).

3. NFPA compliance shall identify uninterruptible power supply (UPS) components as suitable for installation in computer rooms according to NFPA 75, Standard for the Protection of Information Technology Equipment.

F. Performance Requirements:

1. Input:

a. Single-phase, 3-wire b. Voltage: 120/240 V nominal c. Frequency: 50/60 Hz +/- 3 Hz

2. Output:

a. Capacity: Assumed at 1,000 amperes, to be finalized during the design phase b. Voltage: -24/-48 VDC, 12 VDC, and 120 VAC with minimum 10 Amp surplus

supply current at each voltage level

3. Minimum Duration of Supply – The DC power system shall provide eight hours of runtime at 50 % load and four hours of runtime at 100 % load with a 25-percent equipment growth factor.

4. EMI Emissions – Comply with FCC Rules and Regulations and with Title 47 of the Code of Federal Regulations (CFR), Part 15 for Class A equipment.

5. Electronic Equipment – Solid-state devices using hermetically sealed semiconductor

elements. Devices include rectifier-charger, inverter, and system controls.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 83

Page 26

6. Surge Suppression – Protect internal DC components from surges that enter at each AC power input connection, and protect controls and output components.

7. The DC power system shall include a bypass switch to permit technician access to

batteries and rectifiers without power interruption. 8. The DC power system shall include alarm contacts to be interfaced to the site

alarming system.

G. Tests and Inspections:

1. Comply with manufacturer's written instructions.

2. Inspect interiors of enclosures, including the following:

a. Integrity of mechanical and electrical connections b. Component type and labeling verification c. Ratings of installed components

3. Test manual and automatic operational features, as well as system-protection and

alarm functions.

4. Provide inspection reports.

H. Demonstration: Train County’s maintenance personnel to adjust, operate, and maintain the DC power system.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 84

Page i

SECTION 6

TABLE OF CONTENTS

6.  Network Management System (NMS) .............................................................................. 1 

6.1.  Network Management Terminals (NMTs) ............................................................................. 2 

6.2.  Remote Terminal Units (RTUs) .............................................................................................. 5 

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 85

Page 1

6. NETWORK MANAGEMENT SYSTEM (NMS)

This section provides specifications and requirements for an integrated monitoring-and-control system for local and remote site facilities and equipment. The system is used to provide remote indication of status, alarms, and analog values, and to provide remote-control relay operations. Vendor shall provide a description of the NMS, including capabilities and available options.

A. System Alarms: 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. Local and remote site facilities 3. Primary and backup power systems 4. Microwave, leased line and data networks

B. Site Alarms: Any change in the state of site equipment shall induce an alarmed state. Equipment monitored shall include, but not be limited to, the following:

1. Surge arrestors 2. Transfer switch (normal or bypass state) 3. Power fail 4. HVAC 5. Smoke detector 6. Intrusion detection 7. High temperature 8. Low temperature 9. High humidity 10. UPS/DC power fail 11. UPS/DC power state (normal or bypass) 12. DC battery charger (low voltage) 13. DC battery charger (high voltage) 14. DC battery charger (no charge) 15. Dehydrator (high pressure) 16. Dehydrator (low pressure) 17. Tower light failure 18. Generator (including generator run, low fuel, high temperature, fail, etc.) 19. Generator not in automatic mode 20. In an effort to reduce false alarms, all alarm contacts normally shall be closed when

no alarm is present.

C. NMS components include:

1. Network management terminals (NMTs) 2. Remote terminal units (RTUs)

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 86

Page 2

6.1. NETWORK MANAGEMENT TERMINALS (NMTS)

A. NMTs shall provide primary processing, display and control of information to and from a variety of RTU locations. System status and alarm conditions shall be displayed. The system shall provide the ability to remotely access the system to check the operational status of the system and to view alarms.

B. NMTs shall be installed at three locations to be determined. It should be assumed that

these locations may not be located at positions with access to the radio backhaul network, and may therefore require virtual private network (VPN) access.

C. NMTs shall be configured to allow concurrent access to each of the three locations.

D. NMTs shall meet the following general requirements: 1. Expandable software and hardware architecture shall be easily updated by adding

software modules and hardware boards.

2. Hardware and software platform shall be PC-based using current versions of hardware and software, and utilize the Microsoft Windows 7® operating system or other as approved by the Contract Administrator.

3. Both graphic and tabular displays shall provide instantaneous and comprehensive network status information.

4. NMTs shall provide full archiving and control functions.

5. Multiple alarm protocols for higher-level network management systems shall be mediated by the NMTs.

6. NMTs shall be designed to monitor a large cross section of equipment so that they can consolidate multiple alarm systems, rather than just poll alarms from RTU locations.

7. NMTs must perform full management functions with a local terminal.

8. NMTs shall provide email notification of alarms.

9. NMTs shall provide alarm filtration and consolidation.

10. Web-browser interface shall be provided for common management functions.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 87

Page 3

11. Secure Web-browser interface shall be provided to monitor alarms and perform control and management functions via Intranet or Internet.

12. Local printer for report printing at each NMT location. 13. Security profiles to allow restricted NMT access to specific user profiles. 14. Ability to automatically generate emails for system alarm notifications. 15. Ability to interface Unit ID and alias information with the County’s Motorola

PremierOne CAD system. 16. Ability to interface the NMS system via standardized data interfaces to third-party

systems (CAD, other NMS, etc.)

E. NMTs/RTUs Communications Protocol(s) supported:

1. Vendors shall fully describe all protocols used or supported.

2. Vendors shall identify which of the following protocols are supported, either standard or as an OPTION:

a. American Standard Code for Information Interchange (ASCII) b. Simple Network Management Protocol (SNMP)

3. Proprietary protocols may be acceptable, as long as all requirements are met.

F. Standard Features:

Vendor’s solution shall include the following features:

1. Vendor 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 d. Programmable Alarm Windows – Allowing logical grouping of alarms, such as by

type or site 2. Shall provide for the graphic depiction of the network allowing annunciation and point

selection via icons:

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 88

Page 4

a. Nested-tree depiction of the network with drill-down capability b. Capability to drive external display devices

3. Programmable console environment, including:

a. Database definition b. Screen colors c. Alarm summary formats d. Blink attributes e. Pager alarm formats f. Audible alert formats

4. Status Points – The following status types shall be supported:

a. Simple status – Contact open or closed b. Change detect – Simple status plus change detect since last scan

5. Control Points – The following relay control types shall be supported:

a. Direct control b. Select before operate c. Batch – Control multiple relays with a single operation

6. Analog points – Display the value of a monitored quantity such as temperature, fuel

level, VSWR, etc.

7. Time stamp indicating date and time of message within 0.5 seconds

8. Conditional assignable text messages (minimum 256 characters) for each point to be issued on a change of state or alarm

9. Alarm qualification – On a point basis, programmable delay before alarm is issued

10. Alarm deactivation – On a point basis, the ability for the operator to deactivate an alarm to inhibit additional annunciation

11. Alarm history:

a. Logging of all alarms to disk and printer (selectable) b. Minimum history log of 500,000 entries

12. Email support – Text message of alarm sent to email lists

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 89

Page 5

13. Ping interrogator – To confirm that servers, routers and IP-based equipment are physically present on the network

14. Editor – Providing point configuration utilities to create and edit point databases

15. Security – Multiple levels of user name and password protection to all for flexible system management

16. Reports – Vendor shall define the reports that are available. Vendor shall describe how trend analysis is supported and how current system status is reported. System shall be able to provide comprehensive planning and analysis, and shall have a flexible user interface.

6.2. REMOTE TERMINAL UNITS (RTUS)

A. RTUs shall be provided in sufficient quantities to monitor the entire network, including:

1. Trunked and conventional radio network components 2. Site facilities including shelter, tower, lighting, power and generator 3. Microwave radios, channel banks, etc. 4. Simulcast paging transmitters 5. Data network equipment, including routers, switches, etc. 6. Other miscellaneous equipment

B. RTUs shall be fully compatible with NMTs supplied and provide complementary functionality wherever necessary to provide a complete working system.

C. RTUs shall support the following points:

1. Status/alarms – 48 minimum, expandable to 256 2. Control outputs – 8 minimum, expandable to 32 3. Analog inputs – 8 minimum, expandable to 16

D. RTUs shall support time stamp and system time synchronization.

E. Terminations for all points shall be provided on suitable terminal blocks providing ease of installation, testing and maintenance.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 90

Page i

SECTION 7

TABLE OF CONTENTS

7.  Subscriber Equipment ................................................................................................................... 1 

7.1.  Overview .............................................................................................................................. 1 

7.2.  General Requirements .......................................................................................................... 1 

7.2.1.  Portable Radios ..................................................................................................................... 2 

7.2.2.  Mobile Radios/Control Stations ............................................................................................ 4 

7.3.  Subscriber Warranty and Maintenance ................................................................................. 6 

7.3.1.  Subscriber Warranty ............................................................................................................. 6 

7.3.2.  Subscriber Maintenance ....................................................................................................... 6 

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 91

Page 1

7. SUBSCRIBER EQUIPMENT 7.1. OVERVIEW

A. There are an estimated 7,930 subscriber radios that will need to be replaced across primary system users to ensure compliance with a P25 Phase II 700/800 MHz system. Subscriber radio proposals submitted in response to this solicitation must permit direct purchasing by any municipality, local government or public safety entity on the Broward system.

B. Vendors must permit subscriber radios to be purchased directly by any municipality, local government or public safety entity on user agencies at the discounted pricing levels provided.

C. Given the large number of subscriber radio replacements required, Vendors are encouraged to provide competitive pricing and bulk-purchase discounts and incentives.

7.2. GENERAL REQUIREMENTS

A. All subscriber equipment shall be of high quality and intended to provide high reliability under heavy use in severe environments. Equipment shall be FCC type accepted in accordance with the Commission’s Part 90 rules and regulations.

B. All subscriber equipment shall meet MIL-STD-810 C, D, E, and F.

C. All subscriber equipment shall be software programmable.

D. All subscriber equipment shall support the following operating modes: 1. Conventional analog frequency modulation (FM) network 2. Conventional analog FM off-network (talk around) 3. Conventional P25 Phase I network 4. Conventional P25 Phase I off-network (talk around) 5. Trunked P25 Phase I network 6. Trunked P25 Phase II network

E. All equipment shall be programmed for operation on the P25 Phase II 700/800 MHz system that will be procured through this RFP.

F. Vendors shall propose a comprehensive subscriber maintenance program that includes provisions for subscriber repair and preventive maintenance on annual and bi-annual schedules.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 92

Page 2

7.2.1. Portable Radios

A. Vendors shall provide pricing for portable radios in the Price Workbook (Appendix D). There are approximately 5,042 portable radios on the system that are not P25 Phase II compliant and will need to be replaced. All portables shall be included under Model 2 (see description below) for the purposes of the proposal; however, unit pricing shall be included for the other models as well as all available feature sets, and the municipality, local government or public safety entity will select the desired model and feature(s).

B. Pricing shall include unit programming.

C. Vendors should provide an alternate tier product that is available, highly reliable and intended for mission-critical operations. Pricing shall be provided for a minimum of three models: 1. Model 1: Basic model, typically identified with no keypad or display

2. Model 2: Intermediate model, typically identified with limited keypad and display

3. Model 3: Advanced model, typically identified with full keypad and display

D. Features:

1. Full compliance with P25 Phase I and P25 Phase II features and operation

2. PTT button

3. Top-mounted on/off volume knob

4. Talkgroup/channel selector

5. Emergency button, protected from inadvertent activation

6. Alphanumeric display (on applicable models), minimum of eight characters

7. Transmit indicator

8. OPTIONAL – Over-the-air programming (OTAP) and associated fixed equipment

9. OPTIONAL – Over-the-air rekeying (OTAR) and associated fixed equipment 10. OPTIONAL – Subscriber radio GPS and associated fixed equipment

E. Battery:

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 93

Page 3

1. Vendors shall provide batteries without cadmium. Pricing shall be provided for the

following:

a. Nickel-Metal Hydride (NiMH) b. Lithium-ion

2. Vendors shall provide pricing for all available battery capacity levels that they

offer, and the associated run-time for each based on typical usage cycles. the following battery sizes:

a. 2150 milliampere hour (mAh) b. 2900 mAh c. 4200 mAh

3. As an option, Vendors shall propose batteries certified as intrinsically safe.

4. Batteries shall provide a minimum operational use of 12 hours based on a 5-5-90

duty cycle.

5. Recharge time to full capacity shall not exceed one hour.

6. Vendors shall provide detailed specifications for all batteries proposed, including the following, at a minimum:

a. Battery life b. Total battery lifecycle expectancy

i) Recharge time ii) Dimensions iii) Weight iv) Warranty

F. Accessories: Vendors shall provide optional pricing for all accessories, including the

following, at a minimum:

1. AES encryption

2. Data cables 3. Battery chargers:

a. Single-bay battery charger b. Multiple-bay battery charger c. Vehicular charger

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 94

Page 4

4. Alternate antennas

5. Remote speaker microphone 6. Remote speaker microphone with antenna 7. Headset:

a. Wired b. Wireless/Bluetooth

8. Carrying cases/belt clips

G. Vendors shall provide detailed equipment specifications for all proposed portables and accessories, including the following information:

1. Radio dimensions

2. Radio weight with battery

3. Antenna type

4. Frequency channel capacity

5. General features, transmit/receive parameters and mechanical specifications 7.2.2. Mobile Radios/Control Stations

A. Vendors shall provide pricing for mobile radios and control stations in the Price

Workbook (Appendix D). There are approximately 2,888 mobile and control station radios on the system that are not P25 Phase II compliant and will need to be replaced. All mobile radios and control stations shall be included as dash mounts for the purposes of the proposal; however, unit pricing shall be included for remote mounts, as well as all available configurations and feature sets.

B. Pricing shall include installation and programming.

C. Mobile radios shall be supplied complete with microphone, external speaker, cables, fusing, mounting hardware, coaxial cable, and antennas to provide for a complete installation.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 95

Page 5

D. Control station radios shall be supplied complete with desk microphone, speaker, cables, coaxial cable, and antennas to provide for a complete working package.

E. Control stations should include up to 100 feet of ½” LDF plenum rated coaxial cable with associated RF surge suppressor, ground kits, mounting hardware, and an omnidirectional antenna to be mounted on the roof.

F. Control station configurations shall be offered with both a deskset consolette setup with built-in power supply, and as a mobile radio with a DC power supply.

G. Features: 1. Full compliance with P25 Phase I and P25 Phase II features and operation

2. Remote speaker microphones

3. Front-mounted on/off volume knob

4. Talkgroup/channel selector

5. Emergency button, protected from inadvertent activation

6. Alphanumeric display

7. Transmit indicator 8. Dash- and remote-mount configurations 9. OPTIONAL – Over-the-air programming (OTAP) and associated fixed equipment

10. OPTIONAL – Over-the-air rekeying (OTAR) and associated fixed equipment 11. OPTIONAL – Subscriber radio GPS and associated fixed equipment 12. OPTIONAL – Control station combiners for configurations supporting 4/8/12/16/32

ports

H. Accessories: Vendors shall provide optional pricing for all accessories, including the following, at a minimum:

1. AES encryption

2. Cables:

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 96

Page 6

a. Data cables b. Extension cables

i) Adapters ii) Power cables

3. Antennas

4. 7.5- and 13-watt external speakers

5. Public address kits

6. Remote speaker microphones

7. Desktop microphone (control stations only)

8. GPS functionality and associated fixed network hardware

9. Mobile data interface

I. Vendors shall provide detailed equipment specifications for all proposed mobiles and accessories, including the following information:

1. Radio dimensions

2. Radio weight with battery

3. Antenna type

4. Frequency channel capacity

5. General features, transmit/receive parameters and mechanical specifications

7.3. SUBSCRIBER WARRANTY AND MAINTENANCE

7.3.1. Subscriber Warranty

A. Vendors should offer a subscriber radio warranty of at least one year that commences on the later of Final Acceptance of the County P25 System or upon delivery of the radios, whichever is later; any subsequent purchases shall include warranty periods of at least one year that co-terminate with the warranty or maintenance periods of any previously purchased radios, unless otherwise agreed by the purchasing entity. The warranty shall include the repair of any radio that fails due to manufacturer defects within the warranty period at no additional cost to the owning agency.

7.3.2. Subscriber Maintenance

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 97

Page 7

A. Vendors shall offer subscriber maintenance plans on a recurring fee structure to provide added services and coverage beyond the initial warranty period. Vendors shall provide pricing in the Price Workbook (Appendix D) for the following subscriber maintenance packages:

1. Extended warranty beyond the initial warranty period for failures that occur due to

manufacturer defects or normal wear and tear

2. Preventive maintenance plan to restore the radio to the manufacturer’s specifications at the following recurring intervals:

a. 6 months b. 1 year c. 2 years

3. Accidental damage replacement plan to cover the repair or replacement of radios

that have failed due to accidental damage at no additional cost to the owning agency

B. Vendors shall offer subscriber maintenance pricing on a per-request fee structure to provide added services and coverage beyond the initial warranty period. Vendors shall providing pricing in the Price Workbook (Appendix D) for the following subscriber maintenance services:

1. Factory repair of a radio that has failed due to manufacturer defects or normal wear

and tear

2. Preventive maintenance to restore the radio to the manufacturer’s specifications 3. Factory repair of a radio that has failed due to accidental damage 4. Programming of a radio to update the radio’s programming parameters 5. Programming of a radio to update the radio’s firmware (firmware purchased

separately)

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 98

Page i

SECTION 8

TABLE OF CONTENTS

8.  Training ............................................................................................................................ 1 

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 99

Page 1

8. TRAINING

A. The successful Respondent shall provide: 1. Operator training:

a. Respondent shall provide complete and comprehensive operational training that

covers the features, operation and special care associated with the equipment supplied. Operator training shall include the following categories:

i) Dispatch console operation - The Vendor will be responsible for providing a local training facility at the Vendor's expense with a minimum of 20 dispatch positions. The training shall be conducted on a 24/7 basis to account for all Broward County dispatch shifts. There shall be a ratio of one student per dispatch console position.

ii) Subscriber radio operation

2. Technical/system management training:

a. Respondent shall identify and provide complete and comprehensive technical

training in the theory, maintenance and repair of each type of equipment and system provided for the project. This training shall include, at a minimum, system theory, troubleshooting, repair and servicing techniques as applicable to the selected system. Technical training shall include the following categories:

i) Infrastructure maintenance and troubleshooting ii) Subscriber unit maintenance and troubleshooting

3. Respondent shall identify and provide complete and comprehensive technical

training for County technical staff charged with managing the system. This training shall include, but is not limited to: planning and setting up the system and network; building and implementing system and network profiles and configurations; performing database-management functions; monitoring and managing the system’s performance; and writing and printing system reports. System management training shall include the following categories:

a. NMS operation and control b. Fleet mapping and radio programming c. Microwave network management d. Inter-RF Subsystem Interface (ISSI) operation and control

B. Respondent shall fully describe all proposed training programs detailing how

Respondent intends to provide training. The training description shall include the following:

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 100

Page 2

1. A list of all subjects with a description of each

a. “Fingertip roaming” needs to be presented and defined 2. Class material to be provided by Respondent 3. Number of classes 4. Class duration 5. Need for recurring training 6. Class size 7. Class cost

C. Respondent shall coordinate with the County regarding the number of attendees and schedule.

D. Classes shall be scheduled as near to system cutover as possible. Respondent shall work with the County to develop the schedule.

E. Respondent shall train County employees or designated individuals. In some cases, a train-the-trainer approach will be used to train other users.

F. Respondent shall provide all instructional materials, including printed manuals, audio, video, interactive self-paced personal computer programs, and complete equipment operating instructions for all technical and operational training classes. Actual and/or exact model and series of equipment being delivered shall be made available for hands-on use and operation during training. All instructional materials shall be subject to the approval of the County and shall become property of the County.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 101

Page i

SECTION 9

TABLE OF CONTENTS

9.  Warranty, Maintenance and Support ............................................................................... 1 

9.1.  Warranty .............................................................................................................................. 1 

9.2.  LifeCycle Cost ........................................................................................................................ 1 

9.3.  Maintenance ......................................................................................................................... 2 

9.3.1.  General Requirements .......................................................................................................... 2 

9.3.2.  Maintenance Standards ........................................................................................................ 5 

9.4.  Parts Availability ................................................................................................................... 5 

9.5.  Spare Equipment .................................................................................................................. 5 

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 102

Page 1

9. WARRANTY, MAINTENANCE AND SUPPORT 9.1. WARRANTY

A. The proposed communications systems shall have a minimum warranty period of one year. The warranty period shall commence upon final acceptance of each system.

B. Respondent shall provide a toll-free telephone number that answers 24 hours a day, 7

days a week, 365 days a year (24 x 7 x 365), for service requests and warranty claims.

C. Respondent shall state in the proposal the name, address, and capabilities of the service station(s) providing warranty service.

D. The following procedures shall be followed during the warranty period: 1. Warranty maintenance shall be performed 24 hours a day with no additional charges

for work on critical infrastructure.

2. The service facility shall provide prompt repair service, with service personnel arriving onsite within two hours after a service request by the County or dispatching entity, and returning the system to service within four hours after a service request by the County or dispatching entity.

3. The County shall be provided with written documentation indicating the cause of the service outage, the resolution and all post-repair testing procedures to ensure proper operation. In the event County-owned spares are used to complete the repair, the model and serial number of both the defective unit and the spare shall be noted in the documentation.

4. For all equipment needing factory or depot repairs, a comprehensive tracking system shall be put in place by the Respondent to track units to and from the factory/depot.

9.2. LIFECYCLE COST

A. As an OPTION, the Respondent shall propose an extended warranty for additional years beyond the initial warranty, renewable on an annual basis in the Price Workbook (Appendix D). Pricing shall be provided for the terms of one year, three years, five years, ten years, and 15 years.

B. As an OPTION, the Respondent shall propose a complete hardware and software

maintenance package that provides a complete cost of ownership for the system(s) being offered to the county in the Price Workbook (Appendix D). The package should include system maintenance, software updates, system release updates, and hardware updates for those components that reach end of life within the support period. Costs

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 103

Page 2

associated with the cost of ownership should be provided for the terms of five years, ten years, and 15 years. Regular system release updates shall be quoted at one-, two-, and five-year intervals.

9.3. MAINTENANCE Respondent shall maintain and repair all systems, equipment, hardware and software throughout the implementation, migration and warranty periods. The County reserves the right to have technical staff onsite to witness, and if desired, assist in the maintenance and troubleshooting procedures. This does not relieve the Respondent from its warranty and maintenance responsibilities as defined in this specifications document. 9.3.1. General Requirements

A. The approach to maintenance of this system shall be one of preventive maintenance.

B. Comprehensive maintenance services shall be proposed for each system.

C. Respondent shall provide a list of maintenance plans available. Plans should be based on the quantities of equipment included in the proposed system. Plans must include pricing for years two through five following system acceptance (the first year being covered under warranty). These plans shall include:

1. Fixed equipment onsite service:

a. Severity 1 – Response within one hour from receipt of notification 7 x 24 x 365 b. Severity 2 – Within two hours from receipt of notification during standard

business days c. Severity 3 – Next business day

2. Severity levels are defined as the following:

a. Severity 1

i. Major system failure ii. One or more RF sites offline iii. 25% or more of the system talk paths offline iv. Failure of any console operator position v. Loss of ISSI or any interoperability interface

b. Severity 2

i. Significant system impairment

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 104

Page 3

ii. 10 percent or more of the system talk paths offline iii. The loss of a logging recorder interface

c. Severity 3

i. Parts questions ii. Upgrades iii. Intermittent problems iv. Operational and informational questions v. Configuration change support and workflow procedure questions

3. Fixed equipment mail-in board repair:

a. Normal response – seven days b. Emergency response – next day

4. All fixed equipment maintenance plans shall provide 24-hour system support so that

users can dial one toll-free number to report problems and/or receive technical support.

5. Additionally, for fixed onsite maintenance, Respondent’s staff will dispatch the proper technician in the prescribed response time to resolve the problem, if Respondent is unable to resolve the problem through telephone consultation.

6. Maintenance plans shall include a retune of all RF components every 6 months, including base stations, and microwave radios. The 6-month retune shall restore components to the manufacturer’s specifications.

7. Remote technical support for Broward County personnel and the local system

service shop shall be provided. The Contractor shall track and monitor service requests from creation to close through an electronic case-tracking process, through which each request is assigned a case number. The Contractor has the following responsibilities:

a. Monitor the County's system via a remote access system.

b. Continuously receive and respond to technical service requests from the County

or the Contractor’s maintenance personnel.

c. Open a case and gather information from the County to perform the following:

i. Characterize the issue ii. Determine a plan of action iii. Assign and track the case to resolution

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 105

Page 4

8. Remote system monitoring to identify system alarms, remotely resolve issues, and

dispatch the appropriate personnel to respond onsite. 9. Component repair at Vendor’s facility for failed components. Replacement parts

shall be shipped immediately upon confirmation that the County’s equipment has been shipped to the Vendor.

10. Security services to ensure all system components are maintained with up-to-date

anti-virus software and security patches. 11. The Contractor shall have the ability and shall maintain the ability throughout the life

of the system to make available two (2) technicians for assignment to locations designated by the County in advance of hurricane events. The County shall provide not less than 48 hours advance notice in any and all such instances, and shall be responsible for providing reasonable food, sheltering, and other customary accommodations as necessary and appropriate throughout the duration of the assignment. The County and Contractor will negotiate appropriate compensation for services for these temporary assignments prior to each hurricane season.

12. In the event of a natural disaster, there is a possibility that some of the Broward County radio system will be inoperable. Because this is a public safety system, the County is required to maintain the system for the users and provide for disaster recovery should an incident damage one or more towers in the system. The Contractor shall have the following responsibilities:

a. Provide a minimum of three (3) technicians and one (1) technical manager during

the restoration phase. b. Respond to site(s) to evaluate damage and began restoration operations within

four (4) hours of access being established, or within four (4) hours after County declares an all-clear notification, whichever comes first.

c. Provide materials, tools, documentation, physical planning manuals, and diagnostic and test equipment necessary to provide restoration.

d. Provide technical services to troubleshoot and repair the County's system, and to work with County personnel and Contractors during the restoration phase.

e. Monitor the system remotely and provide the on-call Contractor technicians with system updates.

f. Agree to charge the County the agreed-upon price as stated in the current agreement between the County and the Contractor.

The County will have the following responsibilities:

a. Supply onsite presence at the tower sites.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 106

Page 5

b. Supply tower climbers when required to investigate any questionable problems or repair the antenna systems.

c. Supply spare antenna components for the radio transmit sites. d. Have available the spare parts that were purchased with the original system,

unless previously used by the Contractor.

9.3.2. Maintenance Standards

A. Replacement parts used in repairs shall be equal or better in quality and ratings to the original parts.

B. Equipment shall be maintained in a clean condition. Oil, dust and other foreign

substances shall be removed on a routine basis.

C. 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 this has been done at intervals defined by the County.

D. Respondent shall provide only factory-trained and -authorized maintenance personnel.

E. If fixed equipment or a fixed equipment module fails more than twice during the acceptance test or twice during the first year, the Respondent shall meet with the County to discuss and explain such failures. If, in the opinion of the County, these failures indicate that the equipment is potentially prone to continuing failures, the Respondent shall replace it at no cost to the County.

9.4. PARTS AVAILABILITY

A. From the date of final production to the seventh anniversary of the date of final production, the Respondent shall maintain replacement parts for all delivered equipment.

B. In the event that the Respondent plans to discontinue stocking any part required for

maintenance after the seventh anniversary of final production, the Respondent shall send written notice to the County 24 months prior to the date of discontinuance, to allow for last-time buys and replenishment.

C. All parts ordered on a priority basis shall be delivered within 24 hours after placing an order. Respondent shall provide year round, 24-hour ordering facilities via telephone, Internet, email and fax service.

9.5. SPARE EQUIPMENT

A. Respondent shall propose to the County recommended spare parts for the system, subsystems and individual equipment.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 107

Page 6

B. The list of spare parts shall include, but is not limited to:

1. Any vendor-identified field-replaceable units (FRUs).

2. Any infrastructure component that does not have FRUs that can cause a critical

system failure if it were to fail. Examples could include base station antennas and other non-modular components.

3. Power supplies.

4. Test measurement, calibration and repair kits.

5. Diagnostic equipment to support County maintenance activities.

6. Spares for less-critical items.

C. The list shall include items that will rapidly and completely restore all critical system functionality with the least amount of effort, e.g., board replacement instead of troubleshooting to the component level when a critical unit has failed.

D. The quantities of spares in the list shall be appropriately sized to accommodate

equipment quantities in the system.

E. The list shall define the primary equipment category each spare kit supports, e.g., transceiver board for a repeater, interface board for a console, etc.

F. The system engineering design documentation shall include a narrative on the Respondent’s ability to replace failed units from stock, as well as the process and timing to repair, replace and return failed units delivered for repair.

G. System engineering design documentation also shall include the lifecycle of equipment, parts and other maintenance support for the system.

H. Spares shall be included in any system update to keep them current.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 108

Page i

SECTION 10

TABLE OF CONTENTS

10.  System Implementation, Test and Acceptance .................................................................. 1 

10.1.  General ............................................................................................................................. 1 

10.2.  Cutover Plan ..................................................................................................................... 1 

10.3.  Staging .............................................................................................................................. 2 

10.4.  System Installation ............................................................................................................ 3 

10.5.  Fleet mapping ................................................................................................................... 4 

10.6.  Coverage Testing ............................................................................................................... 4 

10.7.  30‐day Operational Test .................................................................................................... 6 

10.8.  Final Acceptance Testing ................................................................................................... 7 

10.9.  As‐built Documentation .................................................................................................... 7 

10.10.  Final Acceptance ............................................................................................................... 8 

10.11.  Decomissioning ................................................................................................................. 8 

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 109

Page 1

10. SYSTEM IMPLEMENTATION, TEST AND ACCEPTANCE 10.1. GENERAL

A. The successful Vendor shall attend weekly project and construction meetings as

deemed necessary by the County prior to and during installation. Additional meetings may be scheduled at the discretion of the County.

B. If any changes in the overall timeline occur, the Vendor shall update the project schedule

for discussion during these project meetings.

C. Vendor shall provide written minutes of all meetings no later than five business days after the meeting.

10.2. CUTOVER PLAN

A. The successful Vendor shall be responsible for planning and coordinating the

implementation of all equipment, subsystems and the overall system.

B. Execution of the cutover plan shall ensure that new systems are brought online with minimum interruption to all existing systems and communications.

C. During final design, Vendor shall deliver a preliminary cutover plan describing how the radio system will be phased into a fully operational system. 1. Vendor shall successfully complete all tests and training prior to the actual cutover of

systems.

2. Vendor shall provide the necessary labor to cutover from existing systems to the proposed systems.

3. The plan shall include the schedule and procedures associated with the transition of each operational user group. The plan shall specifically address how the existing users will begin using the new system with minimal operational impact.

4. The plan shall provide detailed component or subsystem cutover plans, and specifically shall delineate between systems that affect and do not affect ongoing operations.

5. The plan shall include contingencies.

6. The County reserves the right to approve and change the cutover plan as it relates to any or all system components.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 110

Page 2

10.3. STAGING

A. Each individual assembly or equipment unit shall undergo factory testing prior to

shipment.

B. Standard factory test documentation that indicates the tests performed and the successful completion of testing, shall be submitted to the County.

C. System Staging: 1. The complete system shall be staged and tested at the factory, in the United States,

to the greatest extent practical. The intent of the staging tests is to demonstrate to the County that the system is ready for shipment and installation.

2. Staging will be scheduled at a point that the system design is finalized and all system radio sites have been secured. Staging will not be scheduled in order to expedite vendor payment milestones.

3. The microwave subcontractor must make accommodations to stage its equipment at the P25 Vendor’s facility, to allow staging of the complete radio and backup system simultaneously.

4. The successful Vendor shall provide all necessary technical personnel and test

equipment to conduct staging tests. All deviations, anomalies and test failures shall be resolved at the Vendor's expense.

5. Vendor shall use an approved Staging Acceptance Test Plan. It is expected that the SATP has been performed and all tests have been successful before the County witnesses the official SATP. The SATP shall be signed and dated by Vendor and County representatives following completion of all tests. All tests in the Staging Acceptance Test Plan shall be marked as either pass, fail, or pass qualify.

6. Failed tests shall be documented, corrected and retested. All defective components shall be replaced and retested. Defective components that cannot be corrected shall be replaced at the expense of the Vendor.

7. Retest of individual failed SATP tests or the entire plan shall be at the County’s discretion.

8. The fully executed and completed SATP document shall be provided to the County.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 111

Page 3

10.4. SYSTEM INSTALLATION

A. Installation shall include a complete, tested system to include placement of associated cabling, appropriate system layout, and terminal connections. Vendor shall provide associated power supplies and any other hardware, adapters and/or connections to deliver a complete operable system to the County at the time of acceptance.

B. All installations shall be performed by factory-authorized or Vendor-affiliated service shops. Other shops or installers may be used upon mutual agreement between the County and Vendor. Qualified, adequately trained personnel familiar with this type of work shall perform all installations. Vendor shall provide the names of the service shops, their qualifications, a description of their certified training on the proposed system, a summary of their experience and a list of five references (minimum) for each proposed shop.

C. Prior to the start of the system installation, the Vendor shall participate in a mandatory project site survey with the County or County’s representative to confirm actual equipment location within each space. At that time, the exact equipment locations shall be determined and documented by the Vendor.

D. Vendor shall coordinate with others, as appropriate, to confirm that any preparation work that affects the installation of the base station equipment, such as tower work, coring, bracing, conduit, electrical, etc., is complete before final inspection.

E. Vendor 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 this specifications document. All materials furnished and work completed shall be subject to inspection by the County or the County’s representative.

F. Equipment supplied as spare equipment shall not be used for installation of the proposed system. All spare equipment shall be supplied in an unused condition.

G. All equipment and devices shall be cleaned internally and externally, and all damaged finishes shall be repaired.

H. Worksites shall be left neat and broom swept upon completion of work each day. All shelter floors will be thoroughly cleaned and all scuff marks and abrasions shall be removed prior to acceptance. All trash shall be removed weekly.

I. Inspection:

1. The County shall conduct an inspection of the installations upon substantial completion. Any deficiencies shall be documented on a single punch list and provided to the Vendor for resolution.

2. Final acceptance testing shall not commence until all punch-list items are resolved.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 112

Page 4

10.5. FLEET MAPPING

A. Broward County wishes to optimize fleet maps amongst user agencies in order to

improve interoperability and usability. The successful Vendor shall develop the fleet map in coordination with the County radio system coordinators.

B. Vendor shall develop the actual fleet map with input and direction from the County. The

fleet map shall contain at a minimum: 1. Talkgroup ID 2. Agency 3. Emergency actions 4. Encryption capability 5. Roaming capability 6. Priority 7. Scan

C. Vendor also shall develop subscriber unit programming templates. These templates

shall have the basic features and functions defined for a particular subscriber unit and user type. Templates shall be developed on a per-agency basis.

D. Once the fleet map and templates are approved and completed, the Vendor shall use

these for installation of subscriber units and for further configuration of the system. Vendor shall submit these with the final as-built documentation.

10.6. COVERAGE TESTING

A. The Vendor shall submit a preliminary Coverage Acceptance Test Plan (CATP) with the

proposal. The final CATP shall be submitted during the final design stage of the project.

B. CATP:

1. The CATP shall be consistent with the procedures and guidelines outlined in TIA TSB-88, latest revision.

2. Coverage testing shall commence only after the radio systems are fully tested and aligned. Significant changes to the system shall require retesting of coverage at the County’s discretion.

3. Vendor shall perform two types of coverage testing:

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 113

Page 5

a. Automated objective mobile drive testing providing Bit Error Rate (BER) and signal strength measurements

b. Non-automated subjective Delivered Audio Quality (DAQ) testing (intelligibility testing)

Both types of testing shall be complementary and serve to fully verify that coverage requirements are met, both technically and operationally.

4. Test Configurations:

a. Configurations for the objective and subjective testing shall represent typical

operating configurations to the greatest extent possible, using portable and mobile radio equipment to be used with the system.

b. Automated Objective Mobile Drive Testing:

i) Vendor shall test both the signal level and BER, at a statistically significant number of test locations throughout the county utilizing automated test equipment.

ii) For testing purposes, the county shall be divided into the minimum

amount of uniformly sized test grids per the estimate of proportion formula in TSB-88 3.3. The grid size may vary from a minimum size of 0.25 mile by 0.25 mile to a maximum of 1.25 mile by 1.25 mile. Each of the four subdivided areas with separate coverage requirements must independently achieve a statistically significant number of test points.

iii) Inaccessible grids shall not count as either a pass or fail in the statistical

analysis.

iv) A grid will be considered a “fail” if the outbound signal is measured at a BER greater than or equal to two percent.

v) Any failed grids may be changed to “pass” if the underlying issue is

corrected and the grid is retested.

c. Non-automated Subjective DAQ Testing:

i) Non-automated subjective DAQ coverage testing shall be conducted using typical portable radios supplied with the system.

ii) Test radios shall be placed in line with attenuators to simulate the appropriate level of in-building attenuation. Vendors may identify

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 114

Page 6

alternate testing methodologies to adequately simulate in-building characteristics.

iii) Talk-out and talk-in performance shall be documented.

iv) Vendor shall provide a standardized test form for testing.

v) A grid will be considered a “fail” if both the inbound and outbound subjective audio evaluation has been graded less than DAQ 3.4. (Speech understandable with some repetition)

d. The CATP will be successfully completed when both the objective and subjective

tests conducted in each of the four coverage areas achieve a pass rate of 95 percent.

10.7. 30-DAY OPERATIONAL TEST

A. Vendor shall perform a 30-calendar-day operational test of the system to ensure that all

hardware and software defects have been corrected prior to entering final proof-of-performance testing. The fully integrated operation of the system, including all individual subsystems, shall be demonstrated during these tests. The tests shall be designed to demonstrate the reliability, long-term stability and maintainability of the systems. A failure of any critical component of the system during this test will cause the test to restart after the repair is completed. Vendor and the County shall agree on what constitutes a critical failure prior to commencing this test.

B. The follow is a non-exclusive listing of items that define a critical failure: 1. System loses controller connectivity (loss of wide-area trunking or console

connectivity) 2. Mobiles or portables receiving a denial or busy tone 3. More than one dispatch console operator position off the air 4. The loss of voice communications 5. The loss of data communications 6. Failure of the trunked system switch/controller 7. Greater than two (2) channel resources down, with the exception of unavoidable

interference from others 8. A simulcast failure affecting one (1) or more sites or more than two (2) channels 9. Loss or failure of trsystem configuration database 10. Loss or failure of user database 11. Systems not properly transferring to standby generator (if applicable) 12. UPS/DC plant not providing a sufficient buffer during power transfer (if applicable) 13. UPS/DC plant fails to initialize during a power transfer 14. Failures not specifically defined as minor, at the discretion of the County

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 115

Page 7

15. Failures that prevent acceptance criteria from being achieved

C. Vendor shall provide a 30-day operational test plan during the preliminary design phase. 10.8. FINAL ACCEPTANCE TESTING

A. Prior to final acceptance testing, the successful Vendor shall verify and document that all

equipment, hardware and software are upgraded to the latest factory revision. Multiple revision levels among similar equipment are not acceptable. The County shall be given two weeks written notice that the system is ready for final acceptance testing.

B. FATP:

1. Vendor shall propose a Final Acceptance Test Plan (FATP) for the County’s review and approval. It is expected that the FATP has been pre-performed and all tests have been successful before the County witnesses the official FATP. The FATP shall be signed and dated by Vendor and County representatives following completion of all tests. All tests in the FATP shall be marked as either pass, fail, or pass qualify.

2. Vendor shall provide all necessary technical personnel and test equipment to conduct FATP tests. All deviations, anomalies, and test failures shall be resolved at the Vendor's expense.

3. Failed tests shall be documented, corrected and retested. All defective components shall be replaced and retested. Defective components that cannot be corrected shall be replaced at the Vendor’s expense.

4. Retest of individual failed FATP tests or the entire plan shall be at the County’s discretion.

5. The fully executed and completed FATP document shall be provided to the County.

10.9. AS-BUILT DOCUMENTATION

At the completion of the installation phase, Vendor shall provide complete as-built documentation in Microsoft Visio as outlined below:

A. Equipment provided B. Plan and elevation drawings of all equipment, including antennas on towers C. Cabling and terminations D. Block and system-level diagrams

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 116

Page 8

E. Fleet mapping and programming F. Setup and alignment information G. Successfully completed, signed and dated SATP

A complete set of maintenance and operations manuals shall be provided at each radio site. 10.10. FINAL ACCEPTANCE

The County shall deem the system ready for final acceptance following successful completion and approval of the following:

A. Final design submittals B. SATP C. System installation D. Final inspection and punch-list resolution E. As-built documentation F. FATP, including CATP G. 30-day operational test completion H. Training

10.11. DECOMISSIONING

A. Following the successful cutover to the new system, Vendor will be responsible for the

decommissioning of the County’s existing radio and microwave networks.

B. At the County’s direction, decommissioned equipment shall either be discarded or taken to a location specified by the County

C. Vendor will be responsible for the removal of all radio and microwave antennas, feedlines, and waveguides and associated tower mounting brackets and connectors

D. Vendor shall remove all equipment and cables at each radio site.

E. Vendor shall seal any entry ports for which transmission cables were removed.

F. Vendor shall remove existing Gold Elite dispatch consoles and associated electronics in the dispatch center equipment rooms.

G. Vendor shall remove all equipment located at the Broward County Public Safety Building, including the existing system Master Site, Prime Site, Network Management Terminals, and microwave equipment.

H. Vendor shall update circuit breaker panels current circuit labeling

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 117

Page 9

I. Vendor shall remove UPS systems and associated transfer switches from remote radio

sites

J. Vendor shall remove unused equipment racks.

K. Vendor shall fill any holes in the floor or ceiling from removed equipment.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 118

5

6

Standard Instructions for VendorsRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be submitted with the solicitation response but must be submitted within three business days of County ’s request.  Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.  

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.  

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements.  The annual financial statements will be in the form of:  

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings. 

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.  

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.  

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.  

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.  

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal.  If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.  

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.   

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived.  Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Evaluation Criteria identifies points available; a total of 100 points is available.  

b. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

c. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.  

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files.

G. Presentations

If applicable, as indicated in Special Instructions to Vendors, all Vendors that are found to be both responsive and responsible to the requirements of the solicitation will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform.  The committee may provide a list of subject matter for the discussion. All Vendor ’s will have equal time to present but the question-and-answer time may vary.  

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested) including a representative of the Vendor that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendors to participate via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding the requirements of the solicitation. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda).  The County will respond to all questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all response submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.  

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:  

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will be not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Except for the materials submitted in compliance with this section, any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated elsewhere in the submittal otherwise the Vendor ’s claim for confidentiality will be deemed as a waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Copyrighted material will be accepted as part of a submittal only if accompanied by a waiver that will allow the County to make paper and electronic copies necessary for the use of County staff and agents. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.  

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.  

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.  

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of an Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Vendor ’s solicitation response must be submitted electronically through BidSync. It is the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

2. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

3. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

4. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

5. Vendor should upload responses to Evaluation Criteria in Microsoft Word.

6. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

7. After all files are uploaded, Vendor must submit and confirm its offer (by entering password) for offer to be received through BidSync.

8. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time, to:  

Estimated Contract Amount Filing Fee$30,000 - $250,000 $ 500$250,001 - $500,000 $1,000$500,001 - $5 million $3,000Over $5 million $5,000

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 119

5

6

Standard Instructions for VendorsRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be submitted with the solicitation response but must be submitted within three business days of County ’s request.  Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.  

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.  

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements.  The annual financial statements will be in the form of:  

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings. 

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.  

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.  

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.  

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.  

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal.  If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.  

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.   

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived.  Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Evaluation Criteria identifies points available; a total of 100 points is available.  

b. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

c. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.  

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files.

G. Presentations

If applicable, as indicated in Special Instructions to Vendors, all Vendors that are found to be both responsive and responsible to the requirements of the solicitation will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform.  The committee may provide a list of subject matter for the discussion. All Vendor ’s will have equal time to present but the question-and-answer time may vary.  

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested) including a representative of the Vendor that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendors to participate via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding the requirements of the solicitation. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda).  The County will respond to all questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all response submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.  

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:  

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will be not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Except for the materials submitted in compliance with this section, any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated elsewhere in the submittal otherwise the Vendor ’s claim for confidentiality will be deemed as a waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Copyrighted material will be accepted as part of a submittal only if accompanied by a waiver that will allow the County to make paper and electronic copies necessary for the use of County staff and agents. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.  

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.  

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.  

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of an Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Vendor ’s solicitation response must be submitted electronically through BidSync. It is the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

2. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

3. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

4. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

5. Vendor should upload responses to Evaluation Criteria in Microsoft Word.

6. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

7. After all files are uploaded, Vendor must submit and confirm its offer (by entering password) for offer to be received through BidSync.

8. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time, to:  

Estimated Contract Amount Filing Fee$30,000 - $250,000 $ 500$250,001 - $500,000 $1,000$500,001 - $5 million $3,000Over $5 million $5,000

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 120

5

6

Standard Instructions for VendorsRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be submitted with the solicitation response but must be submitted within three business days of County ’s request.  Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.  

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.  

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements.  The annual financial statements will be in the form of:  

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings. 

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.  

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.  

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.  

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.  

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal.  If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.  

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.   

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived.  Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Evaluation Criteria identifies points available; a total of 100 points is available.  

b. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

c. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.  

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files.

G. Presentations

If applicable, as indicated in Special Instructions to Vendors, all Vendors that are found to be both responsive and responsible to the requirements of the solicitation will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform.  The committee may provide a list of subject matter for the discussion. All Vendor ’s will have equal time to present but the question-and-answer time may vary.  

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested) including a representative of the Vendor that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendors to participate via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding the requirements of the solicitation. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda).  The County will respond to all questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all response submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.  

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:  

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will be not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Except for the materials submitted in compliance with this section, any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated elsewhere in the submittal otherwise the Vendor ’s claim for confidentiality will be deemed as a waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Copyrighted material will be accepted as part of a submittal only if accompanied by a waiver that will allow the County to make paper and electronic copies necessary for the use of County staff and agents. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.  

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.  

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.  

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of an Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Vendor ’s solicitation response must be submitted electronically through BidSync. It is the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

2. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

3. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

4. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

5. Vendor should upload responses to Evaluation Criteria in Microsoft Word.

6. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

7. After all files are uploaded, Vendor must submit and confirm its offer (by entering password) for offer to be received through BidSync.

8. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time, to:  

Estimated Contract Amount Filing Fee$30,000 - $250,000 $ 500$250,001 - $500,000 $1,000$500,001 - $5 million $3,000Over $5 million $5,000

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 121

5

6

Standard Instructions for VendorsRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be submitted with the solicitation response but must be submitted within three business days of County ’s request.  Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.  

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.  

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements.  The annual financial statements will be in the form of:  

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings. 

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.  

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.  

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.  

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.  

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal.  If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.  

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.   

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived.  Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Evaluation Criteria identifies points available; a total of 100 points is available.  

b. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

c. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.  

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files.

G. Presentations

If applicable, as indicated in Special Instructions to Vendors, all Vendors that are found to be both responsive and responsible to the requirements of the solicitation will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform.  The committee may provide a list of subject matter for the discussion. All Vendor ’s will have equal time to present but the question-and-answer time may vary.  

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested) including a representative of the Vendor that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendors to participate via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding the requirements of the solicitation. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda).  The County will respond to all questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all response submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.  

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:  

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will be not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Except for the materials submitted in compliance with this section, any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated elsewhere in the submittal otherwise the Vendor ’s claim for confidentiality will be deemed as a waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Copyrighted material will be accepted as part of a submittal only if accompanied by a waiver that will allow the County to make paper and electronic copies necessary for the use of County staff and agents. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.  

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.  

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.  

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of an Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Vendor ’s solicitation response must be submitted electronically through BidSync. It is the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

2. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

3. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

4. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

5. Vendor should upload responses to Evaluation Criteria in Microsoft Word.

6. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

7. After all files are uploaded, Vendor must submit and confirm its offer (by entering password) for offer to be received through BidSync.

8. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time, to:  

Estimated Contract Amount Filing Fee$30,000 - $250,000 $ 500$250,001 - $500,000 $1,000$500,001 - $5 million $3,000Over $5 million $5,000

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 122

5

6

Standard Instructions for VendorsRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be submitted with the solicitation response but must be submitted within three business days of County ’s request.  Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.  

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.  

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements.  The annual financial statements will be in the form of:  

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings. 

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.  

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.  

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.  

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.  

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal.  If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.  

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.   

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived.  Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Evaluation Criteria identifies points available; a total of 100 points is available.  

b. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

c. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.  

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files.

G. Presentations

If applicable, as indicated in Special Instructions to Vendors, all Vendors that are found to be both responsive and responsible to the requirements of the solicitation will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform.  The committee may provide a list of subject matter for the discussion. All Vendor ’s will have equal time to present but the question-and-answer time may vary.  

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested) including a representative of the Vendor that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendors to participate via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding the requirements of the solicitation. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda).  The County will respond to all questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all response submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.  

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:  

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will be not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Except for the materials submitted in compliance with this section, any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated elsewhere in the submittal otherwise the Vendor ’s claim for confidentiality will be deemed as a waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Copyrighted material will be accepted as part of a submittal only if accompanied by a waiver that will allow the County to make paper and electronic copies necessary for the use of County staff and agents. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.  

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.  

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.  

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of an Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Vendor ’s solicitation response must be submitted electronically through BidSync. It is the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

2. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

3. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

4. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

5. Vendor should upload responses to Evaluation Criteria in Microsoft Word.

6. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

7. After all files are uploaded, Vendor must submit and confirm its offer (by entering password) for offer to be received through BidSync.

8. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time, to:  

Estimated Contract Amount Filing Fee$30,000 - $250,000 $ 500$250,001 - $500,000 $1,000$500,001 - $5 million $3,000Over $5 million $5,000

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 123

5

6

Standard Instructions for VendorsRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be submitted with the solicitation response but must be submitted within three business days of County ’s request.  Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.  

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.  

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements.  The annual financial statements will be in the form of:  

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings. 

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.  

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.  

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.  

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.  

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal.  If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.  

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.   

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived.  Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Evaluation Criteria identifies points available; a total of 100 points is available.  

b. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

c. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.  

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files.

G. Presentations

If applicable, as indicated in Special Instructions to Vendors, all Vendors that are found to be both responsive and responsible to the requirements of the solicitation will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform.  The committee may provide a list of subject matter for the discussion. All Vendor ’s will have equal time to present but the question-and-answer time may vary.  

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested) including a representative of the Vendor that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendors to participate via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding the requirements of the solicitation. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda).  The County will respond to all questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all response submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.  

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:  

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will be not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Except for the materials submitted in compliance with this section, any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated elsewhere in the submittal otherwise the Vendor ’s claim for confidentiality will be deemed as a waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Copyrighted material will be accepted as part of a submittal only if accompanied by a waiver that will allow the County to make paper and electronic copies necessary for the use of County staff and agents. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.  

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.  

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.  

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of an Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Vendor ’s solicitation response must be submitted electronically through BidSync. It is the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

2. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

3. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

4. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

5. Vendor should upload responses to Evaluation Criteria in Microsoft Word.

6. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

7. After all files are uploaded, Vendor must submit and confirm its offer (by entering password) for offer to be received through BidSync.

8. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time, to:  

Estimated Contract Amount Filing Fee$30,000 - $250,000 $ 500$250,001 - $500,000 $1,000$500,001 - $5 million $3,000Over $5 million $5,000

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 124

5

6

Standard Instructions for VendorsRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be submitted with the solicitation response but must be submitted within three business days of County ’s request.  Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.  

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.  

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements.  The annual financial statements will be in the form of:  

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings. 

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.  

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.  

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.  

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.  

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal.  If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.  

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.   

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived.  Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Evaluation Criteria identifies points available; a total of 100 points is available.  

b. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

c. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.  

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files.

G. Presentations

If applicable, as indicated in Special Instructions to Vendors, all Vendors that are found to be both responsive and responsible to the requirements of the solicitation will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform.  The committee may provide a list of subject matter for the discussion. All Vendor ’s will have equal time to present but the question-and-answer time may vary.  

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested) including a representative of the Vendor that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendors to participate via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding the requirements of the solicitation. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda).  The County will respond to all questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all response submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.  

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:  

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will be not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Except for the materials submitted in compliance with this section, any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated elsewhere in the submittal otherwise the Vendor ’s claim for confidentiality will be deemed as a waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Copyrighted material will be accepted as part of a submittal only if accompanied by a waiver that will allow the County to make paper and electronic copies necessary for the use of County staff and agents. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.  

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.  

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.  

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of an Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Vendor ’s solicitation response must be submitted electronically through BidSync. It is the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

2. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

3. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

4. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

5. Vendor should upload responses to Evaluation Criteria in Microsoft Word.

6. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

7. After all files are uploaded, Vendor must submit and confirm its offer (by entering password) for offer to be received through BidSync.

8. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time, to:  

Estimated Contract Amount Filing Fee$30,000 - $250,000 $ 500$250,001 - $500,000 $1,000$500,001 - $5 million $3,000Over $5 million $5,000

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 125

5

6

Standard Instructions for VendorsRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be submitted with the solicitation response but must be submitted within three business days of County ’s request.  Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.  

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.  

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements.  The annual financial statements will be in the form of:  

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings. 

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.  

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.  

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.  

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.  

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal.  If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.  

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.   

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived.  Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Evaluation Criteria identifies points available; a total of 100 points is available.  

b. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

c. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.  

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files.

G. Presentations

If applicable, as indicated in Special Instructions to Vendors, all Vendors that are found to be both responsive and responsible to the requirements of the solicitation will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform.  The committee may provide a list of subject matter for the discussion. All Vendor ’s will have equal time to present but the question-and-answer time may vary.  

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested) including a representative of the Vendor that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendors to participate via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding the requirements of the solicitation. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda).  The County will respond to all questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all response submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.  

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:  

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will be not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Except for the materials submitted in compliance with this section, any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated elsewhere in the submittal otherwise the Vendor ’s claim for confidentiality will be deemed as a waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Copyrighted material will be accepted as part of a submittal only if accompanied by a waiver that will allow the County to make paper and electronic copies necessary for the use of County staff and agents. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.  

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.  

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.  

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of an Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Vendor ’s solicitation response must be submitted electronically through BidSync. It is the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

2. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

3. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

4. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

5. Vendor should upload responses to Evaluation Criteria in Microsoft Word.

6. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

7. After all files are uploaded, Vendor must submit and confirm its offer (by entering password) for offer to be received through BidSync.

8. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time, to:  

Estimated Contract Amount Filing Fee$30,000 - $250,000 $ 500$250,001 - $500,000 $1,000$500,001 - $5 million $3,000Over $5 million $5,000

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 126

5

6

Standard Instructions for VendorsRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be submitted with the solicitation response but must be submitted within three business days of County ’s request.  Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.  

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.  

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements.  The annual financial statements will be in the form of:  

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings. 

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.  

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.  

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.  

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.  

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal.  If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.  

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.   

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived.  Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Evaluation Criteria identifies points available; a total of 100 points is available.  

b. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

c. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.  

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files.

G. Presentations

If applicable, as indicated in Special Instructions to Vendors, all Vendors that are found to be both responsive and responsible to the requirements of the solicitation will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform.  The committee may provide a list of subject matter for the discussion. All Vendor ’s will have equal time to present but the question-and-answer time may vary.  

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested) including a representative of the Vendor that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendors to participate via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding the requirements of the solicitation. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda).  The County will respond to all questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all response submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.  

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:  

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will be not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Except for the materials submitted in compliance with this section, any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated elsewhere in the submittal otherwise the Vendor ’s claim for confidentiality will be deemed as a waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Copyrighted material will be accepted as part of a submittal only if accompanied by a waiver that will allow the County to make paper and electronic copies necessary for the use of County staff and agents. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.  

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.  

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.  

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of an Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Vendor ’s solicitation response must be submitted electronically through BidSync. It is the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

2. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

3. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

4. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

5. Vendor should upload responses to Evaluation Criteria in Microsoft Word.

6. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

7. After all files are uploaded, Vendor must submit and confirm its offer (by entering password) for offer to be received through BidSync.

8. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time, to:  

Estimated Contract Amount Filing Fee$30,000 - $250,000 $ 500$250,001 - $500,000 $1,000$500,001 - $5 million $3,000Over $5 million $5,000

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 127

5

6

Standard Instructions for VendorsRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be submitted with the solicitation response but must be submitted within three business days of County ’s request.  Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.  

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.  

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements.  The annual financial statements will be in the form of:  

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings. 

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.  

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.  

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.  

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.  

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal.  If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.  

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.   

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived.  Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Evaluation Criteria identifies points available; a total of 100 points is available.  

b. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

c. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.  

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files.

G. Presentations

If applicable, as indicated in Special Instructions to Vendors, all Vendors that are found to be both responsive and responsible to the requirements of the solicitation will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform.  The committee may provide a list of subject matter for the discussion. All Vendor ’s will have equal time to present but the question-and-answer time may vary.  

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested) including a representative of the Vendor that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendors to participate via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding the requirements of the solicitation. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda).  The County will respond to all questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all response submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.  

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:  

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will be not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Except for the materials submitted in compliance with this section, any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated elsewhere in the submittal otherwise the Vendor ’s claim for confidentiality will be deemed as a waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Copyrighted material will be accepted as part of a submittal only if accompanied by a waiver that will allow the County to make paper and electronic copies necessary for the use of County staff and agents. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.  

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.  

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.  

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of an Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Vendor ’s solicitation response must be submitted electronically through BidSync. It is the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

2. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

3. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

4. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

5. Vendor should upload responses to Evaluation Criteria in Microsoft Word.

6. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

7. After all files are uploaded, Vendor must submit and confirm its offer (by entering password) for offer to be received through BidSync.

8. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time, to:  

Estimated Contract Amount Filing Fee$30,000 - $250,000 $ 500$250,001 - $500,000 $1,000$500,001 - $5 million $3,000Over $5 million $5,000

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 128

Special Instructions to Vendors

R1422515P1 Public Safety Radio APCO Project 25 700MHz Communication System

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor’s submittal being rejected.

A. Additional Responsiveness Criteria:

In addition to the requirements set forth in the Standard Instructions to Vendors, the following criteria shall also be evaluated in making a determination of responsiveness: 1. Bond Requirement

Refer to Bid Bond, Performance and Payment Guaranties, and Qualifications of Surety Requirements for submittal requirements and forms. Vendor must submit an original Bid Bond in the amount of 5% of bid amount submitted in the Item Response Form, Line Items 01-01 through 01-05, at time of solicitation due date in order to be responsive to solicitation requirements. Failure to submit a Submittal Bond by solicitation due date and time, and in accordance with instructions will deem Vendor non-responsive. The Submittal Bond submitted in Step One will be returned to the vendor upon the receipt and approval of the Bid Bond submitted for this Step Two solicitation.

2. BidSync Item Response Form (Line Item Prices) a. It is the responsibility of the Vendor to complete and electronically sign the Item Response

Form for this solicitation. The Item Response Form is a matter of RESPONSIVENESS. Failure of the Vendor to complete and electronically sign the Item Response Form SHALL determine the Vendor to be NONRESPONSIVE to the solicitation.

b. All blank areas of the Item Response Form MUST be filled in with a dollar figure. If it is the intent of the Vendor to perform or provide any services or commodities referenced on the Item Response Form at no cost to the County, then $0.00 (zero) dollars MUST be referenced in the appropriate field. In the event that the Vendor intends not to submit a price for a particular line item, the Vendor MUST indicate “NO BID” in the appropriate field (“Notes for Buyer”). In the event that pricing is required for multiple years, pricing for each year MUST be completed by the Vendor.

c. The Vendor SHALL use the Item Response Form provided in the solicitation document. Failure by the Vendor to use the required Item Response Form SHALL determine the Vendor to be nonresponsive.

d. DO NOT USE “N/A”, “—“OR ANY OTHER SYMBOLS ON THE ITEM RESPONSE FORM. IT IS THE RESPONSIBILITY OF THE VENDOR TO ASK QUESTIONS OR SEEK CLARIFICATION REGARDING THE ITEM RESPONSE FORM SUBMITTAL PRIOR TO THE SOLICITATION’S DUE DATE. THE COUNTY WILL NOT SEEK CLARIFICATION ON ANY ITEM RESPONSE FORM SUBMITTAL.

3. Domestic Partnership Act Requirement

This solicitation requires that the Vendor comply with Domestic Partnership Act unless it is exempt from the requirement per Ordinance. Vendors must follow the instructions included in the Domestic Partnership Act Certification Form (Requirement and Tiebreaker) and submit as instructed.

4. Living Wage Requirements Not applicable to this solicitation.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 129

5. Vendor’s Opportunity List Requirement (Federal Funding)

Not applicable to this solicitation.

6. Employment Eligibility Verification Program Requirement (State funding) Not applicable to this solicitation.

7. Pre-Submittal Conference and Site Visit This solicitation requires the vendor attend a Mandatory Pre-Submittal Conference and Site Visit

B. Additional Responsibility Criteria:

In addition to the requirements set forth in the Standard Instructions to Vendors, the following criteria shall also be evaluated in making a determination of responsibility: 1. Office of Economic and Small Business Development Program

This solicitation has the following County Business Enterprise Goals: 15 % CBE Goals (excluding permit fees). Vendors must follow the instructions included in the Office of Economic and Small Business Development Requirements section and submit all required forms and information as instructed.

2. Workforce Investment Program This solicitation requires the Vendor to comply with the Workforce Investment Program. Vendors must follow the instructions included in the Workforce Investment Program Requirements section and submit form as instructed. The Workforce Investment Program is only applicable to employment opportunities associated with the construction portion of this project.

3. Licensing – in order to be considered a responsible Vendor for the scope of work, the Vendor, either directly or through a subcontractor on the Vendor’s team, shall possess one of the following licenses (including any specified State registration, if applicable) at the time of submittal:

STATE: CERTIFIED GENERAL CONTRACTOR; OR CERTIFIED ELECTRICAL CONTRACTOR; OR BROWARD COUNTY: GENERAL BUILDING CONTRACTOR CLASS “A”; OR (Must be registered with the State) MASTER ELECTRICAL CONTRACTOR (Must be registered with the State)

AND

In order to be considered a responsible Vendor for the scope of work, the Vendor (either directly or through a subcontractor proposed by a vendor) must possess the following license (including any specified State registration, if applicable) at the time of submittal: Certified under Section 471.023, Florida Statutes to practice or to offer to practice engineering.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 130

Certification should be submitted with the proposal, however if it is not, it must be provided within three (3) business days of being requested by the County. Proof of licensing should be furnished within three (3) business days after request by the Purchasing Agent. Any certificate of competency that meets or exceeds those specified or can legally perform the scope of work specified will be considered responsible and responsive to the solicitation. A Joint Venture is required to provide evidence with its response that the Joint Venture, or at least one of the Joint Venture partners, holds the specified license, if applicable, as per Special Instructions to Vendors, issued either by the State of Florida or Broward County. If not submitted with its response, the Joint Venture is required to provide evidence prior to contract execution that the Joint Venture holds the specified license issued either by the State of Florida or Broward County.

C. Standard Agreement Language Requirements:

http://www.broward.org/Purchasing/Documents/R1422515P1%20Draft%20Agreement%20-%20Public%20Safety%20Radio%20APCO%20Project%2025%20700MHz%20Communication%20System.pdf Refer to Standard Instructions for Vendors and the requirements to review the applicable terms and conditions (and submission of the Agreement Exception Form).

D. Demonstrations:

Applies to this solicitation. The portions of the demonstration addressing field testing for both fire rescue and law enforcement will be videotaped for the use of the Evaluation Committee. See Demonstration Requirements attachment. At the discretion of the Evaluation Committee, a subsequent demonstration by the vendors may be required Refer to Standard Instructions to Vendors for additional information and requirements.

E. Presentations:

Applies to this solicitation. Refer to Standard Instructions to Vendors for additional information and requirements.

F. Public Art and Design Program:

Not applicable to this solicitation.

G. Procurement Authority:

Two Step Process - Step 1 - Issue solicitation to qualify and short list Vendors; Step 2 - Issue Request for Proposal to shortlisted Vendors to obtain proposals, in accordance with Florida Statutes, Chapter 287.055, Consultants’ Competitive Negotiation Act (CCNA).

H. Project Funding Source - this project is funded in whole or in part by:

County Funds

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 131

I. Projected Schedule:

Initial Shortlisting or Evaluation Meeting (Sunshine Meeting): To Be Determined Final Evaluation Meeting (Sunshine Meeting): To Be Determined Check this website for any changes to the above tentative schedule for Sunshine Meetings: http://www.broward.org/Commission/Pages/SunshineMeetings.aspx.

J. Project Manager Information:

Project Manager: Jose De Zayas, Project Manager Email: [email protected]

Vendors are requested to submit questions regarding this solicitation through the “Q&A” section on BidSync; answers are posted through BidSync.

K. Submittal Instructions:

1. Vendor’s solicitation response must be submitted electronically through BidSync. It is the Vendor’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

2. Vendor must view or accept each of the listed documents.

3. After all documents are viewed or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

4. Vendor should upload responses to Evaluation Criteria in both Microsoft Word and PDF formats.

5. After all files are uploaded, Vendor must submit and confirm its offer (by entering password) for offer to be received.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 132

Evaluation Criteria – Addendum 1 R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

1. Ability of Professional Personnel: Total 10 Points Max Points

A) Describe the qualifications and relevant experience of the Project Manager and all key staff that are intended to be assigned to this project. Include resumes for the Project Manager and all key staff described. Include the qualifications and relevant experience of all subconsultants’ key staff to be assigned to this project. Composition of the staff assigned to the proposed project, particularly the proposed Project Manager, Project Engineer, integration team, and any other proposed staff and their qualifications and experience with projects of similar and scope to the system being proposed in this RFP (Has the proposed staff managed/delivered projects of similar complexity? Do the individual team members have the required experience for their role in the project?)

5

B) Adequacy of the personnel of the vendor to accomplish the proposed scope of work in the required time. (Is the experience of the project management and project technical team in alignment with the proposed Broward County project?)

5

2. Project Approach: Total 40 Points

A) Completed Compliance Matrix (Appendix A). (Does the vendor indicate compliance with the specifications? Do any clarifications materially alter the intent of the specifications?) 10

B) P25 System (Refer to specifications sections 2, 4, 6, 7, 8, 9, 10) - Does the vendor clearly identify their approach to the project? Have they clearly identified how the design will achieve the County's coverage and capacity requirements and performance guarantees? Have they identified how the system provides redundancies and eliminates single points of failure? Have they fully detailed the configuration and capabilities of their proposed dispatch console system? Have they provided a cutover strategy that reduces risk? Have they identified interoperability benefits of their system? Have they identified warranty, maintenance, and support programs? Have they provided a detailed project schedule? Have they provided a variety of mobile, portable, and control station radio options for user agencies that provide the desired functionality at various competitive price points? The vendor's project approach will contribute to the assessment of the viability of the vendor's proposed price and should reflect the information requested in Appendix D - Pricing Workbook for Information Only.

20

C) Microwave System (Refer to specifications section 3) - Does the vendor clearly identify their approach to the microwave backhaul section? Have they clearly identified how the design will achieve the County's backhaul bandwidth and interface requirements? Have they provided a dual-loop configuration with path studies to validate the feasibility of each path? Have they identified how the system provides redundancies and eliminates single points of failure? Have they provided a cutover strategy that reduces risk? Have they identified warranty, maintenance, and support programs? Have they provided a detailed project schedule? The vendor's project approach will contribute to the assessment of the viability of the vendor's proposed price and should reflect the information requested in Appendix D - Pricing Workbook for Information Only.

5

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 133

D) Facilities and Infrastructure (Refer to specifications section 5) - Does the vendor clearly identify their approach to the facilities and infrastructure development? Have they clearly identified how the site development schedule will align with the radio and microwave components? Have they considered implications for the existing sites, including shelter space, tower space, power, and HVAC to support both the old and new systems during cutover? Have they identified a strategy for retrofitting existing sites with the required DC power system? The vendor's project approach will contribute to the assessment of the viability of the vendor's proposed price and should reflect the information requested in Appendix D - Pricing Workbook for Information Only.

5

  3. Past Performance: Total 15 Points Max Points  

Describe prime Vendor’s experience on projects of similar nature, scope and duration, along with evidence of satisfactory completion, both on time and within budget, for the past five years. Provide a minimum of three projects with references for P25 Phase II systems that include microwave and site development components.

15

Vendor should provide references for similar work performed to show evidence of qualifications and previous experience. Refer to Vendor Reference Verification Form and submit as instructed. Only provide references for non-Broward County Board of County Commissioners contracts. For Broward County contracts, the County will review performance evaluations in its database for vendors with previous or current contracts with the County. The County considers references and performance evaluations in the evaluation of Vendor’s past performance. Past performance of the vendor including timely completion of projects, compliance with Scope of Work performed within budgetary constraints, and user satisfaction (Does the vendor demonstrate they have the ability to implement the system in compliance with the RFP within budget?) Were the provided references for projects of similar size and complexity to Broward County's RFP?

4. Workload of the Firm: Total 5 Points   

For the prime Vendor only, list all completed and active projects that Vendor has managed within the past five years. In addition, list all projected projects that Vendor will be working on in the near future. Projected projects will be defined as a project(s) that Vendor is awarded a contract but the Notice to Proceed has not been issued. Identify any projects that Vendor worked on concurrently. Describe Vendor’s approach in managing these projects. Were there or will there be any challenges for any of the listed projects? If so, describe how Vendor dealt or will deal with the projects’ challenges.

5

5. Location: Total 5 Points   Refer to Location Attestation Form (Evaluation Criteria) and submit as instructed. 5

6. Pricing: Total 25 Points   

The Item Response Form must reflect equipment and services as defined in Scope of Services, Exhibit “A”, as instructed on the Item Response Form, directly into BidSync. Points awarded for price will be based on by applying the following formula: (Lowest Proposed Price/Vendor’s Price) x (Maximum Number of Points for Price) = Price Score

25

   100

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 134

Project 25 Radio System Demonstration Requirements - Addendum 1Compliant

Non-

CompliantNotes

Project 25 Compliance

Demonstrate all system components and system functionality complies with the latest Project 25 suite of standards as

published by TIA/EIA

Provide P25 CAP Testing documentation for system components

Supplier’s Declaration of Compliance (SDOC) and Summary Test Report (STR) documents provided

All proposed Project 25 equipment is listed in the DHS Grant Eligible Equipment List

System Administration and Management Systems

Demonstrate user database entry, configurations, permissions, activity and report generation

Demonstrate user database backup and restore without impacting system operations

Demonstrate talk group creation, unit entry configuration, permissions, and management

Demonstrate system time out parameter management

Demonstrate the system activity display, capture, logging, storage and interrogation/recovery for analysis, by unit ID,

talk group and RF channel, sort capability by PTT count, airtime usage, RF channel usage, talk group usage.

Demonstrate real time system activity display by radio channel

Demonstrate Emergency Call display, parameter management, actions and history logging

Demonstrate user radio permissions management, activation and deactivation

Enable and disable system infrastructure components

Demonstrate console status, diagnostics and management capabilities

Demonstrate site status, diagnostics and management capabilities

Demonstrate the network status display and management of network components

Alarm status display and management

Demonstrate that an alarm triggers email, pager, and NOC notification

Demonstrate dynamic regrouping and ungrouping of disparate agency radios

Demonstrate subscriber radio inhibit and uninhibit.

Demonstrate subscriber radio interrogation for current status and parameters, including serial number, current radio

site affiliation, talk group affiliation, inhibit state, regroup state and status of selector inhibit.

Demonstrate subscriber radio remote monitoring (activate transmitter to monitor activity around the radio)

Demonstrate the ability to create storm and event plans and regroup the selected user radios.

Persistence/repeat of regroup commands to capture radios powering up after the initial regroup commands were

sent..

Demonstrate redundancy available in the event of catastrophic failure of the system monitoring and alarm system to

capture and transmit alarms and monitored component status.

System Master Controller (MSC)

Demonstrate full redundancy and failover between System Master Controller components and subsystems

Demonstrate system fall back for continued operation upon catastrophic MSC failure of all redundant units and/or

links.

MSC database backup and restore not interrupting system operation

Demonstrate Project 25 Console Sub-System Interface (CSSI) compliance and available capabilities for interface with

consoles of a different manufacturer than the MSC.

Demonstrate Project 25 Inter Sub-System Interface (ISSI) compliance and available capabilities to interface with other

Project 25 systems from both the same manufacturer and different manufacturer.

Demonstrate the ability to roll the control channels.

Demonstrate the automatic shutdown a channel experiencing "foreign carrier" or other harmful interference, with the

provided alarm and notification activation.

Console site link failure and switchover to the redundant console site link while maintaining normal console system

operations

Simulcast cell site link failure between the MSC and simulcast cell controller and switchover to the redundant simulcast

cell site link while maintaining normal system operations

Demonstrate operation of the data gateway to interface with Over the air rekeying, over the air programming and

other data applications.

Demonstrate packet data server redundancy.

Demonstrate CAD interface with Motorola Premier One CAD to pass radio user data between systems, including radio

unit ID, messaging, and CAD entry data.

Simulcast Zone/Cell Controllers

Demonstrate full redundancy and automatic failover between simulcast cell/Zone controllers without loss of system

operational capabilities.

Demonstrate full redundancy and automatic failover of simulcast cell/zone controller networking components,

routers, and switches without loss of system operational capabilities

Demonstrate continued system operation in the event of catastrophic total failure/loss of all primary and redundant

simulcast cell control and management components

Demonstrate RF site shutdown in the event of network failure/loss of communication to the RF site

Demonstrate shutdown and removal of a simulcast channel, system-wide, in the event of a channel/repeater failure at

one RF site in the simulcast cell, and subsequent failure notification and alarm.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 135

Demonstrate self-check and restore capabilities of a station in the above scenario. Demonstrate the associated

notification and alarms to indicate self-restoral.

ISSI/CSSI

Demonstrate that a user radio roaming in a foreign system is able to communicate to dispatchers and user radios in its

"home" system

Demonstrate that an Emergency Alert and call by a roaming radio is heard in both home and roam systems

GPS/AVL data passes to home system over the ISSI

Demonstrate that consoles of a different manufacturer than the Rf Infrastructure and controllers, interfaced to the

system via CSSI are able to utilize and dispatch at the same level of features and capacity as system vendor consoles

Over-The-Air Data Functions

Demonstrate over-the-air rekeying (OTAR) of encryption equipped portable and mobile radios

Demonstrate over-the-air reprogramming (OTAP) of OTAP equipped portable and mobile radios

Demonstrate the ability to receive GPS data from mobile and portable radios and pass the data to a Motorola Premier

One CAD program for display

Demonstrate the capacity for GPS unit interrogation and response. Interrogation/response capacity per minute

Site Equipment

Demonstrate 100 watts minimum transmitter power output

Demonstrate transmit combiner losses within specifications of the proposed combiners

Demonstrate receiver tower top amplifier and multicoupler gains and losses are within the specifications of the

equipment proposed.

Demonstrate Tower Top Amplifier fail-over to the backup amplifier.

Demonstrate a received "foreign carrier" shutdown and restart of a channel.

Demonstrate proper repeater voting and comparator operation

Demonstrate site trunking

Demonstrate site isolation and operation

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 136

# Dispatch Console System Demonstration Requirements CompliantNon-

CompliantNotes

Initiate a talk group call

Receive a talk group call

Repeat the above using a desk microphone and headset

Demonstrate Multi select capability of multiple resources.

Initiate and participate in a multi-group call

Set up initiate and participate in a supergroup call

Initiate a private call to a user radio

Set up a console patch between 2 trunking resources. Demonstrate DAQ 3.4 or better audio quality both

ways through the patch

All consoles indicate that a patch has been set up between resources, identifies those resources and at

which console the patch originated

Set up a patch between 3 or more trunking resources. Demonstrate DAQ 3.4 or better audio quality at all

ends of the patch

Set up a patch between trunking and conventional resources. Demonstrate DAQ 3.4 or better audio

quality at all ends of the patch

Demonstrate the activity log screen, showing unit calling/called, ID, alias, talk group and emergency status

Demonstrate the prompts on the console when a fire dispatch is originated in CAD and passed to the Fire

Station Alerting and Paging systems.

Demonstrate Auxiliary Switch functionality

Demonstrate selective calling to a user radio. (Call Alert)

Initiate a "Channel Marker" tone on trunked talk groups

Initiate a "Channel Marker" tone on a conventional channel

Initiate all programmed Alert Tones manually on trunked talk groups

Initiate all programmed Alert Tones manually on conventional channel

Demonstrate Dispatch Console Priority to a user radio, pre-empting an ongoing user radio transmission.

Demonstrate Emergency Alert and Emergency Call display and management

Generate 2 tone, DTMF and Knox paging tones manually from the console position

Generate 2 tone, DTMF and Knox paging tones manually from CAD

Demonstrate Instant recall record and playback of radio traffic, both field and dispatchers audio.

Demonstrate common headset use for both telephone and radio

Demonstrate CAD interface with Motorola Premier One CAD

Demonstrate Instant Transmit from the resource icon, regardless of that resource select or unselect

status

Demonstrate console position to console position intercom. This will be between positions in the same

center and between console positions at different console sites, interfaced to the same system network.

Demonstrate DAQ 3.4 or better audio quality at both ends of the conversation.

Demonstrate the capability to select and remotely key-up and monitor the activity at a user radio.

Demonstrate secure (encrypted ) operation between console and field user radios.

Demonstrate a patch between secure talk groups.

Demonstrate a patch between a secure and an unsecure talkgroup. Demonstrate DAQ 3.4 or better audio

quality at all ends of the patch

Audio Logging Systems

Demonstrate playback of a recent trunked system call

Demonstrate playback of a recent conventional system call

Demonstrate playback of an encrypted call

Record and playback of Emergency Alert information, emergency call information and all emergency

signaling and audio appearing at the console master system controller and simulcast controller.

Demonstrate that both field user and dispatcher conversations are recorded

Show that record times are synchronized with CAD, 911, and radio system times

Demonstrate recording and play back of a text message exchange and user unit status messages

Text Messaging

Compose and send a text message from a console position to a selected text-enabled user radio

Compose and send a text message from a user radio to a dispatcher position

Compose and send a text message between user radios

Select and send a status message from a user to a dispatch position

Console Controlled Telephone Interconnect

At the console position, receive and patch an incoming telephone call to an authorized user radio

Initiate a telephone call from a subscriber radio to a landline telephone number.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 137

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 138

# Subscriber Audio Testing (To be video recorded by Broward County) CompliantNon-

CompliantNotes

Law Enforcement Field Environment

Demonstrate audio quality under the following field conditions:

-          Gunfire

-          Crowd noise

-          Engine/traffic noise

-          Motorcycle engine nose at low and high RPMs (Harley Davidson)

-          Mild, moderate, and heavy wind

-          Barking dogs in close proximity to the user

-          Audible fire/burglar alarms

-          While using a chemical protective mask (military style gas mask)

Fire Rescue Field Environment

Door strikes - A shoulder mounted microphone as well as a handheld radio shall both be tested

* This evaluation will simulate firefighters forcing entry into a structure. This is a common task performed during firefighting operations.

* The firefighter will strike a wood or metal door with a common FD striking tool such as a flat headed ax, haligan bar, or sledge hammer.

* A firefighter will talk into the radio and/or mic as another firefighter strikes the door, at least 5 times.

* Test shall be conducted with radio within 3-5 feet of the striking location

Chainsaw - A shoulder mounted microphone as well as a handheld radio shall both be tested

* This evaluation will simulate firefighters forcing entry into a structure via a gas powered tool. This is a common task performed during firefighting operations.

* The chainsaw will be run, at incremental RPM's, in varying locations within 3-5 feet of the radio being tested.

* A firefighter will talk into the radio and/or mic as the other firefighter performs the stated task above.

Pump Panel - The firefighter shall stand within arm’s reach of the pump panel while testing

A shoulder mounted microphone as well as a handheld radio shall both be tested

* This evaluation will simulate firefighters operating in close proximity of an apparatus. This is a common task performed during firefighting operations.

* A firefighter will operate at the "pump panel" area of the fire truck, alternating the trucks' RPM's to varying levels.

* A firefighter will talk into the radio and/or mic in the described environment.

Ventilation Fan - A shoulder mounted microphone as well as a handheld radio shall both be tested

* This evaluation will simulate firefighters operating in close proximity of a positive pressure ventilation fan with the exhaust facing the firefighters microphone.

This is a common task performed during firefighting operations.

* The firefighter will operate the fan, using a level consistent for all radio tests.

* A firefighter will talk into the radio and/or mic as he/she is standing close to the fan motor, but also upwind so the wind can be factored into the audio evaluation.

* The firefighter shall stand within 3-5 feet of the positive pressure ventilation fan while testing.

K-12 Saw - A shoulder mounted microphone as well as a handheld radio shall both be tested

* This evaluation will simulate firefighters forcing entry into a structure via a gas powered tool. This is a common task performed during firefighting operations.

* The K-12 saw will be run, at incremental RPM's, in varying locations within 3-5 feet of the radio being tested.

* A firefighter will talk into the radio and/or mic as the other firefighter performs the stated task above.

Alarm System - A shoulder mounted microphone as well as a handheld radio shall both be tested

* This evaluation will simulate the conditions of a firefighter operating in an environment where an audible fire or police alarm is sounding.

* An alarm will be activated and the firefighter will stand directly under the annunciation device while speaking into the radio and/or mic.

• The firefighter shall be standing directly beneath the sounding apparatus which should be installed on a wall or ceiling equal to 8 feet from the floor in an enclosed

space (average sized room).

PASS Alarm - A shoulder mounted microphone as well as a handheld radio shall both be tested

* This evaluation will simulate an environment in which a firefighters PASS alarm is activated or the search and rescue of a firefighter that has an active alarm. The

pass device shall be located on the rescuer or firefighter in its normally prescribed location.

* The firefighter will activate the PASS alarm and speak into the radio and/or mic within arm’s reach of the activated alert. As this PASS alarm has a constant, yet

alternating pitch, a commonly used LUNAR acronym should be recited (location, unit, name, air supply, resources needed).

SCBA - A shoulder mounted microphone as well as a handheld radio shall both be tested

* This evaluation will simulate a firefighter working in a hazardous environment wearing a self-contained breathing apparatus. This is one of the most common

conditions found during firefighting operations.

* The firefighter will don their SCBA and "go on air"; breathing air from their SCBA.

* The firefighter will recite a common firefighting radio transmission, such as a size-up or LUNAR, while wearing their mask and breathing air from the SCBA.

* This test shall be conducted using a shoulder mounted radio microphone as well as a handheld radio each being held 3-5 inches from the face piece.

Echo Effect

* This evaluation will simulate radio transmissions that occur within close proximity of other radios. This is common in firefighting operations. In analog systems,

this is commonly referred to as feedback. In a digital environment, crews call it echoing.

* A firefighter will talk into the radio and/or mic while another radio, on the same frequency, and within 5 feet of the person who is transmitting. The radio which

is not transmitting shall be loud enough to cause an echo.

K-9 Unit - A shoulder mounted microphone as well as a handheld radio shall both be tested

* This evaluation will simulate a police officer working in an environment where a K-9 is present. This is a common activity for law enforcement.

* The officer will speak into the radio and/or mic while the dog is barking. The officer should recite a common transmission such as calling out a traffic stop

(location, tag, and vehicle description).

* The dog shall be within 3-5 feet of the microphone while the test is being conducted.

Gunfire - A shoulder mounted microphone as well as a handheld radio shall both be tested

* This evaluation will simulate a police officer being involved in a shooting or being in close proximity of a shooting event.

* The officer will speak into the radio and/or mic while shots are being fired. In order to remain authentic, the officer who is speaking into the radio should be the

officer who is discharging their weapon. If this is not possible, the person shooting shall be within 3-5 feet from the radio.

Shouting - A shoulder mounted microphone as well as a handheld radio shall both be tested

* This evaluation will simulate a common occurrence of shouting or yelling while communicating on the radio.

* The officer will speak into the radio and/or mic while yelling at a subject or a subject yelling at an officer while they talk on the radio.

A consistent phrase should be used for all of the evaluations (get on the ground, stop resisting, you are under arrest, etc.).

Wet Radio & Speaker/Microphon - A shoulder mounted microphone as well as a handheld radio shall both be tested

* This evaluation will simulate the common occurrence of a police officer or firefighter speaking into a radio and/or mic that is wet from rain or from suppression

activities.

* A firefighter or police officer should use a radio that has been thoroughly wet, within the recommendation and agreement of all vendors involved.

* They should speak into the radio and/or mic using a consistent phrase for all of the evaluations. This evaluation can be used in conjunction with any of the above

listed tests.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 139

# Microwave System Demonstration Requirements CompliantNon-

CompliantNotes

Fully redundant multiple loop, reversible loop configuration. Demonstrate loop reversal

Monitored hot standby for all spur links, not in the loop. Demonstrate switchover to standby radio.

Demonstrate packet routing via Multiple Protocol Label Switching (MPLS) routing at all sites

Demonstrate failover to terrestrial wide area network circuit capability.

Demonstrate continued operation upon failure of one primary path.

Demonstrate continued operation upon failure of multiple primary paths as may occur during a severe

weather event.

Prove bandwidth of 155 mbps or greater

Demonstrate that all vital systems functions are monitored and alarmed. Initiate alarms.

Demonstrate 6 GHz system equipment operation

Demonstrate the ability of the network to carry IP and Time Domain Multiplex (TDM) traffic simultaneously

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 140

# Tower Site Construction CompliantNon-

CompliantNotes

All structures, systems, utilities, and provided equipment is manufactured, constructed, installed and equipped to be fully

compliant with the Motorola publication "Standards and Guidelines for Communications Sites" Motorola part number

68P81089E50-B dated 9/1/2005 or latest revision.

Tower

Tower type (guyed, lattice, monopole), size and quality equivalent to that proposed for Broward County

Tower grounding and lightning protection is properly installed

Tower foundation construction and type same as that proposed for Broward

Ice bridge as specified for Broward

Shelter

Shelter being demonstrated is the same manufacturer, model and size proposed for Broward County, equipped as proposed

for Broward County

150 MPH wind rated per manufacturers specifications

Bullet resistant construction is documented by the manufacturer

Exterior exposed aggregate finish

Foundation type to specifications as proposed for Broward

Shelter anchors for CAT 5 wind resistance are installed

Floors carry 300 pounds/ sq. ft. dead weight per manufacturers specifications

Dual redundant HVAC systems installed. Demonstrate lead/lag operation.

Demonstrate HVAC system is sized to accommodate heat load of equipment and south Florida summer heating.

Demonstrate the DC power plant has a minimum 8 hour capacity for equipment load proposed

Cable and wire management systems installed and followed

Fully compliant with Motorola "Standards for Communications Sites" (Motorola R56 Compliant)

Entry port sufficient for 12 cables

Site Work

Generator is of the size and type specified for Broward County

Access road construction and materials allows access to the site in all weather conditions

Site raised above any flood plane

Heavy duty chain link fencing, line posts and corner posts with sufficient bracing.

3 strands of barbed wire at top angled outward

Fence grounded to site ground system

Site ground system designed for 5 ohms or less

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 141

# Overall System Requirements CompliantAlternative

Method

Future

Release

Modification

Required

Non-

Compliant

Explanation/C

omments/Exc

eptions

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 142

BROWARD EXISTING

CM6 DIGITAL

MICROWAVE SYSTEM

NORTH LOOP

PAGE 1 OF 2

REV#: 1.0

Date: 05-19-16

DS1 ASSIGNMENT PS

B

CO

RE

PL

AY

A D

EL

MA

R

CO

CO

NU

T C

RE

EK

PURPOSE

DS1 #1 T O O T ODD TENSR

DS1 #2 T O O T EVEN TENSR

DS1 #3 T O T O ODD TENSR

DS1 #4 T O T O EVEN TENSR

DS1 #5 T T O O ODD TENSR

DS1 #6 T T O O EVEN TENSR

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 143

BROWARD EXISTING

CM6 DIGITAL

MICROWAVE SYSTEM

SOUTH LOOP

PAGE 1 OF 2

REV#: 1.0

Date: 05-19-16

DS1 ASSIGNMENT PS

B

CO

RE

MA

RK

HA

M P

AR

K

DA

VIE

MIR

AM

AR

CH

2

PO

INT

OF

AM

ER

ICA

PURPOSE

DS1 #1 T O O O O O T ODD TENSR

DS1 #2 T O O O O O T EVEN TENSR

DS1 #3 T O O O O T O ODD TENSR

DS1 #4 T O O O O T O EVEN TENSR

DS1 #5 T O O O T O O ODD TENSR

DS1 #6 T O O O T O O EVEN TENSR

DS1 #7 T O O T O O O ODD TENSR

DS1 #8 T O O T O O O EVEN TENSR

DS1 #9 T O T O O O O ODD TENSR

DS1 #10 T O T O O O O EVEN TENSR

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 144

5

6

Bid Bond, Bid Guaranty, Performance and Payment Guaranties, and Qualifications of Surety Requirements:

A. Bid Bond: A Vendor must submit with its response a bid bond in the form of the County ’s approved Bid Bond Form, including all substantive terms set forth therein, which shall be executed by a surety company meeting the Qualifications of Surety Requirements . Failure to submit a bid bond by the solicitation due date and time, and in accordance with instructions will deem Vendor non-responsive. A copy of the County-approved Bid Bond Form may be found at: www.broward.org/Purchasing/Pages/StandardTerms.aspx, under the section “Standard Guaranty and Bond Forms” .

B. Bid Guaranty : In lieu of a bid bond, the following will be acceptable: cash, money order, certified check, cashier's check, an original Bid Guaranty – Unconditional Letter of Credit, treasurer's check or bank draft of any national or state bank (United States). A personal check or a company check of a Vendor is not a valid bid guaranty.

1. The bid guaranty shall be in an amount equal to five percent (5%) of the total price offered, payable to the Board of County Commissioners and conditioned upon the successful Vendor providing the Performance and Payment Guaranty, evidence of insurance, or any other requirements set forth within the solicitation, within 15 calendar days after notification of award of the contract.

2. Guaranty of the successful Vendor shall be forfeited to the Board of County Commissioners not as a penalty, but as liquidated damages for the cost and expense incurred should said Vendor fail to provide the required Performance and Payment Guaranty or Certificate of Insurance or fail to comply with any other requirements set forth in the solicitation. Upon request, bid guaranties of unsuccessful vendors will be returned after award of contract or expiration of bid validity.

3. Vendors must either submit an electronic bid bond through BidSync or submit an original bid guaranty to the Purchasing Division, by solicitation due date and time, or Vendor may be deemed non-responsive.

a. To submit an electronic bid bond, Vendor must submit through BidSync, using Surety 2000. Vendors, bonding agents, and surety companies must register with Surety 2000 to use the service; contact Surety 2000 to find out information regarding their service (www.surety2000.com or 800-660-3263).

i. The Vendor must provide their bonding agent with Broward County ’s vendor identification number for Surety 2000 (P06145037) and its “Supplier identifier” number. The Vendor ’s individual Supplier identifier number is available on the Details tab in BidSync (Bid Bond: See bid bond information).

ii. The bonding agent can then provide a Bid Bond Number for the Vendor to import into BidSync.

iii. For detailed instructions on submitting an electronic bid bond, visit Vendor R e g i s t r a t i o n p a g e a t www.broward.org/Purchasing/Pages/Registration.aspx and select “How to Submit an electronic bid bond?”

iv. Broward County reminds Vendors to allow enough time to secure a bid bond and submit electronically in case there are any errors or issues. If there are errors during the import process, check all identification numbers. Contact Surety 2000 for additional assistance.

v. An original bid bond will not be required when the bid bond is submitted electronically through Surety 2000.

b. To submit an original bid guaranty, in lieu of submitting an electronic bid bond through BidSync, Vendor must submit an original bid guaranty in a sealed envelope, with the solicitation number, solicitation title, date and the time of bid opening, and address listed on the envelope. A copy of the bid guaranty should also be uploaded into Bid Sync; this does not replace the requirement to have an original bid guaranty. Vendors must submit the original bid guaranty, by the solicitation due date and time, to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

C. Performance and Payment Guaranties: within 15 calendar days of being notified of the award of contract, Vendor shall furnish the referenced Performance Bond and a Payment Bond containing all the provisions of the Performance Bond Form and Payment Bond Form.

1. The bonds shall be in the amount of one hundred percent (100%) of the contract amount guaranteeing to County the completion and performance of the work covered in such Contract as well as full payment of all suppliers, material men, laborers, or subcontractors employed pursuant to this project. Such bond(s) shall be with a surety company which is qualified pursuant to the section, Qualifications of Surety.

2. Each bond shall continue in effect for one year after completion and acceptance of the work with liability equal to one hundred percent (100%) of the Contract price, or an additional bond shall be conditioned that the Vendor will upon notification by the County, correct any defective or faulty work or materials which appear within one year after completion of the Contract.

3. Pursuant to the requirements of Section 255.05(1), Florida Statutes, Vendor shall ensure that the bonds referenced above shall be recorded in the public records of Broward County and provide County with evidence of such recording.

4. In lieu of the performance and payment bond, Vendor may furnish an alternate form of security which may be in the form of cash, money order, certified check, cashier's check or an original Irrevocable Letter of Credit as reflected on the County ’s form. Such alternate forms of security shall be for the same purpose and shall be subject to the same conditions as those applicable above and shall be held by the County for one year after completion and acceptance of the work.

5. The Vendor is required at all times to have valid Performance and Payment Guaranties (or other approved security) in force covering the work being performed.

6. The Vendor agrees to keep such Guaranties (or other security) in effect for the duration of the contract. If the contract is extended or renewed, it shall be subject to the same bonding (or other approved security) requirements.

D. Qualifications of Surety Requirements: A bid bond performance bond, and payment bond must be executed by a surety company of recognized standing, authorized to do business in the State of Florida, having a resident agent in the State of Florida, and having been in business with a record of successful continuous operation for at least five years.

1. In addition to the above-minimum qualifications, the surety company must meet at least one of the following additional qualifications:

a. The surety company shall hold a current Certificate of Authority as acceptable surety on federal bonds in accordance with the United States Department of Treasury Circular 570, current revision. If the amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the surety company shall not exceed the underwriting limitation in the circular and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, Revised (31 DFR Section 223.10 Section 223.11). Further, the surety company shall provide the County with evidence satisfactory to the County, that such excess risk has been protected in an acceptable manner.

b. The surety company shall hold a current Certificate of Authority with the Florida Office of Insurance Regulation.

c. The surety company shall have at least the following minimum ratings:

2. For projects which do not exceed $500,000, the County shall accept a Bid Bond and Performance and Payment Bond from a surety company which has twice the minimum surplus and capital required by the Florida Office of Insurance Regulation at the time the solicitation is issued, if the surety company is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid Certificate of Authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code.

3. If the surety company fails to meet the minimum standards, a bond from a surety that meets the minimum standards must be provided to satisfy the bonding requirements.

Amount of BondSurety Ratings

FinancialSize Category

$500,001 to $1,000,000 A, A- Class I

$1,000,001 to $2,000,000 A, A- Class II

$2,000,001 to $5,000,000 A Class III

$5,000,001 to $10,000,000 A Class IV

$10,000,001 to $25,000,000 A Class V

$25,000,001 to $50,000,000 A Class VI

$50,000,001 to or more A Class VII

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 145

5

6

Bid Bond, Bid Guaranty, Performance and Payment Guaranties, and Qualifications of Surety Requirements:

A. Bid Bond: A Vendor must submit with its response a bid bond in the form of the County ’s approved Bid Bond Form, including all substantive terms set forth therein, which shall be executed by a surety company meeting the Qualifications of Surety Requirements . Failure to submit a bid bond by the solicitation due date and time, and in accordance with instructions will deem Vendor non-responsive. A copy of the County-approved Bid Bond Form may be found at: www.broward.org/Purchasing/Pages/StandardTerms.aspx, under the section “Standard Guaranty and Bond Forms” .

B. Bid Guaranty : In lieu of a bid bond, the following will be acceptable: cash, money order, certified check, cashier's check, an original Bid Guaranty – Unconditional Letter of Credit, treasurer's check or bank draft of any national or state bank (United States). A personal check or a company check of a Vendor is not a valid bid guaranty.

1. The bid guaranty shall be in an amount equal to five percent (5%) of the total price offered, payable to the Board of County Commissioners and conditioned upon the successful Vendor providing the Performance and Payment Guaranty, evidence of insurance, or any other requirements set forth within the solicitation, within 15 calendar days after notification of award of the contract.

2. Guaranty of the successful Vendor shall be forfeited to the Board of County Commissioners not as a penalty, but as liquidated damages for the cost and expense incurred should said Vendor fail to provide the required Performance and Payment Guaranty or Certificate of Insurance or fail to comply with any other requirements set forth in the solicitation. Upon request, bid guaranties of unsuccessful vendors will be returned after award of contract or expiration of bid validity.

3. Vendors must either submit an electronic bid bond through BidSync or submit an original bid guaranty to the Purchasing Division, by solicitation due date and time, or Vendor may be deemed non-responsive.

a. To submit an electronic bid bond, Vendor must submit through BidSync, using Surety 2000. Vendors, bonding agents, and surety companies must register with Surety 2000 to use the service; contact Surety 2000 to find out information regarding their service (www.surety2000.com or 800-660-3263).

i. The Vendor must provide their bonding agent with Broward County ’s vendor identification number for Surety 2000 (P06145037) and its “Supplier identifier” number. The Vendor ’s individual Supplier identifier number is available on the Details tab in BidSync (Bid Bond: See bid bond information).

ii. The bonding agent can then provide a Bid Bond Number for the Vendor to import into BidSync.

iii. For detailed instructions on submitting an electronic bid bond, visit Vendor R e g i s t r a t i o n p a g e a t www.broward.org/Purchasing/Pages/Registration.aspx and select “How to Submit an electronic bid bond?”

iv. Broward County reminds Vendors to allow enough time to secure a bid bond and submit electronically in case there are any errors or issues. If there are errors during the import process, check all identification numbers. Contact Surety 2000 for additional assistance.

v. An original bid bond will not be required when the bid bond is submitted electronically through Surety 2000.

b. To submit an original bid guaranty, in lieu of submitting an electronic bid bond through BidSync, Vendor must submit an original bid guaranty in a sealed envelope, with the solicitation number, solicitation title, date and the time of bid opening, and address listed on the envelope. A copy of the bid guaranty should also be uploaded into Bid Sync; this does not replace the requirement to have an original bid guaranty. Vendors must submit the original bid guaranty, by the solicitation due date and time, to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

C. Performance and Payment Guaranties: within 15 calendar days of being notified of the award of contract, Vendor shall furnish the referenced Performance Bond and a Payment Bond containing all the provisions of the Performance Bond Form and Payment Bond Form.

1. The bonds shall be in the amount of one hundred percent (100%) of the contract amount guaranteeing to County the completion and performance of the work covered in such Contract as well as full payment of all suppliers, material men, laborers, or subcontractors employed pursuant to this project. Such bond(s) shall be with a surety company which is qualified pursuant to the section, Qualifications of Surety.

2. Each bond shall continue in effect for one year after completion and acceptance of the work with liability equal to one hundred percent (100%) of the Contract price, or an additional bond shall be conditioned that the Vendor will upon notification by the County, correct any defective or faulty work or materials which appear within one year after completion of the Contract.

3. Pursuant to the requirements of Section 255.05(1), Florida Statutes, Vendor shall ensure that the bonds referenced above shall be recorded in the public records of Broward County and provide County with evidence of such recording.

4. In lieu of the performance and payment bond, Vendor may furnish an alternate form of security which may be in the form of cash, money order, certified check, cashier's check or an original Irrevocable Letter of Credit as reflected on the County ’s form. Such alternate forms of security shall be for the same purpose and shall be subject to the same conditions as those applicable above and shall be held by the County for one year after completion and acceptance of the work.

5. The Vendor is required at all times to have valid Performance and Payment Guaranties (or other approved security) in force covering the work being performed.

6. The Vendor agrees to keep such Guaranties (or other security) in effect for the duration of the contract. If the contract is extended or renewed, it shall be subject to the same bonding (or other approved security) requirements.

D. Qualifications of Surety Requirements: A bid bond performance bond, and payment bond must be executed by a surety company of recognized standing, authorized to do business in the State of Florida, having a resident agent in the State of Florida, and having been in business with a record of successful continuous operation for at least five years.

1. In addition to the above-minimum qualifications, the surety company must meet at least one of the following additional qualifications:

a. The surety company shall hold a current Certificate of Authority as acceptable surety on federal bonds in accordance with the United States Department of Treasury Circular 570, current revision. If the amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the surety company shall not exceed the underwriting limitation in the circular and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, Revised (31 DFR Section 223.10 Section 223.11). Further, the surety company shall provide the County with evidence satisfactory to the County, that such excess risk has been protected in an acceptable manner.

b. The surety company shall hold a current Certificate of Authority with the Florida Office of Insurance Regulation.

c. The surety company shall have at least the following minimum ratings:

2. For projects which do not exceed $500,000, the County shall accept a Bid Bond and Performance and Payment Bond from a surety company which has twice the minimum surplus and capital required by the Florida Office of Insurance Regulation at the time the solicitation is issued, if the surety company is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid Certificate of Authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code.

3. If the surety company fails to meet the minimum standards, a bond from a surety that meets the minimum standards must be provided to satisfy the bonding requirements.

Amount of BondSurety Ratings

FinancialSize Category

$500,001 to $1,000,000 A, A- Class I

$1,000,001 to $2,000,000 A, A- Class II

$2,000,001 to $5,000,000 A Class III

$5,000,001 to $10,000,000 A Class IV

$10,000,001 to $25,000,000 A Class V

$25,000,001 to $50,000,000 A Class VI

$50,000,001 to or more A Class VII

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 146

5

6

Bid Bond, Bid Guaranty, Performance and Payment Guaranties, and Qualifications of Surety Requirements:

A. Bid Bond: A Vendor must submit with its response a bid bond in the form of the County ’s approved Bid Bond Form, including all substantive terms set forth therein, which shall be executed by a surety company meeting the Qualifications of Surety Requirements . Failure to submit a bid bond by the solicitation due date and time, and in accordance with instructions will deem Vendor non-responsive. A copy of the County-approved Bid Bond Form may be found at: www.broward.org/Purchasing/Pages/StandardTerms.aspx, under the section “Standard Guaranty and Bond Forms” .

B. Bid Guaranty : In lieu of a bid bond, the following will be acceptable: cash, money order, certified check, cashier's check, an original Bid Guaranty – Unconditional Letter of Credit, treasurer's check or bank draft of any national or state bank (United States). A personal check or a company check of a Vendor is not a valid bid guaranty.

1. The bid guaranty shall be in an amount equal to five percent (5%) of the total price offered, payable to the Board of County Commissioners and conditioned upon the successful Vendor providing the Performance and Payment Guaranty, evidence of insurance, or any other requirements set forth within the solicitation, within 15 calendar days after notification of award of the contract.

2. Guaranty of the successful Vendor shall be forfeited to the Board of County Commissioners not as a penalty, but as liquidated damages for the cost and expense incurred should said Vendor fail to provide the required Performance and Payment Guaranty or Certificate of Insurance or fail to comply with any other requirements set forth in the solicitation. Upon request, bid guaranties of unsuccessful vendors will be returned after award of contract or expiration of bid validity.

3. Vendors must either submit an electronic bid bond through BidSync or submit an original bid guaranty to the Purchasing Division, by solicitation due date and time, or Vendor may be deemed non-responsive.

a. To submit an electronic bid bond, Vendor must submit through BidSync, using Surety 2000. Vendors, bonding agents, and surety companies must register with Surety 2000 to use the service; contact Surety 2000 to find out information regarding their service (www.surety2000.com or 800-660-3263).

i. The Vendor must provide their bonding agent with Broward County ’s vendor identification number for Surety 2000 (P06145037) and its “Supplier identifier” number. The Vendor ’s individual Supplier identifier number is available on the Details tab in BidSync (Bid Bond: See bid bond information).

ii. The bonding agent can then provide a Bid Bond Number for the Vendor to import into BidSync.

iii. For detailed instructions on submitting an electronic bid bond, visit Vendor R e g i s t r a t i o n p a g e a t www.broward.org/Purchasing/Pages/Registration.aspx and select “How to Submit an electronic bid bond?”

iv. Broward County reminds Vendors to allow enough time to secure a bid bond and submit electronically in case there are any errors or issues. If there are errors during the import process, check all identification numbers. Contact Surety 2000 for additional assistance.

v. An original bid bond will not be required when the bid bond is submitted electronically through Surety 2000.

b. To submit an original bid guaranty, in lieu of submitting an electronic bid bond through BidSync, Vendor must submit an original bid guaranty in a sealed envelope, with the solicitation number, solicitation title, date and the time of bid opening, and address listed on the envelope. A copy of the bid guaranty should also be uploaded into Bid Sync; this does not replace the requirement to have an original bid guaranty. Vendors must submit the original bid guaranty, by the solicitation due date and time, to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

C. Performance and Payment Guaranties: within 15 calendar days of being notified of the award of contract, Vendor shall furnish the referenced Performance Bond and a Payment Bond containing all the provisions of the Performance Bond Form and Payment Bond Form.

1. The bonds shall be in the amount of one hundred percent (100%) of the contract amount guaranteeing to County the completion and performance of the work covered in such Contract as well as full payment of all suppliers, material men, laborers, or subcontractors employed pursuant to this project. Such bond(s) shall be with a surety company which is qualified pursuant to the section, Qualifications of Surety.

2. Each bond shall continue in effect for one year after completion and acceptance of the work with liability equal to one hundred percent (100%) of the Contract price, or an additional bond shall be conditioned that the Vendor will upon notification by the County, correct any defective or faulty work or materials which appear within one year after completion of the Contract.

3. Pursuant to the requirements of Section 255.05(1), Florida Statutes, Vendor shall ensure that the bonds referenced above shall be recorded in the public records of Broward County and provide County with evidence of such recording.

4. In lieu of the performance and payment bond, Vendor may furnish an alternate form of security which may be in the form of cash, money order, certified check, cashier's check or an original Irrevocable Letter of Credit as reflected on the County ’s form. Such alternate forms of security shall be for the same purpose and shall be subject to the same conditions as those applicable above and shall be held by the County for one year after completion and acceptance of the work.

5. The Vendor is required at all times to have valid Performance and Payment Guaranties (or other approved security) in force covering the work being performed.

6. The Vendor agrees to keep such Guaranties (or other security) in effect for the duration of the contract. If the contract is extended or renewed, it shall be subject to the same bonding (or other approved security) requirements.

D. Qualifications of Surety Requirements: A bid bond performance bond, and payment bond must be executed by a surety company of recognized standing, authorized to do business in the State of Florida, having a resident agent in the State of Florida, and having been in business with a record of successful continuous operation for at least five years.

1. In addition to the above-minimum qualifications, the surety company must meet at least one of the following additional qualifications:

a. The surety company shall hold a current Certificate of Authority as acceptable surety on federal bonds in accordance with the United States Department of Treasury Circular 570, current revision. If the amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the surety company shall not exceed the underwriting limitation in the circular and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, Revised (31 DFR Section 223.10 Section 223.11). Further, the surety company shall provide the County with evidence satisfactory to the County, that such excess risk has been protected in an acceptable manner.

b. The surety company shall hold a current Certificate of Authority with the Florida Office of Insurance Regulation.

c. The surety company shall have at least the following minimum ratings:

2. For projects which do not exceed $500,000, the County shall accept a Bid Bond and Performance and Payment Bond from a surety company which has twice the minimum surplus and capital required by the Florida Office of Insurance Regulation at the time the solicitation is issued, if the surety company is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid Certificate of Authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code.

3. If the surety company fails to meet the minimum standards, a bond from a surety that meets the minimum standards must be provided to satisfy the bonding requirements.

Amount of BondSurety Ratings

FinancialSize Category

$500,001 to $1,000,000 A, A- Class I

$1,000,001 to $2,000,000 A, A- Class II

$2,000,001 to $5,000,000 A Class III

$5,000,001 to $10,000,000 A Class IV

$10,000,001 to $25,000,000 A Class V

$25,000,001 to $50,000,000 A Class VI

$50,000,001 to or more A Class VII

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 147

5

6

Office of Economic and Small Business Requirements: CBE Goal ParticipationA. In accordance with Broward County Business Opportunity Act of 2012, Ordinance No. 2012-33, Broward County Code of Ordinances,

the County Business Enterprise (CBE) Program is applicable to this contract. All Vendors responding to this solicitation should utilize, or attempt to utilize, CBE firms to perform at least the assigned participation goal for this contract.

B. CBE Program Requirements: Compliance with CBE participation goal requirements is a matter of responsibility; required forms and information should be submitted with solicitation submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of the Office of Economic and Small Business Development ’s (OESBD) request. Vendor may be deemed non-responsible for failure to fully comply within stated timeframes.

1. Vendor should include in its solicitation submittal a Letter Of Intent Between Bidder/Offeror and County Business Enterprise (CBE) Subcontractor/Supplier, for each certified CBE firm the Vendor intends to use to achieve the assigned CBE participation goal.  

2. If a Vendor is unable to attain the CBE participation goal, the Vendor should include in its solicitation submittal Application for Evaluation of Good Faith Effort and all of the required supporting information.

C. The Vendor shall only address the base solicitation amount for CBE goal participation. No alternate/optional item(s) shall be addressed. If the County chooses to exercise the right to award alternate/optional solicitation item(s), the CBE participation goal for this solicitation shall apply to the alternate/optional item(s) recommended to be awarded. The County shall issue a notice to the apparent successful Vendor requiring the Vendor to comply with the CBE participation goal for the alternate/optional item(s); Vendor shall submit all required forms prior to award. Failure to submit the required forms may result in rejection of the solicitation.  

D. The Office of Economic and Small Business Development maintains an on-line directory of CBE firms. The on-line directory is available for use by Vendors at https://webapps4.broward.org/smallbusiness/sbdirectory.aspx

E. For detailed information regarding the County Business Enterprise Program contact the Office of Economic and Small Business Development at (954) 357-6400 or visit the website at:  http://www.broward.org/EconDev/SmallBusiness/  

F. Requirements for Contracts with CBE Goals: if awarded the contract, the Vendor agrees to and shall comply with all applicable requirements of the CBE Program in the award and administration of the contract.  

1. No party to this contract may discriminate on the basis of race, color, sex, religion, national origin, disability, age, marital status, political affiliation, sexual orientation, pregnancy, or gender identity and expression in the performance of this contract.  

2. Vendor shall comply with all applicable requirements of the Broward County Small Business Development Program in the award and administration of this contract.  Failure by Vendor to carry out any of these requirements shall constitute a material breach of this contract, which shall permit County to terminate this contract or to exercise any other remedy provided under this contract, under the Broward County Code of Ordinances, or Administrative Code, or under applicable law, with all of such remedies being cumulative.  

3. Vendor shall pay its CBE subcontractors and suppliers, within fifteen (15) days following receipt of payment from County for such subcontracted work and pay all other subcontractors and suppliers within thirty (30) days following receipt of payment from County for such subcontracted work or supplies. If Vendor withholds an amount from CBE subcontractors or suppliers as retainage, such retainage shall be released and paid within fifteen (15) days following receipt of payment of retained amounts from County. For all other subcontractors or suppliers, if Vendor withholds an amount as retainage, such retainage shall be released and paid within thirty (30) days following receipt of payment of retained amounts from County.

4. Vendor understands that the County will monitor compliance with the CBE requirements. Vendor must report monthly on its CBE participation commitment with its pay requests and is required as a condition of payment.  

LETTER OF INTENT BETWEEN BIDDER/OFFEROR AND COUNTY BUSINESS ENTERPRISE (CBE) SUBCONTRACTOR/SUPPLIER

This form(s) should be returned with the Vendor’s submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of County’s request. This form is to be completed and signed for each CBE firm.  Vendor should scan and upload the completed, signed form(s) in BidSync. 

Solicitation Number: R1422515P1 Project Title: Public Safety Radio APCO Project 25 700MHz Communication System

Bidder/Offeror Name:

Address: City: State: Zip:

Authorized Representat ive: Phone:

CBE Subcontractor/Supplier Name:

Address: City: State: Zip:

Authorized Representat ive: Phone:

A. This is a letter of intent between the bidder/offeror on this project and a CBE firm for the CBE to perform subcontracting work on this project.

B. By signing below, the bidder/offeror is committing to ut ilize the above-named CBE to perform the workdescribed below.

C. By signing below, the above-named CBE is committing to perform the work descr ibed below.D. By signing below, the bidder/offeror and CBE affirm that if the CBE subcontracts any of the work described

below, it may only subcontract that work to another CBE.

Work to be performed by CBE Firm

Descr ipt ion NAICS

AFFIRMATION: I hereby affi rm that the informat ion above is true and correct.

(Signature) (Ti tle) (Date)

Bidder/Offe ror Authorized Repre se ntative

(Signature) (Ti tle) (Date)

In the event the b idder/offeror does no t rece ive award o f t he prime contrac t, any and a ll representat ions in th is Le tter of In ten t and Affirmat ion shall be null and vo id.

APPLICATION FOR EVALUATION OF GOOD FAITH EFFORT PURSUANT TO BUSINESS OPPORTUNITY ACT OF 2012, Sec. 1-81.5(e)

If applicable, this form and supporting documentation should be returned with the Vendor ’s submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of County ’s request. Vendor should scan and upload the supporting documentation in BidSync.

R1422515P1 Publ ic Safe ty Rad io APCO Project 25 700MHz Communication System

ADDRESS TELEPHONE

The undersigned representative of the prime contractor represents that his/her firm has contacted County Business Enterprise (CBE) certified fi rms in a good faith effort to meet the CBE goal for this solicitation but has not been able to meet the goal. Consistent with therequirements of the Business Opportunity Act o f 2012 (the Act), the p rime contractor hereby submits documentation (attached to this form) of good faith efforts made and requests to be evaluated under Section 1-81.5(e) of the Act.

The prime contractor understands that a determination of good faith effort to meet the CBE contract participation goal is contingent on both the information provided by the prime contractor as an attachment to this application and the other factors listed in Section 1-81.5(e) of the CBE Act, as those factors are applicable with respect to this solicitation.   The prime contractor acknowledges that the determination of good faith effort is made by the Director of the Office of Economic and Small Business Development, and is not subject to appeal.

*CBE Contract Amount

† CBE Percentage ofTotal Project Value

CBE Subcontractor/Supplier Authorized Representative

* Visit http://www.census.gov/eos/www/naics/ to search. Match type of work with NAICS code as closely as possible.† To be provided only when the solicitation requires that bidder/offer include a dollar amount in its bid-offer.

SOLCITATION NO.: PROJECT NAME:

PRIME CONTRACTOR

S IGNATURE:

P RINT NAME / TITLE:

DATE:

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 148

5

6

Office of Economic and Small Business Requirements: CBE Goal ParticipationA. In accordance with Broward County Business Opportunity Act of 2012, Ordinance No. 2012-33, Broward County Code of Ordinances,

the County Business Enterprise (CBE) Program is applicable to this contract. All Vendors responding to this solicitation should utilize, or attempt to utilize, CBE firms to perform at least the assigned participation goal for this contract.

B. CBE Program Requirements: Compliance with CBE participation goal requirements is a matter of responsibility; required forms and information should be submitted with solicitation submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of the Office of Economic and Small Business Development ’s (OESBD) request. Vendor may be deemed non-responsible for failure to fully comply within stated timeframes.

1. Vendor should include in its solicitation submittal a Letter Of Intent Between Bidder/Offeror and County Business Enterprise (CBE) Subcontractor/Supplier, for each certified CBE firm the Vendor intends to use to achieve the assigned CBE participation goal.  

2. If a Vendor is unable to attain the CBE participation goal, the Vendor should include in its solicitation submittal Application for Evaluation of Good Faith Effort and all of the required supporting information.

C. The Vendor shall only address the base solicitation amount for CBE goal participation. No alternate/optional item(s) shall be addressed. If the County chooses to exercise the right to award alternate/optional solicitation item(s), the CBE participation goal for this solicitation shall apply to the alternate/optional item(s) recommended to be awarded. The County shall issue a notice to the apparent successful Vendor requiring the Vendor to comply with the CBE participation goal for the alternate/optional item(s); Vendor shall submit all required forms prior to award. Failure to submit the required forms may result in rejection of the solicitation.  

D. The Office of Economic and Small Business Development maintains an on-line directory of CBE firms. The on-line directory is available for use by Vendors at https://webapps4.broward.org/smallbusiness/sbdirectory.aspx

E. For detailed information regarding the County Business Enterprise Program contact the Office of Economic and Small Business Development at (954) 357-6400 or visit the website at:  http://www.broward.org/EconDev/SmallBusiness/  

F. Requirements for Contracts with CBE Goals: if awarded the contract, the Vendor agrees to and shall comply with all applicable requirements of the CBE Program in the award and administration of the contract.  

1. No party to this contract may discriminate on the basis of race, color, sex, religion, national origin, disability, age, marital status, political affiliation, sexual orientation, pregnancy, or gender identity and expression in the performance of this contract.  

2. Vendor shall comply with all applicable requirements of the Broward County Small Business Development Program in the award and administration of this contract.  Failure by Vendor to carry out any of these requirements shall constitute a material breach of this contract, which shall permit County to terminate this contract or to exercise any other remedy provided under this contract, under the Broward County Code of Ordinances, or Administrative Code, or under applicable law, with all of such remedies being cumulative.  

3. Vendor shall pay its CBE subcontractors and suppliers, within fifteen (15) days following receipt of payment from County for such subcontracted work and pay all other subcontractors and suppliers within thirty (30) days following receipt of payment from County for such subcontracted work or supplies. If Vendor withholds an amount from CBE subcontractors or suppliers as retainage, such retainage shall be released and paid within fifteen (15) days following receipt of payment of retained amounts from County. For all other subcontractors or suppliers, if Vendor withholds an amount as retainage, such retainage shall be released and paid within thirty (30) days following receipt of payment of retained amounts from County.

4. Vendor understands that the County will monitor compliance with the CBE requirements. Vendor must report monthly on its CBE participation commitment with its pay requests and is required as a condition of payment.  

LETTER OF INTENT BETWEEN BIDDER/OFFEROR AND COUNTY BUSINESS ENTERPRISE (CBE) SUBCONTRACTOR/SUPPLIER

This form(s) should be returned with the Vendor’s submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of County’s request. This form is to be completed and signed for each CBE firm.  Vendor should scan and upload the completed, signed form(s) in BidSync. 

Solicitation Number: R1422515P1 Project Title: Public Safety Radio APCO Project 25 700MHz Communication System

Bidder/Offeror Name:

Address: City: State: Zip:

Authorized Representat ive: Phone:

CBE Subcontractor/Supplier Name:

Address: City: State: Zip:

Authorized Representat ive: Phone:

A. This is a letter of intent between the bidder/offeror on this project and a CBE firm for the CBE to perform subcontracting work on this project.

B. By signing below, the bidder/offeror is committing to ut ilize the above-named CBE to perform the workdescribed below.

C. By signing below, the above-named CBE is committing to perform the work descr ibed below.D. By signing below, the bidder/offeror and CBE affirm that if the CBE subcontracts any of the work described

below, it may only subcontract that work to another CBE.

Work to be performed by CBE Firm

Descr ipt ion NAICS

AFFIRMATION: I hereby affi rm that the informat ion above is true and correct.

(Signature) (Ti tle) (Date)

Bidder/Offe ror Authorized Repre se ntative

(Signature) (Ti tle) (Date)

In the event the b idder/offeror does no t rece ive award o f t he prime contrac t, any and a ll representat ions in th is Le tter of In ten t and Affirmat ion shall be null and vo id.

APPLICATION FOR EVALUATION OF GOOD FAITH EFFORT PURSUANT TO BUSINESS OPPORTUNITY ACT OF 2012, Sec. 1-81.5(e)

If applicable, this form and supporting documentation should be returned with the Vendor ’s submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of County ’s request. Vendor should scan and upload the supporting documentation in BidSync.

R1422515P1 Publ ic Safe ty Rad io APCO Project 25 700MHz Communication System

ADDRESS TELEPHONE

The undersigned representative of the prime contractor represents that his/her firm has contacted County Business Enterprise (CBE) certified fi rms in a good faith effort to meet the CBE goal for this solicitation but has not been able to meet the goal. Consistent with therequirements of the Business Opportunity Act o f 2012 (the Act), the p rime contractor hereby submits documentation (attached to this form) of good faith efforts made and requests to be evaluated under Section 1-81.5(e) of the Act.

The prime contractor understands that a determination of good faith effort to meet the CBE contract participation goal is contingent on both the information provided by the prime contractor as an attachment to this application and the other factors listed in Section 1-81.5(e) of the CBE Act, as those factors are applicable with respect to this solicitation.   The prime contractor acknowledges that the determination of good faith effort is made by the Director of the Office of Economic and Small Business Development, and is not subject to appeal.

*CBE Contract Amount

† CBE Percentage ofTotal Project Value

CBE Subcontractor/Supplier Authorized Representative

* Visit http://www.census.gov/eos/www/naics/ to search. Match type of work with NAICS code as closely as possible.† To be provided only when the solicitation requires that bidder/offer include a dollar amount in its bid-offer.

SOLCITATION NO.: PROJECT NAME:

PRIME CONTRACTOR

S IGNATURE:

P RINT NAME / TITLE:

DATE:

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 149

5

6

Office of Economic and Small Business Requirements: CBE Goal ParticipationA. In accordance with Broward County Business Opportunity Act of 2012, Ordinance No. 2012-33, Broward County Code of Ordinances,

the County Business Enterprise (CBE) Program is applicable to this contract. All Vendors responding to this solicitation should utilize, or attempt to utilize, CBE firms to perform at least the assigned participation goal for this contract.

B. CBE Program Requirements: Compliance with CBE participation goal requirements is a matter of responsibility; required forms and information should be submitted with solicitation submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of the Office of Economic and Small Business Development ’s (OESBD) request. Vendor may be deemed non-responsible for failure to fully comply within stated timeframes.

1. Vendor should include in its solicitation submittal a Letter Of Intent Between Bidder/Offeror and County Business Enterprise (CBE) Subcontractor/Supplier, for each certified CBE firm the Vendor intends to use to achieve the assigned CBE participation goal.  

2. If a Vendor is unable to attain the CBE participation goal, the Vendor should include in its solicitation submittal Application for Evaluation of Good Faith Effort and all of the required supporting information.

C. The Vendor shall only address the base solicitation amount for CBE goal participation. No alternate/optional item(s) shall be addressed. If the County chooses to exercise the right to award alternate/optional solicitation item(s), the CBE participation goal for this solicitation shall apply to the alternate/optional item(s) recommended to be awarded. The County shall issue a notice to the apparent successful Vendor requiring the Vendor to comply with the CBE participation goal for the alternate/optional item(s); Vendor shall submit all required forms prior to award. Failure to submit the required forms may result in rejection of the solicitation.  

D. The Office of Economic and Small Business Development maintains an on-line directory of CBE firms. The on-line directory is available for use by Vendors at https://webapps4.broward.org/smallbusiness/sbdirectory.aspx

E. For detailed information regarding the County Business Enterprise Program contact the Office of Economic and Small Business Development at (954) 357-6400 or visit the website at:  http://www.broward.org/EconDev/SmallBusiness/  

F. Requirements for Contracts with CBE Goals: if awarded the contract, the Vendor agrees to and shall comply with all applicable requirements of the CBE Program in the award and administration of the contract.  

1. No party to this contract may discriminate on the basis of race, color, sex, religion, national origin, disability, age, marital status, political affiliation, sexual orientation, pregnancy, or gender identity and expression in the performance of this contract.  

2. Vendor shall comply with all applicable requirements of the Broward County Small Business Development Program in the award and administration of this contract.  Failure by Vendor to carry out any of these requirements shall constitute a material breach of this contract, which shall permit County to terminate this contract or to exercise any other remedy provided under this contract, under the Broward County Code of Ordinances, or Administrative Code, or under applicable law, with all of such remedies being cumulative.  

3. Vendor shall pay its CBE subcontractors and suppliers, within fifteen (15) days following receipt of payment from County for such subcontracted work and pay all other subcontractors and suppliers within thirty (30) days following receipt of payment from County for such subcontracted work or supplies. If Vendor withholds an amount from CBE subcontractors or suppliers as retainage, such retainage shall be released and paid within fifteen (15) days following receipt of payment of retained amounts from County. For all other subcontractors or suppliers, if Vendor withholds an amount as retainage, such retainage shall be released and paid within thirty (30) days following receipt of payment of retained amounts from County.

4. Vendor understands that the County will monitor compliance with the CBE requirements. Vendor must report monthly on its CBE participation commitment with its pay requests and is required as a condition of payment.  

LETTER OF INTENT BETWEEN BIDDER/OFFEROR AND COUNTY BUSINESS ENTERPRISE (CBE) SUBCONTRACTOR/SUPPLIER

This form(s) should be returned with the Vendor’s submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of County’s request. This form is to be completed and signed for each CBE firm.  Vendor should scan and upload the completed, signed form(s) in BidSync. 

Solicitation Number: R1422515P1 Project Title: Public Safety Radio APCO Project 25 700MHz Communication System

Bidder/Offeror Name:

Address: City: State: Zip:

Authorized Representat ive: Phone:

CBE Subcontractor/Supplier Name:

Address: City: State: Zip:

Authorized Representat ive: Phone:

A. This is a letter of intent between the bidder/offeror on this project and a CBE firm for the CBE to perform subcontracting work on this project.

B. By signing below, the bidder/offeror is committing to ut ilize the above-named CBE to perform the workdescribed below.

C. By signing below, the above-named CBE is committing to perform the work descr ibed below.D. By signing below, the bidder/offeror and CBE affirm that if the CBE subcontracts any of the work described

below, it may only subcontract that work to another CBE.

Work to be performed by CBE Firm

Descr ipt ion NAICS

AFFIRMATION: I hereby affi rm that the informat ion above is true and correct.

(Signature) (Ti tle) (Date)

Bidder/Offe ror Authorized Repre se ntative

(Signature) (Ti tle) (Date)

In the event the b idder/offeror does no t rece ive award o f t he prime contrac t, any and a ll representat ions in th is Le tter of In ten t and Affirmat ion shall be null and vo id.

APPLICATION FOR EVALUATION OF GOOD FAITH EFFORT PURSUANT TO BUSINESS OPPORTUNITY ACT OF 2012, Sec. 1-81.5(e)

If applicable, this form and supporting documentation should be returned with the Vendor ’s submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of County ’s request. Vendor should scan and upload the supporting documentation in BidSync.

R1422515P1 Publ ic Safe ty Rad io APCO Project 25 700MHz Communication System

ADDRESS TELEPHONE

The undersigned representative of the prime contractor represents that his/her firm has contacted County Business Enterprise (CBE) certified fi rms in a good faith effort to meet the CBE goal for this solicitation but has not been able to meet the goal. Consistent with therequirements of the Business Opportunity Act o f 2012 (the Act), the p rime contractor hereby submits documentation (attached to this form) of good faith efforts made and requests to be evaluated under Section 1-81.5(e) of the Act.

The prime contractor understands that a determination of good faith effort to meet the CBE contract participation goal is contingent on both the information provided by the prime contractor as an attachment to this application and the other factors listed in Section 1-81.5(e) of the CBE Act, as those factors are applicable with respect to this solicitation.   The prime contractor acknowledges that the determination of good faith effort is made by the Director of the Office of Economic and Small Business Development, and is not subject to appeal.

*CBE Contract Amount

† CBE Percentage ofTotal Project Value

CBE Subcontractor/Supplier Authorized Representative

* Visit http://www.census.gov/eos/www/naics/ to search. Match type of work with NAICS code as closely as possible.† To be provided only when the solicitation requires that bidder/offer include a dollar amount in its bid-offer.

SOLCITATION NO.: PROJECT NAME:

PRIME CONTRACTOR

S IGNATURE:

P RINT NAME / TITLE:

DATE:

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 150

5

6

Workforce Investment Program Requirements:   

A. In accordance with Broward County Workforce Investment Program, Administrative Code, Section 19.211, the Workforce Investment Program (Program) this solicitation is a covered contract if the open-end contract award value exceeds $500,000 per year or if the individual project value exceeds $500,000 under a fixed-term contract. The Program encourages Vendors to utilize CareerSource Broward (CareerSouce) and their contract partners as a first source for employment candidates for work on County-funded projects, and encourages investment in Broward County economic development through the hiring of economically disadvantaged or hard-to-hire individuals.  

B. Compliance with the Program, including compliance with First Source Referral and the Qualifying New Hires goals, is a matter of responsibility. Vendor should submit the Workforce Investment Program Certification Form with its response. If not provided with solicitation submittal, the Vendor must supply within three business days of County ’s request. Vendor may be deemed non-responsible for failure to comply within stated timeframes.

C. The following is a summary of requirements contained in the Program. This summary is not all-inclusive of the requirements of the Program. If there is any conflict between the following summary and the language in the Program, the language in the Program shall prevail. In compliance with the Program, Vendor (and/or its subcontractors) shall agree to:

1. be bound to contractual obligations under the contract;

2. use good faith efforts to meet First Source Referral goal for vacancies that result from award of this contract;  

3. publicly advertise any vacancies that are the direct result of this contract, exclusively with CareerSource for at least five (5) business days;  

4. review qualifications of CareerSource ’s Qualified Referrals and use good faith efforts to interview Qualified Referrals that appear to meet the required qualifications;

5. use good faith efforts to hire Qualifying New Hires (as defined by the Program) for at least fifty percent (50%) of the vacancies (rounded up) that are the direct result of this contract;

6. obtain a hired worker ’s written certification, attesting to a status as a Qualifying New Hire, Economically Disadvantaged Worker, or Hard-to-Hire worker (if applicable);  

7. retain records relating to Program requirements, including: records of all applicable vacancies; job order requests to CareerSource; qualified referral lists; and records of candidates interviewed and the outcome of the interviews.   

8. provide to the County any documents and records demonstrating Vendor ’s compliance and good faith efforts to comply with the Program;  

9. submit to the County an annual report by January 31st and within 30 days of contract completion or expiration; and

10. ensure that all of its subcontractors comply with the requirements of the Program.  

D. Further information about the Program, Vendor ’s obligations, and the Qualifying New Hire ’s certification form may be obtained on the Office of Economic and Small Business Development website:

broward.org/econdev/Pages/WorkforceInvestmentProgram.aspx. Vendor is responsible for reading and understanding requirements of the Program.  

E. Subcontractors: Vendor ’s subcontractors shall use good faith efforts to meet the First Source Referral and the Qualifying New Hires goals, in accordance with the Program. The Vendor shall include in any subcontracts a requirement that the all subcontractors comply with the Program requirements. The Vendor shall be responsible for compliance by any subcontractor with the Program as it applies to their subcontract.

F. Reporting: Vendor shall maintain and make available to County upon request all records documenting Vendor ’s compliance and its subcontractors ’ compliance with the requirements of the Program, and shall submit the required reports to the Contract Administrator annually by January 31 and within thirty (30) days after the conclusion of this contract. Failure to timely comply with reporting requirements shall constitute a material breach of this contract.  

G. Evaluation: The Contract Administrator will document the Vendor ’s compliance and good faith efforts as part of the Vendor ’s Performance Evaluation.

H. Failure to demonstrate good faith efforts to meet the First Source Referral and the Qualifying New Hires goal shall constitute a material breach of this contract.  

WORKFORCE INVESTMENT PROGRAM CERTIFICATION FORM

This form(s) should be returned with the Vendor ’s submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of County ’s request. Vendor may be deemed non-responsible for failure to comply within stated timeframes.

In accordance with the Workforce Investment Program:

(Vendor) agrees to be bound to the contractual obligations of the

Workforce Investment Program, Broward County Administrative Code Section 19.211, requiring our firm to use good faith efforts to meet the First Source Referral Goal and the Qualifying New Hires Goal.

The statement must be signed by an authorized signatory of the firm. Receipt of the signed statement from the Vendor is a matter of responsibility. A firm not offering an affirmative response in this regard will be found "non-responsible" to the solicitation and not eligible for further evaluation or award.

AUTHORIZED SIGNATURE/NAME TITLE DATE

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 151

5

6

Workforce Investment Program Requirements:   

A. In accordance with Broward County Workforce Investment Program, Administrative Code, Section 19.211, the Workforce Investment Program (Program) this solicitation is a covered contract if the open-end contract award value exceeds $500,000 per year or if the individual project value exceeds $500,000 under a fixed-term contract. The Program encourages Vendors to utilize CareerSource Broward (CareerSouce) and their contract partners as a first source for employment candidates for work on County-funded projects, and encourages investment in Broward County economic development through the hiring of economically disadvantaged or hard-to-hire individuals.  

B. Compliance with the Program, including compliance with First Source Referral and the Qualifying New Hires goals, is a matter of responsibility. Vendor should submit the Workforce Investment Program Certification Form with its response. If not provided with solicitation submittal, the Vendor must supply within three business days of County ’s request. Vendor may be deemed non-responsible for failure to comply within stated timeframes.

C. The following is a summary of requirements contained in the Program. This summary is not all-inclusive of the requirements of the Program. If there is any conflict between the following summary and the language in the Program, the language in the Program shall prevail. In compliance with the Program, Vendor (and/or its subcontractors) shall agree to:

1. be bound to contractual obligations under the contract;

2. use good faith efforts to meet First Source Referral goal for vacancies that result from award of this contract;  

3. publicly advertise any vacancies that are the direct result of this contract, exclusively with CareerSource for at least five (5) business days;  

4. review qualifications of CareerSource ’s Qualified Referrals and use good faith efforts to interview Qualified Referrals that appear to meet the required qualifications;

5. use good faith efforts to hire Qualifying New Hires (as defined by the Program) for at least fifty percent (50%) of the vacancies (rounded up) that are the direct result of this contract;

6. obtain a hired worker ’s written certification, attesting to a status as a Qualifying New Hire, Economically Disadvantaged Worker, or Hard-to-Hire worker (if applicable);  

7. retain records relating to Program requirements, including: records of all applicable vacancies; job order requests to CareerSource; qualified referral lists; and records of candidates interviewed and the outcome of the interviews.   

8. provide to the County any documents and records demonstrating Vendor ’s compliance and good faith efforts to comply with the Program;  

9. submit to the County an annual report by January 31st and within 30 days of contract completion or expiration; and

10. ensure that all of its subcontractors comply with the requirements of the Program.  

D. Further information about the Program, Vendor ’s obligations, and the Qualifying New Hire ’s certification form may be obtained on the Office of Economic and Small Business Development website:

broward.org/econdev/Pages/WorkforceInvestmentProgram.aspx. Vendor is responsible for reading and understanding requirements of the Program.  

E. Subcontractors: Vendor ’s subcontractors shall use good faith efforts to meet the First Source Referral and the Qualifying New Hires goals, in accordance with the Program. The Vendor shall include in any subcontracts a requirement that the all subcontractors comply with the Program requirements. The Vendor shall be responsible for compliance by any subcontractor with the Program as it applies to their subcontract.

F. Reporting: Vendor shall maintain and make available to County upon request all records documenting Vendor ’s compliance and its subcontractors ’ compliance with the requirements of the Program, and shall submit the required reports to the Contract Administrator annually by January 31 and within thirty (30) days after the conclusion of this contract. Failure to timely comply with reporting requirements shall constitute a material breach of this contract.  

G. Evaluation: The Contract Administrator will document the Vendor ’s compliance and good faith efforts as part of the Vendor ’s Performance Evaluation.

H. Failure to demonstrate good faith efforts to meet the First Source Referral and the Qualifying New Hires goal shall constitute a material breach of this contract.  

WORKFORCE INVESTMENT PROGRAM CERTIFICATION FORM

This form(s) should be returned with the Vendor ’s submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of County ’s request. Vendor may be deemed non-responsible for failure to comply within stated timeframes.

In accordance with the Workforce Investment Program:

(Vendor) agrees to be bound to the contractual obligations of the

Workforce Investment Program, Broward County Administrative Code Section 19.211, requiring our firm to use good faith efforts to meet the First Source Referral Goal and the Qualifying New Hires Goal.

The statement must be signed by an authorized signatory of the firm. Receipt of the signed statement from the Vendor is a matter of responsibility. A firm not offering an affirmative response in this regard will be found "non-responsible" to the solicitation and not eligible for further evaluation or award.

AUTHORIZED SIGNATURE/NAME TITLE DATE

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 152

5

6

Workforce Investment Program Requirements:   

A. In accordance with Broward County Workforce Investment Program, Administrative Code, Section 19.211, the Workforce Investment Program (Program) this solicitation is a covered contract if the open-end contract award value exceeds $500,000 per year or if the individual project value exceeds $500,000 under a fixed-term contract. The Program encourages Vendors to utilize CareerSource Broward (CareerSouce) and their contract partners as a first source for employment candidates for work on County-funded projects, and encourages investment in Broward County economic development through the hiring of economically disadvantaged or hard-to-hire individuals.  

B. Compliance with the Program, including compliance with First Source Referral and the Qualifying New Hires goals, is a matter of responsibility. Vendor should submit the Workforce Investment Program Certification Form with its response. If not provided with solicitation submittal, the Vendor must supply within three business days of County ’s request. Vendor may be deemed non-responsible for failure to comply within stated timeframes.

C. The following is a summary of requirements contained in the Program. This summary is not all-inclusive of the requirements of the Program. If there is any conflict between the following summary and the language in the Program, the language in the Program shall prevail. In compliance with the Program, Vendor (and/or its subcontractors) shall agree to:

1. be bound to contractual obligations under the contract;

2. use good faith efforts to meet First Source Referral goal for vacancies that result from award of this contract;  

3. publicly advertise any vacancies that are the direct result of this contract, exclusively with CareerSource for at least five (5) business days;  

4. review qualifications of CareerSource ’s Qualified Referrals and use good faith efforts to interview Qualified Referrals that appear to meet the required qualifications;

5. use good faith efforts to hire Qualifying New Hires (as defined by the Program) for at least fifty percent (50%) of the vacancies (rounded up) that are the direct result of this contract;

6. obtain a hired worker ’s written certification, attesting to a status as a Qualifying New Hire, Economically Disadvantaged Worker, or Hard-to-Hire worker (if applicable);  

7. retain records relating to Program requirements, including: records of all applicable vacancies; job order requests to CareerSource; qualified referral lists; and records of candidates interviewed and the outcome of the interviews.   

8. provide to the County any documents and records demonstrating Vendor ’s compliance and good faith efforts to comply with the Program;  

9. submit to the County an annual report by January 31st and within 30 days of contract completion or expiration; and

10. ensure that all of its subcontractors comply with the requirements of the Program.  

D. Further information about the Program, Vendor ’s obligations, and the Qualifying New Hire ’s certification form may be obtained on the Office of Economic and Small Business Development website:

broward.org/econdev/Pages/WorkforceInvestmentProgram.aspx. Vendor is responsible for reading and understanding requirements of the Program.  

E. Subcontractors: Vendor ’s subcontractors shall use good faith efforts to meet the First Source Referral and the Qualifying New Hires goals, in accordance with the Program. The Vendor shall include in any subcontracts a requirement that the all subcontractors comply with the Program requirements. The Vendor shall be responsible for compliance by any subcontractor with the Program as it applies to their subcontract.

F. Reporting: Vendor shall maintain and make available to County upon request all records documenting Vendor ’s compliance and its subcontractors ’ compliance with the requirements of the Program, and shall submit the required reports to the Contract Administrator annually by January 31 and within thirty (30) days after the conclusion of this contract. Failure to timely comply with reporting requirements shall constitute a material breach of this contract.  

G. Evaluation: The Contract Administrator will document the Vendor ’s compliance and good faith efforts as part of the Vendor ’s Performance Evaluation.

H. Failure to demonstrate good faith efforts to meet the First Source Referral and the Qualifying New Hires goal shall constitute a material breach of this contract.  

WORKFORCE INVESTMENT PROGRAM CERTIFICATION FORM

This form(s) should be returned with the Vendor ’s submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of County ’s request. Vendor may be deemed non-responsible for failure to comply within stated timeframes.

In accordance with the Workforce Investment Program:

(Vendor) agrees to be bound to the contractual obligations of the

Workforce Investment Program, Broward County Administrative Code Section 19.211, requiring our firm to use good faith efforts to meet the First Source Referral Goal and the Qualifying New Hires Goal.

The statement must be signed by an authorized signatory of the firm. Receipt of the signed statement from the Vendor is a matter of responsibility. A firm not offering an affirmative response in this regard will be found "non-responsible" to the solicitation and not eligible for further evaluation or award.

AUTHORIZED SIGNATURE/NAME TITLE DATE

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 153

5

6

VENDOR QUESTIONNAIRE FORM

The completed Vendor Questionnaire should be submitted with the solicitation response but must be submitted within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

If a response requires additional information, the Vendor should attach a written detailed response; each response should be numbered to match the question number. The completed questionnaire and attached responses will become part of the procurement record. It is imperative that the person completing the Vendor Questionnaire be knowledgeable about the proposing Vendor’s business and operations.

1. Legal business name:

2. Federal Employer I.D. no. (FEIN):   3. Dun and Bradstreet No.:

4. Doing Business As/ Fictitious Name (if applicable):

5. Website address (if applicable):

6. Principal place of business address:

7. Office location responsible for this project:

8. Telephone no.: Fax no.:

9. TYPE OF BUSINESS (check appropriate box):

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious

name):

11. List name and title of each principal, owner, officer, and major shareholder:

a)

b)

c)

d)

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

STANDARD CERTIFICATIONS

The completed and acknowledged certifications should be submitted with the solicitation response but must be submitted within three business days of County’s request. Failure to timely submit may affect Vendor ’s evaluation.

Cone of Silence Requirement Certification:  The Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances, as amended, prohibits certain communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or its joint venturers. After the application of the Cone of Silence, inquiries regarding this solicitaiton should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

Drug-Free Workplace Requirements Certification:Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about:a. The dangers of drug abuse in the workplace;b. The offeror's policy of maintaining a drug-free workplace;c. Any available drug counseling, rehabilitation, and employee assistance programs; and d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition of employment on a covered contract, the employee shall:a. Abide by the terms of the statement; and b. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any

violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace:a. Taking appropriate personnel action against such employee, up to and including termination; or b. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program

approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

Non-Collusion Certification: Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

The Vendor hereby certifies that: (select one)

Public Entities Crimes Certification: In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and 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 s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list.

The Vendor hereby certifies that: (check box)

Scrutinized Companies List Certification: Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million.

The Vendor hereby certifies that: (check each box)

I hereby certify the information provided in the Vendor Questionnaire Form and Standard Certifications:

55

66

55

66

Corporation (Specify the State of Incorporation):

Sole Proprietor Limited Liability Corporation (LLC)

Limited Partnership

General Partnership (State and County filed in)

Other – Specify

Name: Title:

Telephone Number: Fax Number:

E-mail:

Name: Title:

Telephone Number: Fax Number:

E-mail:

13. Has your firm ever failed to complete any services and/or delivery of products during the last three (3) years? If yes, specify details in an attached written response.

Yes No

14. Is your firm or any of its principals or officers currently principals or officers of another organization? If yes, specify details in an attached written response.

Yes No

15. Have any voluntary or involuntary bankruptcy petitions been filed by or against your firm, its parent or subsidiaries or predecessor organizations during the last three years? If yes, specify details in an attached written response.

Yes No

16. Has your firm, its principals, officers or predecessor organization(s) been debarred or suspended by any government entity within the last three years? If yes, specify details in an attached written response.

Yes No

17. Has your firm’s surety ever intervened to assist in the completion of a contract or have Performance and/or Payment Bond claims been made to your firm or its predecessor’s sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety.

Yes No

18. Has your firm ever failed to complete any work awarded to you, services and/or delivery of products during the last three (3) years? If yes, specify details in an attached written response.

Yes No

19. Has your firm ever been terminated from a contract within the last three years? If yes, specify details in an attached written response.

Yes No

20. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a result of the Ordinance for this solicitation, provide the following for informational purposes only. Response is not considered in determining the award of this contract. Living Wage had an effect on the pricing. Yes No

N/A

If yes, Living Wage increased the pricing by % or decreased the pricing

by %.

The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances, as amended; and

The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning upon the appointment of the Selection or Evaluation Committee, for communication regarding this solicitation with the County Administrator, Deputy and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Vendor certifies that it has established a drug free workplace program in accordance with the above requirements.

Vendor certifies that this offer is made independently and free from collusion; or

Vendor is disclosing names of officers or employees who have a material interest in this procurement and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s) with its submittal.

Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or has not been found to commit a public entity crime, as described in the statutes.

The Vendor, owners, or principals are aware of the requirements of Section 287.135, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and

The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and

If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of its principals are placed on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List

Vendor Name:

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate as to Corporate Principal,

designation letter by Director/Corporate Officer, or other business authorization to bind on behalf of the Vendor. As the Vendor’s authorized

representative, I attest that any and all statements, oral, written or otherwise, made in support of the Vendor ’s response, are accurate, true

and correct. I also acknowledge that inaccurate, untruthful, or incorrect statements made in support of the Vendor ’s response may be used

by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment

of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify that the Vendor’s response is made without prior

understanding, agreement, or connection with any corporation, firm or person submitting a response for the same items/services, and is in all respects fair and without collusion or fraud. I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation,

acknowledge and accept all of the solicitation pages as well as any special instructions sheet(s).

*AUTHORIZED SIGNATURE/NAME TITLE DATE

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 154

5

6

VENDOR QUESTIONNAIRE FORM

The completed Vendor Questionnaire should be submitted with the solicitation response but must be submitted within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

If a response requires additional information, the Vendor should attach a written detailed response; each response should be numbered to match the question number. The completed questionnaire and attached responses will become part of the procurement record. It is imperative that the person completing the Vendor Questionnaire be knowledgeable about the proposing Vendor’s business and operations.

1. Legal business name:

2. Federal Employer I.D. no. (FEIN):   3. Dun and Bradstreet No.:

4. Doing Business As/ Fictitious Name (if applicable):

5. Website address (if applicable):

6. Principal place of business address:

7. Office location responsible for this project:

8. Telephone no.: Fax no.:

9. TYPE OF BUSINESS (check appropriate box):

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious

name):

11. List name and title of each principal, owner, officer, and major shareholder:

a)

b)

c)

d)

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

STANDARD CERTIFICATIONS

The completed and acknowledged certifications should be submitted with the solicitation response but must be submitted within three business days of County’s request. Failure to timely submit may affect Vendor ’s evaluation.

Cone of Silence Requirement Certification:  The Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances, as amended, prohibits certain communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or its joint venturers. After the application of the Cone of Silence, inquiries regarding this solicitaiton should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

Drug-Free Workplace Requirements Certification:Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about:a. The dangers of drug abuse in the workplace;b. The offeror's policy of maintaining a drug-free workplace;c. Any available drug counseling, rehabilitation, and employee assistance programs; and d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition of employment on a covered contract, the employee shall:a. Abide by the terms of the statement; and b. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any

violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace:a. Taking appropriate personnel action against such employee, up to and including termination; or b. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program

approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

Non-Collusion Certification: Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

The Vendor hereby certifies that: (select one)

Public Entities Crimes Certification: In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and 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 s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list.

The Vendor hereby certifies that: (check box)

Scrutinized Companies List Certification: Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million.

The Vendor hereby certifies that: (check each box)

I hereby certify the information provided in the Vendor Questionnaire Form and Standard Certifications:

55

66

55

66

Corporation (Specify the State of Incorporation):

Sole Proprietor Limited Liability Corporation (LLC)

Limited Partnership

General Partnership (State and County filed in)

Other – Specify

Name: Title:

Telephone Number: Fax Number:

E-mail:

Name: Title:

Telephone Number: Fax Number:

E-mail:

13. Has your firm ever failed to complete any services and/or delivery of products during the last three (3) years? If yes, specify details in an attached written response.

Yes No

14. Is your firm or any of its principals or officers currently principals or officers of another organization? If yes, specify details in an attached written response.

Yes No

15. Have any voluntary or involuntary bankruptcy petitions been filed by or against your firm, its parent or subsidiaries or predecessor organizations during the last three years? If yes, specify details in an attached written response.

Yes No

16. Has your firm, its principals, officers or predecessor organization(s) been debarred or suspended by any government entity within the last three years? If yes, specify details in an attached written response.

Yes No

17. Has your firm’s surety ever intervened to assist in the completion of a contract or have Performance and/or Payment Bond claims been made to your firm or its predecessor’s sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety.

Yes No

18. Has your firm ever failed to complete any work awarded to you, services and/or delivery of products during the last three (3) years? If yes, specify details in an attached written response.

Yes No

19. Has your firm ever been terminated from a contract within the last three years? If yes, specify details in an attached written response.

Yes No

20. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a result of the Ordinance for this solicitation, provide the following for informational purposes only. Response is not considered in determining the award of this contract. Living Wage had an effect on the pricing. Yes No

N/A

If yes, Living Wage increased the pricing by % or decreased the pricing

by %.

The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances, as amended; and

The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning upon the appointment of the Selection or Evaluation Committee, for communication regarding this solicitation with the County Administrator, Deputy and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Vendor certifies that it has established a drug free workplace program in accordance with the above requirements.

Vendor certifies that this offer is made independently and free from collusion; or

Vendor is disclosing names of officers or employees who have a material interest in this procurement and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s) with its submittal.

Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or has not been found to commit a public entity crime, as described in the statutes.

The Vendor, owners, or principals are aware of the requirements of Section 287.135, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and

The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and

If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of its principals are placed on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List

Vendor Name:

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate as to Corporate Principal,

designation letter by Director/Corporate Officer, or other business authorization to bind on behalf of the Vendor. As the Vendor’s authorized

representative, I attest that any and all statements, oral, written or otherwise, made in support of the Vendor ’s response, are accurate, true

and correct. I also acknowledge that inaccurate, untruthful, or incorrect statements made in support of the Vendor ’s response may be used

by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment

of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify that the Vendor’s response is made without prior

understanding, agreement, or connection with any corporation, firm or person submitting a response for the same items/services, and is in all respects fair and without collusion or fraud. I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation,

acknowledge and accept all of the solicitation pages as well as any special instructions sheet(s).

*AUTHORIZED SIGNATURE/NAME TITLE DATE

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 155

5

6

VENDOR QUESTIONNAIRE FORM

The completed Vendor Questionnaire should be submitted with the solicitation response but must be submitted within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

If a response requires additional information, the Vendor should attach a written detailed response; each response should be numbered to match the question number. The completed questionnaire and attached responses will become part of the procurement record. It is imperative that the person completing the Vendor Questionnaire be knowledgeable about the proposing Vendor’s business and operations.

1. Legal business name:

2. Federal Employer I.D. no. (FEIN):   3. Dun and Bradstreet No.:

4. Doing Business As/ Fictitious Name (if applicable):

5. Website address (if applicable):

6. Principal place of business address:

7. Office location responsible for this project:

8. Telephone no.: Fax no.:

9. TYPE OF BUSINESS (check appropriate box):

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious

name):

11. List name and title of each principal, owner, officer, and major shareholder:

a)

b)

c)

d)

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

STANDARD CERTIFICATIONS

The completed and acknowledged certifications should be submitted with the solicitation response but must be submitted within three business days of County’s request. Failure to timely submit may affect Vendor ’s evaluation.

Cone of Silence Requirement Certification:  The Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances, as amended, prohibits certain communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or its joint venturers. After the application of the Cone of Silence, inquiries regarding this solicitaiton should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

Drug-Free Workplace Requirements Certification:Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about:a. The dangers of drug abuse in the workplace;b. The offeror's policy of maintaining a drug-free workplace;c. Any available drug counseling, rehabilitation, and employee assistance programs; and d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition of employment on a covered contract, the employee shall:a. Abide by the terms of the statement; and b. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any

violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace:a. Taking appropriate personnel action against such employee, up to and including termination; or b. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program

approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

Non-Collusion Certification: Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

The Vendor hereby certifies that: (select one)

Public Entities Crimes Certification: In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and 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 s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list.

The Vendor hereby certifies that: (check box)

Scrutinized Companies List Certification: Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million.

The Vendor hereby certifies that: (check each box)

I hereby certify the information provided in the Vendor Questionnaire Form and Standard Certifications:

55

66

55

66

Corporation (Specify the State of Incorporation):

Sole Proprietor Limited Liability Corporation (LLC)

Limited Partnership

General Partnership (State and County filed in)

Other – Specify

Name: Title:

Telephone Number: Fax Number:

E-mail:

Name: Title:

Telephone Number: Fax Number:

E-mail:

13. Has your firm ever failed to complete any services and/or delivery of products during the last three (3) years? If yes, specify details in an attached written response.

Yes No

14. Is your firm or any of its principals or officers currently principals or officers of another organization? If yes, specify details in an attached written response.

Yes No

15. Have any voluntary or involuntary bankruptcy petitions been filed by or against your firm, its parent or subsidiaries or predecessor organizations during the last three years? If yes, specify details in an attached written response.

Yes No

16. Has your firm, its principals, officers or predecessor organization(s) been debarred or suspended by any government entity within the last three years? If yes, specify details in an attached written response.

Yes No

17. Has your firm’s surety ever intervened to assist in the completion of a contract or have Performance and/or Payment Bond claims been made to your firm or its predecessor’s sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety.

Yes No

18. Has your firm ever failed to complete any work awarded to you, services and/or delivery of products during the last three (3) years? If yes, specify details in an attached written response.

Yes No

19. Has your firm ever been terminated from a contract within the last three years? If yes, specify details in an attached written response.

Yes No

20. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a result of the Ordinance for this solicitation, provide the following for informational purposes only. Response is not considered in determining the award of this contract. Living Wage had an effect on the pricing. Yes No

N/A

If yes, Living Wage increased the pricing by % or decreased the pricing

by %.

The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances, as amended; and

The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning upon the appointment of the Selection or Evaluation Committee, for communication regarding this solicitation with the County Administrator, Deputy and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Vendor certifies that it has established a drug free workplace program in accordance with the above requirements.

Vendor certifies that this offer is made independently and free from collusion; or

Vendor is disclosing names of officers or employees who have a material interest in this procurement and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s) with its submittal.

Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or has not been found to commit a public entity crime, as described in the statutes.

The Vendor, owners, or principals are aware of the requirements of Section 287.135, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and

The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and

If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of its principals are placed on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List

Vendor Name:

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate as to Corporate Principal,

designation letter by Director/Corporate Officer, or other business authorization to bind on behalf of the Vendor. As the Vendor’s authorized

representative, I attest that any and all statements, oral, written or otherwise, made in support of the Vendor ’s response, are accurate, true

and correct. I also acknowledge that inaccurate, untruthful, or incorrect statements made in support of the Vendor ’s response may be used

by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment

of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify that the Vendor’s response is made without prior

understanding, agreement, or connection with any corporation, firm or person submitting a response for the same items/services, and is in all respects fair and without collusion or fraud. I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation,

acknowledge and accept all of the solicitation pages as well as any special instructions sheet(s).

*AUTHORIZED SIGNATURE/NAME TITLE DATE

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 156

5

6

VENDOR QUESTIONNAIRE FORM

The completed Vendor Questionnaire should be submitted with the solicitation response but must be submitted within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

If a response requires additional information, the Vendor should attach a written detailed response; each response should be numbered to match the question number. The completed questionnaire and attached responses will become part of the procurement record. It is imperative that the person completing the Vendor Questionnaire be knowledgeable about the proposing Vendor’s business and operations.

1. Legal business name:

2. Federal Employer I.D. no. (FEIN):   3. Dun and Bradstreet No.:

4. Doing Business As/ Fictitious Name (if applicable):

5. Website address (if applicable):

6. Principal place of business address:

7. Office location responsible for this project:

8. Telephone no.: Fax no.:

9. TYPE OF BUSINESS (check appropriate box):

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious

name):

11. List name and title of each principal, owner, officer, and major shareholder:

a)

b)

c)

d)

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

STANDARD CERTIFICATIONS

The completed and acknowledged certifications should be submitted with the solicitation response but must be submitted within three business days of County’s request. Failure to timely submit may affect Vendor ’s evaluation.

Cone of Silence Requirement Certification:  The Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances, as amended, prohibits certain communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or its joint venturers. After the application of the Cone of Silence, inquiries regarding this solicitaiton should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

Drug-Free Workplace Requirements Certification:Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about:a. The dangers of drug abuse in the workplace;b. The offeror's policy of maintaining a drug-free workplace;c. Any available drug counseling, rehabilitation, and employee assistance programs; and d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition of employment on a covered contract, the employee shall:a. Abide by the terms of the statement; and b. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any

violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace:a. Taking appropriate personnel action against such employee, up to and including termination; or b. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program

approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

Non-Collusion Certification: Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

The Vendor hereby certifies that: (select one)

Public Entities Crimes Certification: In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and 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 s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list.

The Vendor hereby certifies that: (check box)

Scrutinized Companies List Certification: Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million.

The Vendor hereby certifies that: (check each box)

I hereby certify the information provided in the Vendor Questionnaire Form and Standard Certifications:

55

66

55

66

Corporation (Specify the State of Incorporation):

Sole Proprietor Limited Liability Corporation (LLC)

Limited Partnership

General Partnership (State and County filed in)

Other – Specify

Name: Title:

Telephone Number: Fax Number:

E-mail:

Name: Title:

Telephone Number: Fax Number:

E-mail:

13. Has your firm ever failed to complete any services and/or delivery of products during the last three (3) years? If yes, specify details in an attached written response.

Yes No

14. Is your firm or any of its principals or officers currently principals or officers of another organization? If yes, specify details in an attached written response.

Yes No

15. Have any voluntary or involuntary bankruptcy petitions been filed by or against your firm, its parent or subsidiaries or predecessor organizations during the last three years? If yes, specify details in an attached written response.

Yes No

16. Has your firm, its principals, officers or predecessor organization(s) been debarred or suspended by any government entity within the last three years? If yes, specify details in an attached written response.

Yes No

17. Has your firm’s surety ever intervened to assist in the completion of a contract or have Performance and/or Payment Bond claims been made to your firm or its predecessor’s sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety.

Yes No

18. Has your firm ever failed to complete any work awarded to you, services and/or delivery of products during the last three (3) years? If yes, specify details in an attached written response.

Yes No

19. Has your firm ever been terminated from a contract within the last three years? If yes, specify details in an attached written response.

Yes No

20. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a result of the Ordinance for this solicitation, provide the following for informational purposes only. Response is not considered in determining the award of this contract. Living Wage had an effect on the pricing. Yes No

N/A

If yes, Living Wage increased the pricing by % or decreased the pricing

by %.

The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances, as amended; and

The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning upon the appointment of the Selection or Evaluation Committee, for communication regarding this solicitation with the County Administrator, Deputy and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Vendor certifies that it has established a drug free workplace program in accordance with the above requirements.

Vendor certifies that this offer is made independently and free from collusion; or

Vendor is disclosing names of officers or employees who have a material interest in this procurement and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s) with its submittal.

Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or has not been found to commit a public entity crime, as described in the statutes.

The Vendor, owners, or principals are aware of the requirements of Section 287.135, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and

The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and

If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of its principals are placed on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List

Vendor Name:

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate as to Corporate Principal,

designation letter by Director/Corporate Officer, or other business authorization to bind on behalf of the Vendor. As the Vendor’s authorized

representative, I attest that any and all statements, oral, written or otherwise, made in support of the Vendor ’s response, are accurate, true

and correct. I also acknowledge that inaccurate, untruthful, or incorrect statements made in support of the Vendor ’s response may be used

by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment

of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify that the Vendor’s response is made without prior

understanding, agreement, or connection with any corporation, firm or person submitting a response for the same items/services, and is in all respects fair and without collusion or fraud. I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation,

acknowledge and accept all of the solicitation pages as well as any special instructions sheet(s).

*AUTHORIZED SIGNATURE/NAME TITLE DATE

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 157

5

6

VENDOR QUESTIONNAIRE FORM

The completed Vendor Questionnaire should be submitted with the solicitation response but must be submitted within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

If a response requires additional information, the Vendor should attach a written detailed response; each response should be numbered to match the question number. The completed questionnaire and attached responses will become part of the procurement record. It is imperative that the person completing the Vendor Questionnaire be knowledgeable about the proposing Vendor’s business and operations.

1. Legal business name:

2. Federal Employer I.D. no. (FEIN):   3. Dun and Bradstreet No.:

4. Doing Business As/ Fictitious Name (if applicable):

5. Website address (if applicable):

6. Principal place of business address:

7. Office location responsible for this project:

8. Telephone no.: Fax no.:

9. TYPE OF BUSINESS (check appropriate box):

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious

name):

11. List name and title of each principal, owner, officer, and major shareholder:

a)

b)

c)

d)

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

STANDARD CERTIFICATIONS

The completed and acknowledged certifications should be submitted with the solicitation response but must be submitted within three business days of County’s request. Failure to timely submit may affect Vendor ’s evaluation.

Cone of Silence Requirement Certification:  The Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances, as amended, prohibits certain communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or its joint venturers. After the application of the Cone of Silence, inquiries regarding this solicitaiton should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

Drug-Free Workplace Requirements Certification:Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about:a. The dangers of drug abuse in the workplace;b. The offeror's policy of maintaining a drug-free workplace;c. Any available drug counseling, rehabilitation, and employee assistance programs; and d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition of employment on a covered contract, the employee shall:a. Abide by the terms of the statement; and b. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any

violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace:a. Taking appropriate personnel action against such employee, up to and including termination; or b. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program

approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

Non-Collusion Certification: Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

The Vendor hereby certifies that: (select one)

Public Entities Crimes Certification: In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and 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 s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list.

The Vendor hereby certifies that: (check box)

Scrutinized Companies List Certification: Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million.

The Vendor hereby certifies that: (check each box)

I hereby certify the information provided in the Vendor Questionnaire Form and Standard Certifications:

55

66

55

66

Corporation (Specify the State of Incorporation):

Sole Proprietor Limited Liability Corporation (LLC)

Limited Partnership

General Partnership (State and County filed in)

Other – Specify

Name: Title:

Telephone Number: Fax Number:

E-mail:

Name: Title:

Telephone Number: Fax Number:

E-mail:

13. Has your firm ever failed to complete any services and/or delivery of products during the last three (3) years? If yes, specify details in an attached written response.

Yes No

14. Is your firm or any of its principals or officers currently principals or officers of another organization? If yes, specify details in an attached written response.

Yes No

15. Have any voluntary or involuntary bankruptcy petitions been filed by or against your firm, its parent or subsidiaries or predecessor organizations during the last three years? If yes, specify details in an attached written response.

Yes No

16. Has your firm, its principals, officers or predecessor organization(s) been debarred or suspended by any government entity within the last three years? If yes, specify details in an attached written response.

Yes No

17. Has your firm’s surety ever intervened to assist in the completion of a contract or have Performance and/or Payment Bond claims been made to your firm or its predecessor’s sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety.

Yes No

18. Has your firm ever failed to complete any work awarded to you, services and/or delivery of products during the last three (3) years? If yes, specify details in an attached written response.

Yes No

19. Has your firm ever been terminated from a contract within the last three years? If yes, specify details in an attached written response.

Yes No

20. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a result of the Ordinance for this solicitation, provide the following for informational purposes only. Response is not considered in determining the award of this contract. Living Wage had an effect on the pricing. Yes No

N/A

If yes, Living Wage increased the pricing by % or decreased the pricing

by %.

The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances, as amended; and

The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning upon the appointment of the Selection or Evaluation Committee, for communication regarding this solicitation with the County Administrator, Deputy and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Vendor certifies that it has established a drug free workplace program in accordance with the above requirements.

Vendor certifies that this offer is made independently and free from collusion; or

Vendor is disclosing names of officers or employees who have a material interest in this procurement and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s) with its submittal.

Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or has not been found to commit a public entity crime, as described in the statutes.

The Vendor, owners, or principals are aware of the requirements of Section 287.135, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and

The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and

If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of its principals are placed on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List

Vendor Name:

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate as to Corporate Principal,

designation letter by Director/Corporate Officer, or other business authorization to bind on behalf of the Vendor. As the Vendor’s authorized

representative, I attest that any and all statements, oral, written or otherwise, made in support of the Vendor ’s response, are accurate, true

and correct. I also acknowledge that inaccurate, untruthful, or incorrect statements made in support of the Vendor ’s response may be used

by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment

of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify that the Vendor’s response is made without prior

understanding, agreement, or connection with any corporation, firm or person submitting a response for the same items/services, and is in all respects fair and without collusion or fraud. I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation,

acknowledge and accept all of the solicitation pages as well as any special instructions sheet(s).

*AUTHORIZED SIGNATURE/NAME TITLE DATE

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 158

55

66

LITIGATION HISTORY FORM

The completed form(s) should be returned with the Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

There are no material cases for this Vendor; or

Material Case(s) are disclosed below:

Is this for a: (check type)

Parent, Subsidiary, or

Predecessor Firm?

If Yes, name of Parent/Subsidiary/Predecessor:

Or No

PartyCase Number, Name,

and Date FiledName of Court or other tribunal

Type of Case Bankruptcy Civil Criminal Administrative/Regulatory

Claim or Cause of Action and Brief description of

each CountBrief description of the

Subject Matter and Project Involved

Disposition of Case

(Attach copy of any applicable Judgment,

Settlement Agreement and Satisfaction of Judgment.)

Pending Settled Dismissed

Judgment Vendor ’s Favor Judgment Against Vendor

If Judgment Against, is Judgment Satisfied? Yes No

Opposing CounselName:

Email:

Telephone Number:

Vendor Name:

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 159

55

66

DOMESTIC PARTNERSHIP ACT CERTIFICATION FORM (REQUIREMENT AND TIEBREAKER)

Refer to Special Instructions to identify if Domestic Partnership Act is a requirement of the solicitation or acts only as a tiebreaker. If Domestic Partnership is a requirement of the solicitation, the completed and signed form should be returned with the Vendor ’s submittal. If the form is not provided with submittal, the Vendor must submit within three business days of County ’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes. To qualify for the Domestic Partnership tiebreaker criterion, the Vendor must currently offer the Domestic Partnership benefit and the completed and signed form must be returned at time of solicitation submittal.

The Domestic Partnership Act, Section 16 ½  -157, Broward County Code of Ordinances, requires all Vendors contracting with the County, in an amount over $100,000 provide benefits to Domestic Partners of its employees, on the same basis as it provides benefits to employees ’ spouses, with certain exceptions as provided by the Ordinance.

For all submittals over $100,000.00, the Vendor, by virtue of the signature below, certifies that it is aware of the requirements of Broward County ’s Domestic Partnership Act, Section 16-½   -157, Broward County Code of Ordinances; and certifies the following: (check only one below).

1. The Vendor currently complies with the requirements of the County ’s Domestic Partnership Act and provides benefits to Domestic Partners of its employees on the same basis as it provides benefits to employees ’ spouses

2. The Vendor will comply with the requirements of the County ’s Domestic Partnership Act at time of contract award and provide benefits to Domestic Partners of its employees on the same basis as it provides benefits to employees ’ spouses.

3. The Vendor will not comply with the requirements of the County ’s Domestic Partnership Act at time of award.

4. The Vendor does not need to comply with the requirements of the County ’s Domestic Partnership Act at time of award because the following exception(s) applies: (check only one below).

The Vendor is a governmental entity, not-for-profit corporation, or charitable organization.

The Vendor is a religious organization, association, society, or non -profit charitable or educational institution.

The Vendor provides an employee the cash equivalent of benefits. (Attach an affidavit in compliance with the Act stating the efforts taken to provide such benefits and the amount of the cash equivalent).

The Vendor cannot comply with the provisions of the Domestic Partnership Act because it would violate the laws, rules or regulations of federal or state law or would violate or be inconsistent with the terms or conditions of a grant or contract with the United States or State of Florida. Indicate the law, statute or regulation (State the law, statute or regulation and attach explanation of its applicability).

Authorized Signature/Name

Title Vendor Name Date

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 160

55

66

AGREEMENT EXCEPTION FORM

The completed form(s) should be returned with the Vendor ’s submittal. If not provided with submittal, it shall be deemed an affirmation by the Vendor that it accepts the terms and conditions of the County ’s Agreement as disclosed in the solicitation.

The Vendor must either provide specific proposed alternative language on the form below. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

Vendor Name:

There are no exceptions to the terms and conditions of the County Agreement as referenced in the solicitation; or

The following exceptions are disclosed below: (use additional forms as needed; separate each Article/ Section number)

Term or ConditionArticle / Section

Insert version of exception or specific proposed alternative

language

Provide brief justification for change

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 161

55

66

LOCAL VENDOR CERTIFICATION FORM (PREFERENCE AND TIEBREAKER)

The completed and signed form should be returned with the Vendor’s submittal to qualify for Local Preference, however it must be returned at time of solicitation submittal to qualify for the Tie Break criteria.  If not provided with submittal, the Vendor must submit within three business days ofCounty’s request for evaluation of Local Preference. Proof of a local business tax must be returned at time of solicitation submittal to qualify for the Tie Break criteria. Failure to timely submit this form or local business tax receipt may render the business ineligible for application of the Local Preference. Failure to timely submit this form and local business tax receipt at time of submittal will disqualify the Vendor for this Tie Breaker.

In accordance with Section 21.31.d. of the Broward County Procurement Code, to qualify for the Tie Break Criteria, the undersigned Vendor hereby certifies that (check box if applicable):

    The Vendor is a local Vendor in Broward County and:

a. has a valid Broward County local business tax receipt; b. has been in existence for at least six-months prior to the solicitation opening;  c. provides services on a day-to-day basis, at a business address physically located within the limits of  Broward County and in an area 

zoned for such business; and d. services provided from this location are a substantial component of the services offered in the Vendor's proposal.

In accordance with Local Preference, Section 1-74, et. seq., Broward County Code of Ordinances, and Broward County’s Interlocal Reciprocity Agreement with Miami-Dade County, a  local business meeting the below requirements is eligible for Local Preference. To qualify for the  Local

Preference, the undersigned Vendor hereby certifies that (check box if applicable):

    The Vendor is a local Vendor in Broward or Miami -Dade County and:

a. has a valid corresponding County local business tax receipt; b. has been in existence for at least one-year prior to the solicitation opening;  c. provides services on a day-to-day basis, at a business address physically located within the limits of  Broward or Miami-Dade

County and in an area zoned for such business; and d. the services provided from this location are a substantial component of the services offered in the Vendor's proposal.

 Vendor does not qualify for Tie Break Criteria or Local Preference, in accordance with the above requirements.  

Authorized Signature/Name Title Vendor Name Date

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 162

5

6

RFP-RFQ-RLI LOCATION ATTESTATION FORM (EVALUATION CRITERIA)

The completed and signed form and supporting information (if applicable, for Joint Ventures) should be returned with the Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit this form and supporting information may affect the Vendor ’s evaluation. Provided information is subject to verification by the County.

A Vendor ’s principal place of business location (also known as the nerve center) within Broward County is considered in accordance with Evaluation Criteria. The County ’s definition of a principal place of business is:

1. As defined by the Broward County Local Preference Ordinance, “Principal place of business means the nerve center or center of overall direction, control and coordination of the activities of the bidder [Vendor]. If the bidder has only one (1) business location, such business location shall be considered its principal place of business.”

2. A principal place of business refers to the place where a corporation's officers direct, control, and coordinate the corporation's day-to-day activities. It is the corporation's ‘nerve center ’  and in practice it should normally be the place where the corporation maintains its headquarters; provided that the headquarters is the actual center of direction, control, and coordination, i.e., the ‘nerve center ’, and not simply an office where the corporation holds its board meetings (for example, attended by directors and officers who have traveled there for the occasion).

The Vendor ’s principal place of business in Broward County shall be the Vendor ’s “Principal Address” as indicated with the Florida Department of State Division of Corporations, for at least six months prior to the solicitation ’s due date.  

Check one of the following:

The Vendor certifies that it has a principal place of business location (also known as the nerve center) within Broward County, as documented in Florida Department of State Division of Corporations (Sunbiz), and attests to the following statements:

1. Vendor ’s address listed in its submittal is its principal place of business as defined by Broward County;

2. Vendor ’s “Principal Address”   listed with the Florida Department of State Division of Corporations is the same as the address listed in its submittal and the address was listed for at least six months prior to the solicitation ’s opening date. A copy of Florida Department of State Division of Corporations (Sunbiz) is attached as verification.

3. Vendor must be located at the listed “nerve center” address (“Principal Address”) for at least six (6) months prior to the solicitation ’s opening date;

4. Vendor has not merged with another firm within the last six months that is not headquartered in Broward County and is not a wholly owned subsidiary or a holding company of another firm that is not headquartered in Broward County;

5. If awarded a contract, it is the intent of the Vendor to remain at the referenced address for the duration of the contract term, including any renewals, extensions or any approved interim contracts for the services provided under this contract; and

6. The Vendor understands that if after contract award, the County learns that the attestation was erroneous, and upon investigation determines that the error was willful or intentional on the part of the Vendor, the County may, on that basis exercise any contractual right to terminate the contract. Further any misleading, inaccurate, false information or documentation submitted by any party affiliated with this procurement may lead to suspension and/or debarment from doing business with Broward County as outlined in the Procurement Code, Section 21.119.

If the Vendor is submitting a response as a Joint Venture, the following information is required to be submitted:

a. Name of the Joint Venture Partnershipb. Percentage of Equity for all Joint Venture Partnersc. A copy of the executed Agreement(s) between the Joint Venture Partners

Vendor does not have a principal place of business location (also known as the nerve center) within Broward County.

Vendor Information:

Vendor Name:

Vendor ’s address listed in its submittal is:   

The signature below must be by an individual authorized to bind the Vendor. The signature below is an attestation that all information listed above and provided to Broward County is true and accurate.

55

66

Authorized Signature/Name

Title Vendor Name Date

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 163

5

6

RFP-RFQ-RLI LOCATION ATTESTATION FORM (EVALUATION CRITERIA)

The completed and signed form and supporting information (if applicable, for Joint Ventures) should be returned with the Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit this form and supporting information may affect the Vendor ’s evaluation. Provided information is subject to verification by the County.

A Vendor ’s principal place of business location (also known as the nerve center) within Broward County is considered in accordance with Evaluation Criteria. The County ’s definition of a principal place of business is:

1. As defined by the Broward County Local Preference Ordinance, “Principal place of business means the nerve center or center of overall direction, control and coordination of the activities of the bidder [Vendor]. If the bidder has only one (1) business location, such business location shall be considered its principal place of business.”

2. A principal place of business refers to the place where a corporation's officers direct, control, and coordinate the corporation's day-to-day activities. It is the corporation's ‘nerve center ’  and in practice it should normally be the place where the corporation maintains its headquarters; provided that the headquarters is the actual center of direction, control, and coordination, i.e., the ‘nerve center ’, and not simply an office where the corporation holds its board meetings (for example, attended by directors and officers who have traveled there for the occasion).

The Vendor ’s principal place of business in Broward County shall be the Vendor ’s “Principal Address” as indicated with the Florida Department of State Division of Corporations, for at least six months prior to the solicitation ’s due date.  

Check one of the following:

The Vendor certifies that it has a principal place of business location (also known as the nerve center) within Broward County, as documented in Florida Department of State Division of Corporations (Sunbiz), and attests to the following statements:

1. Vendor ’s address listed in its submittal is its principal place of business as defined by Broward County;

2. Vendor ’s “Principal Address”   listed with the Florida Department of State Division of Corporations is the same as the address listed in its submittal and the address was listed for at least six months prior to the solicitation ’s opening date. A copy of Florida Department of State Division of Corporations (Sunbiz) is attached as verification.

3. Vendor must be located at the listed “nerve center” address (“Principal Address”) for at least six (6) months prior to the solicitation ’s opening date;

4. Vendor has not merged with another firm within the last six months that is not headquartered in Broward County and is not a wholly owned subsidiary or a holding company of another firm that is not headquartered in Broward County;

5. If awarded a contract, it is the intent of the Vendor to remain at the referenced address for the duration of the contract term, including any renewals, extensions or any approved interim contracts for the services provided under this contract; and

6. The Vendor understands that if after contract award, the County learns that the attestation was erroneous, and upon investigation determines that the error was willful or intentional on the part of the Vendor, the County may, on that basis exercise any contractual right to terminate the contract. Further any misleading, inaccurate, false information or documentation submitted by any party affiliated with this procurement may lead to suspension and/or debarment from doing business with Broward County as outlined in the Procurement Code, Section 21.119.

If the Vendor is submitting a response as a Joint Venture, the following information is required to be submitted:

a. Name of the Joint Venture Partnershipb. Percentage of Equity for all Joint Venture Partnersc. A copy of the executed Agreement(s) between the Joint Venture Partners

Vendor does not have a principal place of business location (also known as the nerve center) within Broward County.

Vendor Information:

Vendor Name:

Vendor ’s address listed in its submittal is:   

The signature below must be by an individual authorized to bind the Vendor. The signature below is an attestation that all information listed above and provided to Broward County is true and accurate.

55

66

Authorized Signature/Name

Title Vendor Name Date

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 164

5

6

VOLUME OF PREVIOUS WORK ATTESTATION FORM

The completed and signed form should be returned with the Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to provide timely may affect the Vendor ’s evaluation. This completed form must be included with the Vendor’s submittal at the time of the opening deadline to be considered for a Tie Breaker criterion (if applicable).

The calculation for Volume of Previous Work is all amounts paid to the prime Vendor by Broward County Board of County Commissioners at the time of the solicitation opening date within a five-year timeframe. The calculation of Volume of Previous Work for a prime Vendor previously awarded a contract as a member of a Joint Venture firm is based on the actual equity ownership of the Joint Venture firm.

In accordance with Section 21.31.d. of the Broward County Procurement Code, the Vendor with the lowest dollar volume of work previously paid by the County over a five-year period from the date of the submittal opening will receive the Tie Breaker.

Vendor must list all projects it received payment from Broward County Board of County Commissioners during the past five years. If the Vendor is submitting as a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture. The Vendor attests to the following:

Has the Vendor been a member/partner of a Joint Venture firm that was awarded a contract by the County?      

Yes                                No       

If Yes, Vendor must submit a Joint Vendor Volume of Work Attestation Form.

Vendor Name:  

VOLUME OF PREVIOUS WORK ATTESTATION JOINT VENTURE FORM

If applicable, this form and additional required documentation should be submitted with the Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit this form and supporting documentation may affect the Vendor’s evaluation.

The calculation of Volume of Previous Work for a prime Vendor previously awarded a contract as a member of a Joint Venture firm is based on the actual equity ownership of the Joint Venture firm. Volume of Previous Work is not based on the total payments to the Joint Venture firm.  

Vendor must list all projects it received payment from Broward County Board of County Commissioners during the past five years as a member of a Joint Venture. The Vendor attests to the following:

Vendor is required to submit an executed Joint Venture agreement(s) and any amendments for each project listed above. Each agreement must be executed prior to the opening date of this solicitation.

Vendor Name:  

Item

No.

Project TitleSolicitation/

Contract Number:

Department

or Division

Date

Awarded

Paid to Date

Dollar Amount

1

2

3

4

5

Grand Total

Authorized Signature/ Name Title Date

Item No.

Project Title

Solicitation/Contract Number:

Department or Division

DateAwarded

JV Equity %

Paid to Date

Dollar Amount

1

2

3

4

5

Grand Total

Authorized Signature/ Name Title Date

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 165

5

6

VOLUME OF PREVIOUS WORK ATTESTATION FORM

The completed and signed form should be returned with the Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to provide timely may affect the Vendor ’s evaluation. This completed form must be included with the Vendor’s submittal at the time of the opening deadline to be considered for a Tie Breaker criterion (if applicable).

The calculation for Volume of Previous Work is all amounts paid to the prime Vendor by Broward County Board of County Commissioners at the time of the solicitation opening date within a five-year timeframe. The calculation of Volume of Previous Work for a prime Vendor previously awarded a contract as a member of a Joint Venture firm is based on the actual equity ownership of the Joint Venture firm.

In accordance with Section 21.31.d. of the Broward County Procurement Code, the Vendor with the lowest dollar volume of work previously paid by the County over a five-year period from the date of the submittal opening will receive the Tie Breaker.

Vendor must list all projects it received payment from Broward County Board of County Commissioners during the past five years. If the Vendor is submitting as a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture. The Vendor attests to the following:

Has the Vendor been a member/partner of a Joint Venture firm that was awarded a contract by the County?      

Yes                                No       

If Yes, Vendor must submit a Joint Vendor Volume of Work Attestation Form.

Vendor Name:  

VOLUME OF PREVIOUS WORK ATTESTATION JOINT VENTURE FORM

If applicable, this form and additional required documentation should be submitted with the Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit this form and supporting documentation may affect the Vendor’s evaluation.

The calculation of Volume of Previous Work for a prime Vendor previously awarded a contract as a member of a Joint Venture firm is based on the actual equity ownership of the Joint Venture firm. Volume of Previous Work is not based on the total payments to the Joint Venture firm.  

Vendor must list all projects it received payment from Broward County Board of County Commissioners during the past five years as a member of a Joint Venture. The Vendor attests to the following:

Vendor is required to submit an executed Joint Venture agreement(s) and any amendments for each project listed above. Each agreement must be executed prior to the opening date of this solicitation.

Vendor Name:  

Item

No.

Project TitleSolicitation/

Contract Number:

Department

or Division

Date

Awarded

Paid to Date

Dollar Amount

1

2

3

4

5

Grand Total

Authorized Signature/ Name Title Date

Item No.

Project Title

Solicitation/Contract Number:

Department or Division

DateAwarded

JV Equity %

Paid to Date

Dollar Amount

1

2

3

4

5

Grand Total

Authorized Signature/ Name Title Date

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 166

55

66

AFFILIATED ENTITIES OF THE PRINCIPAL(S) CERTIFICATION FORM

The completed form should be submitted with the solicitation response but must be submitted within three business days of County ’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County.

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements.  “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

The Vendor hereby certifies that: (select one)

No principal of the proposing Vendor has prior affiliations that meet the criteria defined as “Affiliated entities ”

Principal(s) listed below have prior affiliations that meet the criteria defined as “Affiliated entities ”

Principal ’s Name:

Names of Affiliated Entities:

Principal ’s Name:

Names of Affiliated Entities:

Principal ’s Name:

Names of Affiliated Entities:

Authorized Signature Name:

Title:

Vendor Name:

Date:

55

66

55

66

55

66

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 167

55

66

LOBBYIST REGISTRATION REQUIREMENT CERTIFICATION FORM

The completed form should be submitted with the solicitation response but must be submitted within three business days of County ’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

The Vendor certifies that it understands if it has retained a lobbyist(s) to lobby in connection with a competitive solicitation, it shall be deemed non-responsive unless the firm, in responding to the competitive solicitation, certifies that each lobbyist retained has timely filed the registration or amended registration required under Broward County Lobbyist Registration Act, Section 1-262, Broward County Code of Ordinances; and it understands that if, after awarding a contract in connection with the solicitation, the County learns that the certification was erroneous, and upon investigation determines that the error was willful or intentional on the part of the Vendor, the County may, on that basis, exercise any contractual right to terminate the contract for convenience.

The Vendor hereby certifies that: (select one)

It has not retained a lobbyist(s) to lobby in connection with this competitive solicitation; however, if retained after

the solicitation, the County will be notified.

It has retained a lobbyist(s) to lobby in connection with this competitive solicitation and certified that each lobbyist

retained has timely filed the registration or amended registration required under Broward County Lobbyist Registration Act, Section 1-262, Broward County Code of Ordinances.

It is a requirement of this solicitation that the names of any and all lobbyists retained to lobby in connection with this solicitation be listed below:

Name of Lobbyist:

Lobbyist ’s Firm:

Phone:

E-mail:

Name of Lobbyist:

Lobbyist ’s Firm:

Phone:

E-mail:

Authorized Signature/Name: Date:

Title:

Vendor Name:

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 168

Vendor Reference Verification Form

Vendor is required to submit completed Reference Verification Forms for previous projects referenced in its submittal. Vendor should provide the Vendor Reference Verification Form to its reference organization/firm to complete and return to the Vendor’s attention. Vendor should submit the completed Vendor Reference Form with its response by the solicitation’s deadline. The County will verify references provided as part of the review process. Provide a minimum of three (3) non-Broward County Board of County Commissioners’ references.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 169

Vendor Reference Verification Form

Broward County Solicitation No. and Title:

Reference for:

Organization/Firm Name providing reference:

Contact Name: Reference date:

Contact Phone: Contact Email:

Name of Referenced Project:

Contract No. Date Services Provided: Project Amount:

Vendor’s role in Project: Prime Vendor Subconsultant/Subcontractor

Would you use this vendor again? Yes No If No, please specify in Additional Comments (below).

Description of services provided by Vendor:

Please rate your experience with the referenced Vendor:

Needs Improvement

Satisfactory Excellent Not Applicable

1. Vendor’s Quality of Servicea. Responsiveb. Accuracyc. Deliverables

2. Vendor’s Organization:a. Staff expertiseb. Professionalismc. Turnover

3. Timeliness of:a. Projectb. Deliverables

4. Project completed within budget

5. Cooperation with:a. Your Firmb. Subcontractor(s)/Subconsultant(s)c. Regulatory Agency(ies)

Additional Comments: (provide on additional sheet if needed)

All information provided to Broward County is subject to verification. Vendor acknowledges that inaccurate, untruthful, or incorrect statements made in support of this response may be used by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code.

to

Title:

***THIS SECTION FOR COUNTY USE ONLY***

Verified via: ____EMAIL ____VERBAL Verified by: ______________________________ Division: _______________ Date: _____________

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 170

Questions for System Users.

Firm providing information:

Manufacturer of your radio system:

System Type:

Software Release:

All questions below should be answered, if possible.

A. Dispatch Questions Regarding the Radio Dispatch Console System (Do not include console furniture, seating or other systems at the position). Answer each question from a sliding scale of 1 -5; 1 indicating lowest satisfaction and 5 indicating highest performance.

1. How is the voice quality from field units? (Consider consistent volume, noise ordistortion, background noise, need to have transmissions repeated, and how often.)

1 2 3 4 5

2. How do the field units hear dispatcher voice quality? (Consider consistent volume, noiseor distortion, background noise, need to have transmissions repeated and how often.)

1 2 3 4 5

3. How easy is the console screen to manipulate? (Consider screen operation,simplicity/complexity of screen layout, alias and ID display, ability to customize and saveper dispatcher, headset operation, footswitch and mouse)

1 2 3 4 5

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 171

4. What operational features do you like about the radio dispatch consoles? Please answerwith as much information as you need.

5. What operational features do you dislike about the dispatch consoles? Please answerwith as much information as you need.

B. System Manager/Administrator Questions

1. How well does the system provide the operational coverage that was sold and promisedby your system vendor? If needed, what action is the system vendor taking to improvecoverage and resolve any coverage issues?

2. How well does the System Management System meet your needs for reports, data, andup to the minute information and event monitoring to manage and evaluate the healthand usage of your system?

3. Are you receiving the level of technical support from the system vendor that wascontracted for and promised?

4. What impressed you favorably about the vendors’ purchasing, installation and projectmanagement processes?

5. What could the vendor have done better?

6. How many change orders were needed to get the system that you wanted, and what didthey encompass? Do you feel they were necessary?

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 172

C. Fire Service User Questions

1. In the past few years there has been much discussion about digital radio operation inhigh noise fireground applications. Please indicate the quality of communications yourdepartment has experienced in fireground communications in the following operationalscenarios with the radio in a digital mode;

a. SCBA donnedb. PASS alarm activec. Next to an active pump paneld. Next to K-12 or chainsawe. In cab with high siren activity

2. How is the voice quality from dispatch? (Consider constant volume level, noise,distortion, background noise, need to have transmissions repeated and how often)

3. How is the voice quality between mobile and portable radios? (Consider constantvolume level, noise, distortion, background noise, need to have transmissions repeatedand how often)

4. How easy are the mobile and portable radios to operate? (Consider ease in finding achannel or talk group, operation with gloves, accidental turning of knobs or switches,general operation) What make and model radios?

5. Does your radio system provide the reliability you need to safely accomplish yourmission? Why or why not?

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 173

6. Are you satisfied with the operation of your mobile and portable radios?

a. Why or why not? b. Which make and models?

D. Law Enforcement User Questions

1. How is the voice quality from dispatch? (Consider constant volume level, noise, distortion, background noise, need to have transmissions repeated and how often)

2. How is the voice quality between mobile and portable radios? (Consider constant volume level, noise, distortion, background noise, need to have transmissions repeated and how often)

3. How easy are the mobile and portable radios to operate? (Consider ease in finding a channel or talk group, operation with gloves, accidental turning of knobs or switches, general operation) What make and model radios?

4. Does your radio system provide the reliability you need to safely accomplish your mission? Why or why not?

5. Are you satisfied with the operation of your mobile and portable radios? a. Why or why not? b. Which make and models?

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 174

5

6

SUBCONTRACTORS/SUBCONSULTANTS/SUPPLIERS INFORMATION FORM

The following forms and supporting information (if applicable) should be returned with Vendor’s submittal.  If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

A. The Vendor shall submit a listing of all subcontractors, subconsultants and major material suppliers (firms), if any, and the portion of the contract they will perform. A major material supplier is considered any firm that provides construction material for construction contracts, or commodities for service contracts in excess of $50,000, to the Vendor.

B. If participation goals apply to the contract, only non-certified firms shall be identified on the form. A noncertified firm is a firm that is not listed as a firm for attainment of participation goals (ex. County Business Enterprise or Disadvantaged Business Enterprise), if applicable to the solicitation.

C. This list shall be kept up-to-date for the duration of the contract. If subcontractors, subconsultants or suppliers are stated, this does not relieve the Vendor from the prime responsibility of full and complete satisfactory performance under any awarded contract.  

D. After completion of the contract/final payment, the Vendor shall certify the final list of non-certified subcontractors, subconsultants, and suppliers that performed or provided services to the County for the referenced contract.  

If none, state “none” on this form.  Use additional sheets as needed. 

1.   Subcontracted Firm’s Name:  

      Subcontracted Firm’s Address:  

      Subcontracted Firm’s Telephone Number:  

      Contact Person’s Name and Position:  

      Contact Person’s E-Mail Address:  

      Estimated Subcontract/Supplies Contract Amount: 

      Type of Work/Supplies Provided:  

2.   Subcontracted Firm’s Name:  

      Subcontracted Firm’s Address:  

      Subcontracted Firm’s Telephone Number:  

      Contact Person’s Name and Position:  

      Contact Person’s E-Mail Address:  

      Estimated Subcontract/Supplies Contract Amount: 

      Type of Work/Supplies Provided:  

I certify that the information submitted in this report is in fact true and correct to the best of my knowledge.

Authorized Signature/Name

Title Vendor Name Date

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 175

5

6

SUBCONTRACTORS/SUBCONSULTANTS/SUPPLIERS INFORMATION FORM

The following forms and supporting information (if applicable) should be returned with Vendor’s submittal.  If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

A. The Vendor shall submit a listing of all subcontractors, subconsultants and major material suppliers (firms), if any, and the portion of the contract they will perform. A major material supplier is considered any firm that provides construction material for construction contracts, or commodities for service contracts in excess of $50,000, to the Vendor.

B. If participation goals apply to the contract, only non-certified firms shall be identified on the form. A noncertified firm is a firm that is not listed as a firm for attainment of participation goals (ex. County Business Enterprise or Disadvantaged Business Enterprise), if applicable to the solicitation.

C. This list shall be kept up-to-date for the duration of the contract. If subcontractors, subconsultants or suppliers are stated, this does not relieve the Vendor from the prime responsibility of full and complete satisfactory performance under any awarded contract.  

D. After completion of the contract/final payment, the Vendor shall certify the final list of non-certified subcontractors, subconsultants, and suppliers that performed or provided services to the County for the referenced contract.  

If none, state “none” on this form.  Use additional sheets as needed. 

1.   Subcontracted Firm’s Name:  

      Subcontracted Firm’s Address:  

      Subcontracted Firm’s Telephone Number:  

      Contact Person’s Name and Position:  

      Contact Person’s E-Mail Address:  

      Estimated Subcontract/Supplies Contract Amount: 

      Type of Work/Supplies Provided:  

2.   Subcontracted Firm’s Name:  

      Subcontracted Firm’s Address:  

      Subcontracted Firm’s Telephone Number:  

      Contact Person’s Name and Position:  

      Contact Person’s E-Mail Address:  

      Estimated Subcontract/Supplies Contract Amount: 

      Type of Work/Supplies Provided:  

I certify that the information submitted in this report is in fact true and correct to the best of my knowledge.

Authorized Signature/Name

Title Vendor Name Date

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 176

The following coverage is deemed the minimum insurance required for this project. The selected firm must be prepared to provide proof of insurance commensurate with or in excess of this requirement. Any deviation is subject to the approval of Risk Management.

CERTIFICATE HOLDER:

Broward County Attn: Jose De Zayas- OCT115 S Andrews Av, #325 Ft Lauderdale, FL 33301 _________________________________

Risk Management Division

Revised 2015

TYPE OF INSURANCE MINIMUM LIABILITY LIMITS

Each Occurrence Aggregate

COMMERCIAL GENERAL LIABILITYBroad form or equivalent

With no exclusions or limitations for:[x ] Premises–Operations[ ] Explosion, Collapse, Underground Hazards[x ] Products/Completed Operations Hazard[x ] Contractual Insurance[x ] Independent Contractors[x ] Personal Injury[ ] Other:

Bodily Injury

Property Damage

Combined single limitBodily Injury &Property Damage

$ 3 mil $ 10 mil

Personal Injury

BUSINESS AUTO LIABILITYCOMPREHENSIVE FORM

[x] Owned[x] Hired[x] Non-owned[x] Scheduled[x] Any Auto

Bodily Injury (each person)

Bodily Injury (each accident)

Property Damage

Combined single limitBodily Injury &Property Damage

$ 1 mil

EXCESS/UMBRELLA LIABILITY

May be used to supplement minimumliability coverage requirements.

Follow form basis or

Add’l insd endorse-ment is required

[x ] WORKERS’ COMPENSATION

[x ] EMPLOYERS’ LIABILITY

Chapter 440 FS STATUTORYU.S. Longshoremen & Harbor Workers’ Act & Jones Act is required for any activities on or about navigable water(each accident) $ 1 mil

[X] PROFESSIONAL LIABILITY ~ E&O*

*Also applies to engineering subcontractors

(each accident) $ 5 mil $ 10 mil

Extended reporting period

4 years

[X] CYBER LIABILITY (each claim) $ 1 mil

$ 5 milNotified individuals aggregate

$ 2 mil

[ ] Installation floater

Coverage must be “All Risk”, completed value.Coverage must remain in force until written final acceptance by County.

Maximum Deductible: $10 k Completed Value

formDESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES

BROWARD COUNTY AND BROWARD SHERIFF’S OFFICE ARE LISTED AS ADDITIONAL INSUREDS ON THE GENERAL LIABILITY POLICY AND AUTOMOBILE LIABILITY POLICY

REFERENCE: P25

CONTRACTOR IS RESPONSIBLE FOR DEDUCTIBLE

JACQUELINE BINNS dc=cty, dc=broward, dc=bc, ou=Organization, ou=BCC, ou=RM, ou=Users, cn=JACQUELINE BINNS 2016.01.20 15:37:41 -05'00'

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 177

RFP R1422515P1 Public Safety Radio APCO

Project 25 700MHz Communications SystemBroward County, FL Appendix A

Compliance Matrix

RFP

SectionDescription Respondent's Clarifications and Comments

Respondent's

Statement of

Compliance

1.0 PROJECT OVERVIEW YES NO If No, give detailed explanation.

1.1 Introduction

1.2 Background

1.3 Overview

1.4 Overview of this Document

1.5 Project Summary

1.6 Authorization and Funding

1.7 Proposals Desired

1.8 Quality Assurance and Coordination1.8.1 Standards and Guidelines1.8.2 Frequency Coordination and Licensing1.8.3 Federal Aviation Administration (if applicable)1.8.4 Project Management1.8.5 Quality Assurance/Quality Control Program1.9 Preliminary Design (45 days after contract award)

1.10 Final Design (90 days after contract award)

1.11 System Staging, Delivery, and Installation

1.12 Final System Acceptance

2 RADIO COMMUNICATIONS SYSTEM REQUIREMENTS2.1 Overview

2.2 Interoperability/Project 25 SoR2.2.1 700/800 MHz P25 Trunked System2.3 System Configuration2.3.1 Redundancy and Survivability2.3.2 Expansion2.3.3 Grade of Service2.4 Site Selection

2.5 Coverage2.5.1 Coverage Maps2.5.2 Map Criteria2.5.3 Coverage Model2.6 Site Equipment2.6.1 Overview2.6.2 System and Site Control Equipment2.6.3 Simulcast Equipment2.6.4 Receiver Voting

8/4/2016 Page 1 of 3

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 178

RFP R1422515P1 Public Safety Radio APCO

Project 25 700MHz Communications SystemBroward County, FL Appendix A

Compliance Matrix

RFP

SectionDescription Respondent's Clarifications and Comments

Respondent's

Statement of

Compliance

2.6.5 Base Station Equipment2.6.6 Antenna Systems2.6.7 Backup and Interoperability Systems2.6.8 Data Capabilities2.7 Options

3 BACKHAUL NETWORK3.1 Overview

3.2 Digital Microwave Network3.2.1 Requirements3.3 Remote Terminal Units

4 DISPATCH CONSOLE4.1 General Requirements and Features

4.2 Trunked Radio System Requirements

4.3 Conventional Requirements

4.4 Paging Requirements

4.5 Voice Logger Output

4.6 Operator Position Equipment

4.7 Common Electronics Equipment

5 FACILITIES AND INFRASTRUCTURE DEVELOPMENT5.1 General

5.2 Towers

5.3 Shelters

5.4 Generator and Automatic Transfer Switch (ATS)5.4.1 Propane Generator5.4.2 Automatic Transfer Switch (ATS)5.4.3 Diesel Fuel System5.5 Site Preparation

5.6 Fencing

5.7 DC Power System

6 NETWORK MANAGEMENT SYSTEM

6.1 Network Management Terminal

6.2 Remote Terminal Units

7 SUBSCRIBER EQUIPMENT

7.1 Overview

7.2 General Requirements7.2.1 Portable Radios

8/4/2016 Page 2 of 3

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 179

RFP R1422515P1 Public Safety Radio APCO

Project 25 700MHz Communications SystemBroward County, FL Appendix A

Compliance Matrix

RFP

SectionDescription Respondent's Clarifications and Comments

Respondent's

Statement of

Compliance

7.2.2 Mobile Radios/Control Stations7.3 Subscriber Warranty and Maintenance

7.3.1 Subscriber Warranty7.3.2 Subscriber Maintenance

8 TRAINING

9 WARRANTY, MAINTENANCE, AND SUPPORT

9.1 Warranty

9.2 Life Cycle Cost

9.3 Maintenance9.3.1 General Requirements:9.3.2 Maintenance Standards9.4 Parts Availability

9.5 Spare Equipment

10 SYSTEM IMPLEMENTATION, TEST AND ACCEPTANCE10.1 General

10.2 Cutover Plan

10.3 Staging

10.4 System Installation

10.5 Fleet Mapping

10.6 Coverage Testing

10.7 30-day Operational Test

10.8 Final Acceptance Testing

10.9 As-Built Documentation

10.10 System Acceptance

10.11 Decomissioning

Appendix A Compliance Matrix

Appendix B Site Information

Appendix C Bounded Coverage Area Requirements Map

8/4/2016 Page 3 of 3

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 180

Appendix B ‐ Site Information  ‐ R1422515P1 ‐ Addendum 2

Site Name OwnerTower ASR

Latitude LongitudeShelter

Size (feet)

New Generator Required?

New Shelter Required?

New DC Power System

Conventional and Trunked Backup Site?

Structure Height (feet)

Support Type

Existing 800 MHz

Site

Mandatory Site

Existing Transmit Antenna Height(feet)

Existing Receive Antenna Height(feet)

Core Broward County 1041902 26-09-00.0 N 80-11-16.0 W 24 x 40 No No Yes Yes 298 Tower Yes Yes265 300

Coconut Creek Broward County 1041869 26-18-10.0 N 80-11-45.0 W 20 x 30 No No Yes Yes 400 Tower Yes Yes400 400

Markham Park Broward County 1229026 26-08-43.1 N 80-20-43.8 W 12 x 32 Yes No Yes No 415 Tower Yes Yes362 398

Playa Playa del Mar N/A 26-10-34.3 N 80-05-54.7 W 20 x 30 No No Yes No 280 Building Yes Yes300 300

Davie Broward County 1041870 26-03-56 N 80-20-18.0 W 20 x 30 Yes No Yes Yes 315 Tower Yes Yes280 300

Point of America Point of America N/A 26-05-46.0 N 80-06-26.0 W 10 x 20 No No Yes No 250 Building Yes Yes300 300

Miramar Broward County 1233374 26-57-30.7 N 80-20-18.5 W 12 x 32 Yes No Yes No 315 Tower Yes Yes270 300

Channel 2 Broward County 1028034 26-58-48 N 80-11-47 W 40 x 40 No Yes Yes Yes 390 Tower Yes Yes355 390

Deerfield Broward County N/A 26-17-31.6 N 80-06-29.4 W 12 x 30 Yes Yes Yes No 300 Raw Land No NoN/A N/A

Tamarac City of Tamarac, FL N/A 26-12-43.3 N 80-16-20.5 W 12 x 30 Yes Yes Yes No 170 Monopole No NoN/A N/A

Pompano Pompano Beach Club North N/A 26-13-51.9 N 80-05-25.4 W 12 x 12N/A (Building Generator)

No (Equip room buildout)

Yes No 250 Building No NoN/A N/A

Everglades Florida Department of Transportation N/A 26-10-28.5 N 80-51-15.2 W 12 x 20 Yes Yes Yes No 190 Tower No NoN/A N/A

Hard Rock Seminole Tribe of Florida N/A 26-03-10 N 80-12-37 W TBDN/A (Building Generator)

Yes Yes No 340 Building No NoN/A N/A

West Lake Park Broward County N/A 26-01-57.9 N 80-07-45.7 W 12 x 30 Yes Yes Yes No 300 Raw Land No NoN/A N/A

Parkland South Florida Water Management District 1059611 26-21-21.6 N 80-17-49.3 W 12 x 30 Yes Yes Yes No 304 Tower No NoN/A N/A

Sunrise Dispatch (Microwave Only) Broward County N/A 26-10-8.7 N 80-17-17.9 W 12 x 12 No No Yes No 150 Building No YesN/A N/A

Coconut Creek Dispatch (Microwave Only) Broward County N/A 26-15-29.5 N 80-11-15.8 W 12 x 12 No Yes Yes No 150 Monopole No YesN/A N/A

Pembroke Pines Dispatch (Microwave Only) Broward County N/A 26-2-34.7 N 80-24-47.3 W 12 x 12 No Yes Yes No150

Monopole No YesN/A N/A

EMS (Microwave Only) Broward County 1041903 26-9-14 N 80-10-38.0 W 20 x 34 No No Yes No 400 Tower No Yes N/A N/A

EOC (Microwave Only) Broward County N/A 26-07-25.9 N 80-15-44.2 W 12 x 12 No No Yes No 150 Monopole No Yes N/A N/A

Bid

R1

42

25

15

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

8/4

/20

16

1:0

3 P

Mp

. 18

1

Appendix C - Bounded Coverage AreasB

id R

14

22

51

5P

1B

row

ard

Co

un

ty B

oa

rd o

fC

ou

nty

Co

mm

issio

ne

rs

8/4

/20

16

1:0

3 P

Mp

. 18

2

Appendix D - Pricing Workbook for Information Only - Addendum 2

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

The 15 year Cost of Ownership should include all services available from the respondent.

Pricing Workbook Instructions and Guidelines

This Pricing Workbook has been developed to foster conformity of respondents' pricing proposals and aid in evaluation of these proposals. These price sheets are is designed to provide backup information for respondents' pricing proposal and Evaluation Criteria question No. 2; Project Approach.

These price sheets are for informational purposes and will not be used in the calculation of points awarded for Price. Detailed line item pricing for all material and services is requested. Respondents may add lines to accommodate their in-depth pricing details in support of their Project Approach.

All blank areas of the Pricing Workbook for Information Only should be filled in with a dollar figure. If it is the intent of the Vendor to perform or provide any services or commodities referenced at no cost to the County, then $0.00 (zero) dollars should be referenced in the appropriate field. DO NOT USE “N/A”, “—“OR ANY OTHER SYMBOLS.

A separate worksheet should be generated for each tower site and equipment location, including, but not limited to the core controllers, simulcast cell controllers, each site where RF equipment is located, and dispatch locations.

Antenna systems for LMR and microwave systems should be listed on the worksheet page for that site. Additional lines may be inserted as needed.

Accessories available for mobile and portable radios should be listed. Separate catalogs and price lists for accessories are requested.

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 183

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

P25 System Primary Core

<Insert Site Location>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

1 Primary Core Equipment

2 Network Equipment (Switch, LAN, WAN)

3 Network Time Protocol (NTP)

4 ISSI Equipment

5 Data Gateway Equipment

6 Over the air programming (OTAP)

7 Over the air rekeying (OTAR)

8 GPS Location

9 Virtual Private Network (VPN) Equipment

10 Alarm Monitoring Equipment

11 Equipment Other

12

13

14

15

16

17

18

19

20

Engineering & Services

21 Project Management

22 System Engineering

23 System Staging

24 Installation

25 Acceptance Testing

26 Documentation

27 Other Services (list all)

28

29

30

31

Training (List all)

31

32

33

34

35

Support & Maintenance After First Year Warranty

37 Year 2

38 Year 3

Name: (Insert respondent name)

P25 System Primary Core

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 184

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

P25 System Primary Core

<Insert Site Location>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

Name: (Insert respondent name)

39 Year 4

40 Year 5

41 Other (list all)

44

45

P25 System Primary Core

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 185

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

P25 System Secondary Core

<Insert Site Location>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

1 Primary Core Equipment

2 Network Equipment (Switch, LAN, WAN)

3 Network Time Protocol (NTP)

4 ISSI Equipment

5 Data Gateway Equipment

6 Over the air programming (OTAP)

7 Over the air rekeying (OTAP)

8 GPS Location

9 Virtual Private Network (VPN) Equipment

10 Alarm Monitoring Equipment

11 Equipment Other

12

13

14

15

16

17

18

19

20

Engineering & Services

21 Project Management

22 System Engineering

23 System Staging

24 Installation

25 Acceptance Testing

26 Documentation

27 Other Services (list all)

28

29

30

31

Training (List all)

31

32

33

34

35

Support & Maintenance After First Year Warranty

37 Year 2

38 Year 3

Name: (Insert respondent name)

P25 System Secondary Core

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 186

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

P25 System Secondary Core

<Insert Site Location>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

Name: (Insert respondent name)

39 Year 4

40 Year 5

41 Other (list all)

44

45

P25 System Secondary Core

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 187

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

P25 Simulcast P25 Simulcas Control System - Main

<Insert Sub-System name and location>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

1 P25 Simulcast Control System Equipment

2 Network Equipment (Switch, LAN, WAN)

3 Voting Equipment

4 Simulcast Sync Equipment

5 Equipment Other

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

Engineering & Services

21 Project Management

22 System Engineering

23 System Staging

24 Installation

25 Acceptance Testing

26 Documentation

27 Other Services (list all)

28

29

30

Training (List all)

31

32

33

34

35

Support & Maintenance After First Year Warranty

37 Year 2

38 Year 3

39 Year 4

40 Year 5

41 Other (list all)

Name: (Insert respondent name)

P25 Simulcas Control Sys - Main

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 188

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

P25 Simulcast P25 Simulcas Control System - Main

<Insert Sub-System name and location>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

Name: (Insert respondent name)

44

45

P25 Simulcas Control Sys - Main

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 189

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

P25 Simulcast Control System - Backup

<Insert Sub-System name and location>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

1 P25 Simulcast Control System Equipment

2 Network Equipment (Switch, LAN, WAN)

3 Voting Equipment

4 Simulcast Sync Equipment

5 Equipment Other

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

Engineering & Services

21 Project Management

22 System Engineering

23 System Staging

24 Installation

25 Acceptance Testing

26 Documentation

27 Other Services (list all)

28

29

30

Training (List all)

31

32

33

34

35

Support & Maintenance After First Year Warranty

37 Year 2

38 Year 3

39 Year 4

40 Year 5

41 Other (list all)

Name: (Insert respondent name)

P25 Simulcast Control Sys - BU

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 190

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

P25 Simulcast Control System - Backup

<Insert Sub-System name and location>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

Name: (Insert respondent name)

44

45

P25 Simulcast Control Sys - BU

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 191

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

P25 Simulcast Sites

<One Page Per Tower Site/Location - Insert Site Name>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

1 Simulcast Controller Equipment

2 Network Equipment (Switch, LAN, WAN)

3 Simulcast Sync Equipment

4 Simulcast Base Station Equipment

5 Antenna System

6 Advanced Power Meter (APM)

7 Alarm Monitoring Equipment

8 Equipment Other

9

10

11

12

13

14

15

16

17

18

19

20

Engineering & Services

21 Project Management

22 System Engineering

23 System Staging

24 Installation

25 Acceptance Testing

26 Documentation

27 Other Services (list all)

28

29

30

31 Training (List all)

32

33

34

35

36 Support & Maintenance After First Year Warranty

38 Year 2

39 Year 3

40 Year 4

41 Year 5

Name: (Insert respondent name)

P25 Simulcast Sites

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 192

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

P25 Simulcast Sites

<One Page Per Tower Site/Location - Insert Site Name>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

Name: (Insert respondent name)

44 Other (list all)

45

P25 Simulcast Sites

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 193

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

Backup System P25 Simulcast Sites

<One Page Per Tower Site/Location - Insert Site Name>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

1 Simulcast Controller Equipment

2 Network Equipment (Switch, LAN, WAN)

3 Simulcast Sync Equipment

4 Simulcast Base Station Equipment

5 Antenna System

6 Advanced Power Meter (APM)

7 Alarm Monitoring Equipment

8 Equipment Other

9

10

11

12

13

14

15

16

17

18

19

20

Engineering & Services

21 Project Management

22 System Engineering

23 System Staging

24 Installation

25 Acceptance Testing

26 Documentation

27 Other Services (list all)

28

29

30

31 Training (List all)

32

33

34

35

36 Support & Maintenance After First Year Warranty

38 Year 2

39 Year 3

40 Year 4

41 Year 5

Name: (Insert respondent name)

Backup Sys P25 Simulcast Sites

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 194

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

Backup System P25 Simulcast Sites

<One Page Per Tower Site/Location - Insert Site Name>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

Name: (Insert respondent name)

44 Other (list all)

45

Backup Sys P25 Simulcast Sites

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 195

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

700MHz P25 Conventional

<One Page Per Tower Site/Location - Insert Site Name>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

1 Base Station Equipment

2 Antenna System

3 Advanced Power Meter (APM)

4 Alarm Monitoring Equipment

5 Equipment Other

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

Engineering & Services

21 Project Management

22 System Engineering

23 System Staging

24 Installation

25 Acceptance Testing

26 Documentation

27 Other Services (list all)

28

29

30

31 Training (List all)

32

33

34

35

36 Support & Maintenance After First Year Warranty

38 Year 2

39 Year 3

40 Year 4

Name: (Insert respondent name)

700MHz P25 Conventional

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 196

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

700MHz P25 Conventional

<One Page Per Tower Site/Location - Insert Site Name>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

Name: (Insert respondent name)

41 Year 5

44 Other (list all)

45

700MHz P25 Conventional

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 197

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

8TAC92 NPSPAC

<One Page Per Tower Site/Location - Insert Site Name>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

1 Simulcast Controller Equipment

2 Network Equipment (Switch, LAN, WAN)

3 Simulcast Sync Equipment

4 Simulcast Base Station Equipment

5 Antenna System

6 Advanced Power Meter (APM)

7 Alarm Monitoring Equipment

8 Equipment Other

9

10

11

12

13

14

15

16

17

18

19

20

Engineering & Services

21 Project Management

22 System Engineering

23 System Staging

24 Installation

25 Acceptance Testing

26 Documentation

27 Other Services (list all)

28

29

30

31 Training (List all)

32

33

34

35

36 Support & Maintenance After First Year Warranty

38 Year 2

39 Year 3

40 Year 4

Name: (Insert respondent name)

8TAC92 NPSAC

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 198

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

8TAC92 NPSPAC

<One Page Per Tower Site/Location - Insert Site Name>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

Name: (Insert respondent name)

41 Year 5

44 Other (list all)

45

8TAC92 NPSAC

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 199

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

8TAC93 NPSPAC

<One Page Per Tower Site/Location - Insert Site Name>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

1 Simulcast Controller Equipment

2 Network Equipment (Switch, LAN, WAN)

3 Simulcast Sync Equipment

4 Simulcast Base Station Equipment

5 Antenna System

6 Advanced Power Meter (APM)

7 Alarm Monitoring Equipment

8 Equipment Other

9

10

11

12

13

14

15

16

17

18

19

20

Engineering & Services

21 Project Management

22 System Engineering

23 System Staging

24 Installation

25 Acceptance Testing

26 Documentation

27 Other Services (list all)

28

29

30

31 Training (List all)

32

33

34

35

36 Support & Maintenance After First Year Warranty

38 Year 2

39 Year 3

40 Year 4

Name: (Insert respondent name)

8TAC93 NPSAC

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 200

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

8TAC93 NPSPAC

<One Page Per Tower Site/Location - Insert Site Name>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

Name: (Insert respondent name)

41 Year 5

44 Other (list all)

45

8TAC93 NPSAC

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 201

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

8TAC94 NPSPAC

<One Page Per Tower Site/Location - Insert Site Name>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

1 Simulcast Controller Equipment

2 Network Equipment (Switch, LAN, WAN)

3 Simulcast Sync Equipment

4 Simulcast Base Station Equipment

5 Antenna System

6 Advanced Power Meter (APM)

7 Alarm Monitoring Equipment

8 Equipment Other

9

10

11

12

13

14

15

16

17

18

19

20

Engineering & Services

21 Project Management

22 System Engineering

23 System Staging

24 Installation

25 Acceptance Testing

26 Documentation

27 Other Services (list all)

28

29

30

31 Training (List all)

32

33

34

35

36 Support & Maintenance After First Year Warranty

38 Year 2

39 Year 3

40 Year 4

Name: (Insert respondent name)

8TAC94 NPSAC

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 202

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

8TAC94 NPSPAC

<One Page Per Tower Site/Location - Insert Site Name>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

Name: (Insert respondent name)

41 Year 5

44 Other (list all)

45

8TAC94 NPSAC

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 203

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

800MHz Analog Conventional (Optional)

<One Page Per Tower Site/Location - Insert Site Name>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

1 Simulcast Controller Equipment

2 Network Equipment (Switch, LAN, WAN)

3 Simulcast Sync Equipment

4 Simulcast Base Station Equipment

5 Antenna System

6 Advanced Power Meter (APM)

7 Alarm Monitoring Equipment

8 Equipment Other

9

10

11

12

13

14

15

16

17

18

19

20

Engineering & Services

21 Project Management

22 System Engineering

23 System Staging

24 Installation

25 Acceptance Testing

26 Documentation

27 Other Services (list all)

28

29

30

31 Training (List all)

32

33

34

35

36 Support & Maintenance After First Year Warranty

38 Year 2

39 Year 3

40 Year 4

Name: (Insert respondent name)

800MHz Analog Conv (Optional)

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 204

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

800MHz Analog Conventional (Optional)

<One Page Per Tower Site/Location - Insert Site Name>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

Name: (Insert respondent name)

41 Year 5

44 Other (list all)

45

800MHz Analog Conv (Optional)

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 205

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

Network Management System

<Insert Site Location>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

1 Network Management System Equipment (Radio)

2 Network Management System Equipment (Microwave)

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

Engineering & Services

21 Project Management

22 System Engineering

23 System Staging

24 Installation

25 Acceptance Testing

26 Documentation

27 Other Services (list all)

28

29

30

31

Training (List all)

31

32

33

34

35

Support & Maintenance After First Year Warranty

37 Year 2

38 Year 3

Name: (Insert respondent name)

Network Management Systems

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 206

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

Network Management System

<Insert Site Location>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

Name: (Insert respondent name)

39 Year 4

40 Year 5

41 Other (list all)

44

45

Network Management Systems

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 207

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

Microwave System

<One page per tower site/location. Insert Site Name>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

1 Microwave Backhaul Equipment

2 Microwave Antenna System Equipment

3 Network Managmenet and alarm monitoring equipment

4 DC Power System

5 Physical Path Surveys

6 Equipment Other

7

8

9

10

11

12

13

14

15

16

17

18

19

20

Engineering & Services

21 Project Management

22 System Engineering

23 System Staging

24 Installation

25 Acceptance Testing

26 Documentation

27 Other Services (list all)

28

29

30

Training (List all)

31

32

33

34

35

Support & Maintenance After First Year Warranty

37 Year 2

38 Year 3

39 Year 4

40 Year 5

Name: (Insert respondent name)

Microwave System

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 208

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

Microwave System

<One page per tower site/location. Insert Site Name>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

Name: (Insert respondent name)

41 Other (list all)

44

45

Microwave System

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 209

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

Dispatch Console Systems

<One page per console site location>

< Insert location & user department name>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

1 Dispatch Console Equipment

2 Network Equipment (Switch, LAN, WAN)

3 Auxiliary I/O Interfaces

4 Logging Recorder Interface

5 Conventional Channel Gateways

6 Equipment Other

7

8

9

10

11

12

13

14

15

16

17

18

19

20

Engineering & Services

21 Project Management

22 System Engineering

23 System Staging

24 Installation

25 Acceptance Testing

26 Documentation

27 Other Services (list all)

28

29

30

Training (List all)

31

32

33

34

35

Support & Maintenance After First Year Warranty

37 Year 2

38 Year 3

39 Year 4

40 Year 5

Name: (Insert respondent name)

Console System

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 210

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

Dispatch Console Systems

<One page per console site location>

< Insert location & user department name>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

Name: (Insert respondent name)

41 Other (list all)

44

45

Console System

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 211

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

Communications Trailer

<One page per console site location>

< Insert location & user department name>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

1 Trailer

2 GUI-based Gateway

3 Control Station Radios

4 Antenna Systems

5 700 MHz Conventional Repeaters

6 Generator and ATS

7 Other

8

9

10

11

12

13

14

15

16

17

18

19

20

Engineering & Services

21 Project Management

22 System Engineering

23 System Staging

24 Installation

25 Acceptance Testing

26 Documentation

27 Other Services (list all)

28

29

30

Training (List all)

31

32

33

34

35

Support & Maintenance After First Year Warranty

37 Year 2

38 Year 3

39 Year 4

40 Year 5

Name: (Insert respondent name)

Communications Trailer

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 212

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

Communications Trailer

<One page per console site location>

< Insert location & user department name>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

Name: (Insert respondent name)

41 Other (list all)

44

45

Communications Trailer

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 213

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

Facilities & Infrastructure

<One page per site location>

<Insert Tower Name>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

1 Tower (New) 200' Self Supporting

Tower (New) 300' Self Supporting

Tower (New) 400' Self Supporting

2 Tower Analysis

3 Tower upgrade

4 Shelter

5 Generator and Automatic Transfer Switch (ATS)

6 DC Power System

7 Grounding Upgrades

8 Site Preparation and Finishing

9 Other

10

11

12

13

14

15

16

17

18

19

20

21

22

Engineering & Services

23 Project Management

24 System Engineering

25 Documentation

26 Other Services (list all)

27

28

29

30

31

32

33

34

35

36

37

39

Name: (Insert respondent name)

Facilities and Infrastructure

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 214

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

Facilities & Infrastructure

<One page per site location>

<Insert Tower Name>

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

Name: (Insert respondent name)

40

41

42

43

44

45

Facilities and Infrastructure

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 215

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

Portable Radio Type 1 - No Keypad

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

1 Portable Radio Type 1 - No Keypad

2 Digital Operation

3 P25 Trunking Operation

4 TDMA

5 Data Operation

6 GPS

7 OTAP

8 AES Encryption

9 Bluetooth

10 Accidental Damage Replacement Plan

Accessories:

11 2150 mAH LIION Battery

12 2900 mAH LIION Battery

13 4200 mAH LIION Battery

14 Remote Speaker Mic

15 Carry Cases

16 Single Unit Charger

17 Multi-Unit Charger with Display

18 Multi-Unit Charger without Display

19 Vehicular Charger

20

Engineering & Services

21 Programming & Delivery

22

23

24

25

26

27

28

29

30

Training

31

32

33

34

35

Support & Maintenance

After First Year Warranty

36 Year 2

37 Year 3

38 Year 4

39 Year 5

Name: (Insert respondent name)

Portable Radio Type 1

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 216

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

Portable Radio Type 1 - No Keypad

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

Name: (Insert respondent name)

Preventive Maintenance (Per Year)

40 Every 6 months

41 Every 1 year

42 Every 2 years

43 Other (list all)

44

45

Portable Radio Type 1

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 217

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

Portable Radio Type 2 - Limited Keypad

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

1 Portable Radio Type 2 - Limited Keypad

2 Digital Operation

3 P25 Trunking Operation

4 TDMA

5 Data Operation

6 GPS

7 OTAP

8 AES Encryption

9 Bluetooth

10 Accidental Damage Replacement Plan

Accessories:

11 2150 mAH LIION Battery

12 2900 mAH LIION Battery

13 4200 mAH LIION Battery

14 Remote Speaker Mic

15 Carry Cases

16 Single Unit Charger

17 Multi-Unit Charger with Display

18 Multi-Unit Charger without Display

19 Vehicular Charger

20

Engineering & Services

21 Programming & Delivery

22

24

25

26

27

28

29

30

Training

31 User training

32

33

34

35

Support & Maintenance

After First Year Warranty

36 Year 2

37 Year 3

38 Year 4

39 Year 5

Name: (Insert respondent name)

Portable Radio Type 2

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 218

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

Portable Radio Type 2 - Limited Keypad

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

Name: (Insert respondent name)

Preventive Maintenance (Per Year)

40 Every 6 months

41 Every 1 year

42 Every 2 years

43 Other (list all)

44

45

Portable Radio Type 2

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 219

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

Portable Radio Type 3 - Full Keypad

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

1 Portable Radio Type 3 - Full Keypad

2 Digital Operation

3 P25 Trunking Operation

4 TDMA

5 Data Operation

6 GPS

7 OTAP

8 AES Encryption

9 Bluetooth

10 Accidental Damage Replacement Plan

Accessories:

11 2150 mAH LIION Battery

12 2900 mAH LIION Battery

13 4200 mAH LIION Battery

14 Remote Speaker Mic

15 Carry Cases

16 Single Unit Charger

17 Multi-Unit Charger with Display

18 Multi-Unit Charger without Display

19 Vehicular Charger

20

Engineering & Services

21 Programming & Delivery

22

24

25

26

27

28

29

30

Training

31

32

33

34

35

Support & Maintenance

After First Year Warranty

36 Year 2

37 Year 3

38 Year 4

39 Year 5

Name: (Insert respondent name)

Portable Radio Type 3

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 220

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

Portable Radio Type 3 - Full Keypad

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

Name: (Insert respondent name)

Preventive Maintenance (Per Year)

40 Every 6 months

41 Every 1 year

42 Every 2 years

43 Other (list all)

44

45

Portable Radio Type 3

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 221

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

Single Band Mobile Radio - Dash Mount

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

1 Single Band Mobile Radio - Dash Mount

2 700/800 Band

3 Mid Power

4 High Power

5 Digital Operation

6 P25 Trunking Operation

7 TDMA

8 Data Operation

9 GPS

10 OTAP

11 AES Encryption

12 Palm Mic

13 13 W Speaker

14 7.5 W Speaker

15

16

17

18

19

20

Engineering & Services

21 Programming & Delivery

22 Installation

23

24

25

26

27

28

29

30

Training

31

32

33

34

35

Support & Maintenance

After First Year Warranty

36 Year 2

37 Year 3

38 Year 4

39 Year 5

Name: (Insert respondent name)

Single Band Mobile Radio - Dash

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 222

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

Single Band Mobile Radio - Dash Mount

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

Name: (Insert respondent name)

Preventive Maintenance (Per Year)

40 Every 6 months

41 Every 1 year

42 Every 2 years

43 Other (list all)

44

45

Single Band Mobile Radio - Dash

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 223

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

Single Band Mobile Radio - Remote Mount

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

1 Single Band Mobile Radio - Remote Mount

2 700/800 Band

3 Mid Power

4 High Power

5 Digital Operation

6 P25 Trunking Operation

7 TDMA

8 Data Operation

9 GPS

10 OTAP

11 AES Encryption

12 Palm Mic

13 13 W Speaker

14 7.5 W Speaker

15 17 FT Remote Mount Cable

16 30 FT Remote Mount Cable

17 50 FT Remote Mount Cable

18 75 FT Remote Mount Cable

19 115 FT Remote Mount Cable

20

Engineering & Services

21 Programming & Delivery

22 Installation

23

24

25

26

27

28

29

30

Training

31

32

33

34

35

Support & Maintenance

After First Year Warranty

36 Year 2

37 Year 3

38 Year 4

39 Year 5

Name: (Insert respondent name)

Single Band Mobile Radio-Remote

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 224

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

Single Band Mobile Radio - Remote Mount

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

Name: (Insert respondent name)

Preventive Maintenance (Per Year)

40 Every 6 months

41 Every 1 year

42 Every 2 years

40

41 Other (list all)

44

45

Single Band Mobile Radio-Remote

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 225

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

Desktop/Remote Consolette Stations

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

1

2

3

4

5

6

7

8

9

10

11

Digital Desktop Remote Control System

12

13

14

15

16

17

Control Station Antenna System

18

19

20

21

22

23

24

Engineering & Services

25 Programming & Delivery

26 Installation

27

28

29

30

Training

31

32

33

34

35

Support & Maintenance

After First Year Warranty

36 Year 2

37 Year 3

38 Year 4

Name: (Insert respondent name)

Consolette Stations

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 226

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

Desktop/Remote Consolette Stations

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

Name: (Insert respondent name)

39 Year 5

Preventive Maintenance (Per Year)

40 Every 6 months

41 Every 1 year

42 Every 2 years

43 Other (list all)

44

45

Consolette Stations

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 227

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

Recommended Spares and Test Equipment

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

1 Recommended Spare Parts for Main P25 System Core

2Recommended Spare Parts for Main P25 System Simulcast System

3Recommended Spare Parts for Backup P25 System Simulcast System

4Recommended Spare Parts for 700 MHz P25 Conventional System

5 Recommended Spare Parts for 8TAC Conventional System

6 Recommended Spare Parts for Paging System

7 Recommended Spare Parts for Fire Station Alert System

8 Recommended Spare Parts for Console System

9 Recommended Spare Parts for Network Management System

10 Recommended Spare Parts for Microwave System

11Recommended Spare Parts for Optional 800 MHz Analog Conventional System

12

13

14

15

16

17

18

19

20

Engineering & Services

21 Programming & Delivery

22 Installation

23

24

25

26

27

28

29

30

31

32

33

34

35

36

Name: (Insert respondent name)

Spares and Test Equipment

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 228

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

Recommended Spares and Test Equipment

Item DescriptionEstimated

Qty / Hours

Unit Price /

Hourly Rate

Discount

Percent

Name: (Insert respondent name)

37

38

39

40

41

44

45

Spares and Test Equipment

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 229

Appendix D - Pricing Workbook for Information Only

R1422515P1

Public Safety Radio APCO Project 25 700MHz Communication System

Total 15 Year Cost of Ownership

Item Service Description

Year 1

Includes

Warranty

Year 2 Year 3 Year 4 Year 5 Year 6 Year 7 Year 8 Year 9 Year 10 Year 11 Year 12 Year 13 Year 14 Year 15

1 P25 System Upgrade Agreement - Hardware and Software $2,222,222

2 Remote Technical Support

3 System Monitoring

4 System Dispatch Service

5 Field Technical Support

6 Equipment Annual Preventive Maintenance

7 Equipment Parts Replacement

8 Microwave Service

9 Disaster Preparedness Services

10 Disaster Recovery Services

11 Security Update Service: inlcudes antivirus, security patches.

12 Logging Recorder Maintenance

13 Other

14

15

16

17

18

19

*Note: Year 1 begins upon system acceptance.

Name: (Insert respondent name)

15 Year Cost of Ownership

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 230

5

6

Question and Answers for Bid #R1422515P1 - Public Safety Radio APCO Project 25 700MHz Communication System

Overall Bid Questions

Question 1 Will the County provide an assigned storage facility or will this be the vendor's responsibility during Installation

Phase? (Submitted: May 16, 2016 5:44:32 PM EDT)

Answer- Please clarify the question by being more specific. (Answered: May 19, 2016 11:55:07 AM EDT)

- The Vendor will be responsible for providing storage for any equipment that is shipped prior to installation. The Vendor shall be liable for all equipment while it is housed at their storage facility. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 2 A. 1. Primary Trunked System

Last sentence: “A secondary simulcast cell or multicast site will be acceptable for coverage over the Everglades.â€

Question: What is the approximate expected traffic loading for this rural area/ Everglades? (Submitted: May 16, 2016

5:46:09 PM EDT)

Answer- Proposers should provide 10 talkpaths (6 RF channels) to cover the Everglades. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 3 Section 8.1 8.1. Overview, Section A

Question: Can the county provide a quantity breakdown for Portable and Mobiles based on the following: -Portable Radios -Remote Mobiles -Dual Head Mobiles -Dash Mobiles -Fire Truck Mobiles -Ambulance Mobiles -Boat Mobiles (Submitted: May 16, 2016 5:51:31 PM EDT)

Answer- A specific breakdown of portable and mobile radios by installation configuration is not available. It is noted that portable and mobile radio costs are not factored as part of the scoring, and user agencies will be responsible for purchasing radios directly. Pricing information should be provided for the full range of installation configurations offered by the proposer with the specific installation costs for each. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 4 Section 11.6 Coverage Testing, Section B. CATP

iv). A grid will be considered a “fail†if the outbound signal is measured at a BER greater than or equal to two percent. Question: Two percent (2.0%) is a DAQ3.4 for FDMA. DAQ3.4 for TDMA outbound is 2.4%. Should this read: A grid will be considered a “fail†if the outbound signal is measured at a BER greater than 2.4 percent. (Submitted:

May 16, 2016 5:53:12 PM EDT)

Answer- The County requires BER testing conducted at a failure rate of 2%. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 5 Section 8 Training Questions:

1. Dispatch Consoles: Is county seeking supervisor or user training? How many students will be trained? 2. Does the County prefer the Train-the-Trainer approach for Subscriber radio training? 3. How many students need Subscriber training? 4. How many Maintenance Technicians need training? 5. How many Technical Radio Managers need training? (Submitted: May 16, 2016 5:54:51 PM EDT)

Answer- 1. The County is seeking both supervisor and user training. An estimated 500 individuals will require training. 2. Train the trainer will be the best approach for the end user radios (portable/mobile). 3. An estimated 200 individuals will require mobile/portable training. 4. An estimated 12 maintenance technicians will require training. 5. An estimated 6 Radio Managers will require training. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 6 Section 3.0 Backhaul Network

3.2.1- Minimum Requirements Section G “Redundant landline-based Ethernet connectivity shall be provided to all critical infrastructure locations (system controllers, prime controllers, dispatch locations) as well as the EMS, Coconut Creek, Channel 2, and Davie locations identified in Appendix B. Radio backhaul must seamlessly route and self-heal between the combined microwave and landline network.â€

Question: Is this requirement to just provide an estimated cost for the leased landline connectivity or is it to be priced into the on-going maintenance of the system? (Submitted: May 16, 2016 5:56:32 PM EDT)

Answer- The County does not desire cost estimates for leased circuits. The County will be responsible for securing the leased circuits to provide the backhaul transport. The Vendor will be responsible for interfacing those links with the MPLS backhaul system and ensuring that the traffic can seamlessly route between the microwave and landline circuits. Vendors should factor in the costs of any maintenance required for equipment needed to interface with the landline connections within their proposals. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 7 Section 3.0 Backhaul Network

3.2.1- Minimum Requirements H Capacity (Part 3) Question: Since the current system is TDM based, please provide a T1 channel plan that will be required to be supported by the new microwave. (Submitted: May 16, 2016 5:57:45 PM EDT)

Answer- A copy of the T1 channel plan will be provided on BidSync. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 8 Section 2.0 Radio Communications System Requirements

2.6.7 Backup and Interoperability Requirements, D “Vendors shall propose a mobile communications trailer with the following elements:â€

Question: Is there any requirement to provide working space for personnel within the equipment area of the trailer? (Submitted: May 16, 2016 5:58:37 PM EDT)

Answer- The trailer should include seated workspace for one technician. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 9 Does Broward County have existing County owned facilities that have available space to support the storage of

equipment during the implementation period? If county owned storage space is available for use by the vendor during implementation then the cost to rent temporary storage would not be added to the project and ultimately incurred by the County. (Submitted: May 23, 2016 2:59:41 PM EDT)

Answer- The Vendor will be responsible for providing storage for any equipment that is shipped prior to installation. The Vendor shall be liable for all equipment while it is housed at their storage facility. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 10 B. The system shall meet a GoS of 1 percent, with 90 percent of units that are placed in queue receiving a

channel grant within two seconds. Vendors shall use the following information in developing their design: 1. Assume 4,772 active users on the system 2. Assume 5 calls per unit per hour 3. Assume a 4-second call duration. 4. If the Vendor’s proposed system contains multiple subsystems or cells, an additional loading increase

shall be included to account for calls that involve talkgroups on two or more cells. Vendors shall provide calculations and explain justifications. Question: This call rate would require 40 talk paths for a 1% GOS. Since Broward County has twenty 700 MHz frequencies which could provide the maximum 36 talk paths plus the control channel for a single simulcast cell, is there going to be additional traffic information that could be used to better analyze the traffic from 4772 active units? (Submitted: May 23, 2016 3:01:45 PM EDT)

Answer- The County has reviewed the projected system loading and has reduced the number of active users to 4272. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 11 RFP Section: 2.3.2.A, 2.3.2.B, 2.3.2.C

Question: Requirement is for system expansion of 10 percent by the addition of hardware and/or software. The combiner example provided in RFP Section 2.3.2.A is for “equipped†capacity and not the capability for expansion. Is the combiner a special case and the remainder of equipment shall be “capable†of 10

percent expansion? Sections 2.3.2.B and 2.3.2.C are in conflict with each other with respect to expanding the number of simulcast cells (30 vs. 5, respectively). Additionally, these sections conflict with Section 2.3.2.A (10 percent expansion requirement) relative to sites per simulcast cell. It is requested that hardware expansion as required by the affected RFP sections be limited to 10 percent of the Vendor system design. Please distinguish between “equipped vs. “capable†expansion. (Submitted: Jun

7, 2016 3:55:18 PM EDT)

Answer- Section 2.3.2.A states that the expansion capability shall be provided "where possible", so if expansion is not possible for certain components within a vendor's proposed design than the proposal will still be compliant. The expansion capability shall be provided as "equipped" capacity. Section 2.3.2.B has been removed. The specific expansion requirements listed in section 2.3.2.C supersede the 10% requirement in 2.3.2.A, and will not be eliminated. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 12 RFP Section: 2.6.2.B

Question: Reference to APCO P25 functional requirements, features, and performance objectives should be to Section 2.2.1, not 3.2.1. (Submitted: Jun 7, 2016 3:57:19 PM EDT)

Answer- The reference has been corrected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 13 RFP Section: 2.6.2.C

Question: Requirement is for the system controller to be placed at the County’s Sunrise PSAP. No mention is

made of a location for a redundant system controller. RFP Section 2.3.1.D indicates a desire for geographically separated system controllers, simulcast controllers, and voting equipment. Please clarify the requirement for geographically redundant components. (Submitted: Jun 7, 2016 3:59:21 PM EDT)

Answer- Geographically redundant components shall not be co- located within the same building. Vendors should provide the primary system controller at the Sunrise PSAP and the backup system controller at the Coconut Creek PSAP. The primary simulcast controller should be located at the Core site a backup should be located at the Hard Rock location. This does not preclude additional backup simulcast controller locations if proposed. This has been addressed in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 14 RFP Section: 2.6.6.B.4

Question: Return loss should be specified as 14 dB corresponding to a VSWR of 1.5:1. (Submitted: Jun 7, 2016

4:01:50 PM EDT)

Answer- The return loss has been corrected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 15 RFP Section: 2.6.7.A.5

Question: Requirement for the P25 trunked backup system is the greatest level of autonomy possible from the

primary trunked system. Does this level of autonomy require a separate system controller from that furnished for the primary trunked system? If so, please state redundancy requirements, if any. Also, is there any requirement to link the backup trunked system with the primary trunked system at the system level? (Submitted: Jun 7, 2016 4:08:40

PM EDT)

Answer- A separate system controller is not required (single system ID). The backup system should have an independent simulcast controller with connected to both the primary and backup system controllers. (Answered:

Jun 23, 2016 9:04:21 AM EDT)

Question 16 RFP Section: 2.6.7.C

Question: Requirement is for a “narrowband†analog conventional simulcast repeater system for certain NPSPAC interoperability channels. NPSPAC is not narrowband but an offset channel methodology. For analog voice, NPSPAC emission would represent reduced bandwidth relative to standard wideband emission e.g. 14K0F3E vs. 16K0F3E, “occupied bandwidth.†Please clarify County’s required bandwidth for analog

NPSPAC operations. (Submitted: Jun 7, 2016 4:10:01 PM EDT)

Answer- The "narrowband" reference has been replaced with "wideband" in an Addendum. The channels shall operate with a 20K0F3E emission consistent with the NIFOG. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 17 RFP Section: 2.6.7.D.5

Question: Requirement for mobile communications trailer includes two 700 MHz repeaters operating in the P25 conventional mode. Are the repeaters to be single- or multi -channel? How are the repeaters to be controlled? (Submitted: Jun 7, 2016 4:10:50 PM EDT)

Answer- The repeaters shall be single-frequency units. The repeaters shall default in the repeat mode and shall be controlled locally. This is reflected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 18 RFP Section: 2.7.A

Question: Requirement is for a “narrowband†analog simulcast 800 MHz conventional repeater system. Use of narrowband analog modulation is not necessary at 800 MHz and would result in less coverage in a given system compared to wide-band emissions. (Submitted: Jun 7, 2016 4:11:44 PM EDT)

Answer- The "narrowband" reference has been replaced with "wideband" in an Addendum. The channels shall operate with a 20K0F3E emission consistent with the NIFOG. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 19 RFP Section: 3.2.1.H.3

Question: County desires that new microwave system be cutover in advance of the new radio system so that it may support the legacy SmartNet system. Please provide the route map and T1 channel plan including loop switch redundancy associated with the existing Tadiran microwave system currently supporting SmartNet. (Submitted: Jun 7, 2016 4:12:35 PM EDT)

Answer- The T1 channel plan will be provided in an addendum. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 20 RFP Section:1.1, 3.2.1.H.3

Question: Is it intended that system vendor build out the replacement SmartNet T1 transport to a point of demarcation from which County will interconnect to Smartnet TenSr channel banks, Larus route switches, etc.? If so, please define the hardware interface required as a point of demarcation at each SmartNet site. (Submitted: Jun

7, 2016 4:13:58 PM EDT)

Answer- It is the intent to cutover backhaul from the existing microwave system to the new microwave system prior to the radio system cutover. The demarcation point at each radio site will be the Larus route switches. All channel banks from each remote radio site terminate at the Public Safety Building, which is not currently planned for connectivity on the new microwave system. As part of the microwave cutover plan, the radios in the north and south microwave loops will be replaced with new microwave radios, but the existing eight (8) CM6 microwave radios between Core and PSB (4 radios at Core and 4 radios at PSB) will remain in place during the cutover to support the legacy system. These eight (8) CM6 microwave radios will be removed once the all radios users are migrated to the new P25 system. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 21 RFP Section: 3.2.1.N.5

Question: Requirement is for microwave antenna systems to be tested for low VSWR using return loss measurements. Please state minimum acceptable return loss. (Submitted: Jun 7, 2016 4:14:48 PM EDT)

Answer- VSWR of 1.5:1, and return loss of 14 dB. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 22 RFP Section: 1,9.H, 1.10.F, 5.1.F

Question: Requirement is for successful vendor to provide detailed drawings for structures and foundations sealed by a Florida P.E. at the time of the 45-day design. It is not practical to require sealed drawings for a design not yet approved by the County. Rather, tower profile drawings indicating antenna-mounting locations should be submitted at time of the 45-day design (see RFP Section 1.9.H). It is requested that the submittal of sealed drawings for new towers and tower structural analysis for existing towers be provided within 90 days from Final Design submittal such that the appropriate engineering analyses may be performed based on a County-accepted system design. (Submitted: Jun 7, 2016 4:16:46 PM EDT)

Answer- Detailed drawings for structures and foundations sealed by a Florida P.E will be permitted at the 90 day Final Design, with tower profile drawings indicating antenna-mounting locations provided at the 45-day design. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 23 RFP Section: 5.2.A.1

Question: Requirement is for vendor to update proposed solutions during negotiations if it is determined that existing towers must be replaced or modified. Whether an existing tower structure should be modified or replaced may not be known at the time of negotiation since structural analysis of existing structures will not yet have been conducted by the successful vendor. Similar to the request made in Question 13 above, is it acceptable to provide the recommendation to modify or replace following the structural analysis of existing tower structures within a 90-day period from Final Design submittal? (Submitted: Jun 7, 2016 4:18:09 PM EDT)

Answer- Recommendations to replace or upgrade a tower may be provided within a 90-day period during the Final Design submittal. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 24 RFP Section: 5.2.C.2

Question: Please clarify requirement for transmission line support to accommodate both snap-in and bolt - in cable hangers. RFP Section 2.6.6.E.1 does not permit the use of “snap-on kits.†Please resolve the conflict between RFP Sections 2.6.6.E.1 and 5.2.C.2. (Submitted: Jun 7, 2016 4:19:12 PM EDT)

Answer- The specifications have been updated in an Addendum to reflect that snap- in cable hangers are not permitted. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 25 RFP Section: 5.2.E.3, 5.3.1.5.a

Question: Harris Site Grounding and Lightning Protection Guidelines should be corrected to read AE/LZT 123 4618/1. (Submitted: Jun 7, 2016 4:21:04 PM EDT)

Answer- The reference has been updated through an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 26 RFP Section: 5.7F.2.b

Question: Requirement is for DC power system to provide -24/-48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. (Submitted: Jun 7, 2016 4:22:20 PM EDT)

Answer- These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level. (Answered: Jun 23, 2016 9:17:49 AM EDT)

Question 27 RFP Section: 7.2.1.E.2

Question: Requirement is for portable radio battery capacities of 2150, 2900, and 4200 mAh, which may be specific vendor capacities. Battery capacity by itself is not an accurate gauge of operating time. It is suggested that the County specify batteries based on portable radio operating time in accordance with the industry standard 5-5-90 duty cycle. (Submitted: Jun 7, 2016 4:23:11 PM EDT)

Answer- The specific battery capacity levels have been removed. This is reflected in an Addendum. The County desires options for various battery capacity levels for portable radios offered by each vendor. (Answered: Jun 29, 2016

12:57:46 PM EDT)

Question 28 RFP Section: 7.2.2.E

Question: Requirement is for up to 100 feet of coaxial cable for control stations. Please state quality reference or performance specification for coax cable. (Submitted: Jun 7, 2016 4:24:13 PM EDT)

Answer- Control station cables should be 1/2" LDF plenum rated cable with associated RF surge suppression, ground kit, and mounting hardware. This is reflected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 29 RFP Section: N/A

Question: Please provide the scheduled dates for planned demonstrations. (Submitted: Jun 7, 2016 4:25:22 PM EDT)

Answer- Plans are being made for the demonstrations, but the scheduled date will not be known until after the RFP bid end date deadline. (Answered: Jul 18, 2016 7:59:42 AM EDT)

Question 30 RFP Section: Evaluation Criteria 4.0

Question: The evaluation criteria includes 5 points for “Workload of the firm†. Please indicate how you plan to calculate “Workload of the firm†. Also, please describe how this benefits or affects Broward County and the selected company’s deployment efforts once the commitment to deploy within a specified time is made?

(Submitted: Jun 7, 2016 4:26:26 PM EDT)

Answer- Each Evaluation Committee Member will evaluate and allocate up to 5 points in regards to how much recent, current and projected work the firm has retained. This criteria will aid Broward County by indicating whether the firm can adequately manage a large project. Refer to Evaluation Criteria, question number four (4). (Answered: Jun

14, 2016 10:44:46 AM EDT)

Question 31 RFP Section: Evaluation Criteria 4.0

Question: The evaluation criteria includes 5 points for location. During the mandatory pre-bid meeting of May 17th, the county representative said that these 5 points would be given to a company if the company’s

Headquarters were located in Broward County. Please confirm that “Headquarters†means a firm’s

Corporate Headquarters. (Submitted: Jun 7, 2016 4:27:42 PM EDT)

Answer- Yes, Headquarters means the firm's Corporate Headquarters. (Answered: Jun 9, 2016 4:06:18 PM EDT)

Question 32 RFP Section: N/A

Question: Please provide radio traffic statistics for the current radio system during normal operation and busy hour to see how radio traffic was affected under real situations. (Submitted: Jun 7, 2016 4:28:25 PM EDT)

Answer- The current radio system traffic does not consider future loading, and is therefore not an accurate measure of system performance. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 33 Section 3.3 System Configuration

3.3.3 Grade of Service (GoS) – Trunked System B. The system shall meet a GoS of 1 percent, with 90 percent of units that are placed in queue receiving a channel grant within two seconds. Vendors shall use the following information in developing their design: 1. Assume 4,772 active users on the system 2. Assume 5 calls per unit per hour 3. Assume a 4 second call duration. 4. If the Vendor’s proposed system contains multiple subsystems or cells, an additional loading increase

shall be included to account for calls that involve talkgroups on two or more cells. Vendors shall provide calculations and explain justifications. Question: In reference to the item 3 above “Assume a 4 second call duration†, does this call duration represent the actual audio time without any call setup time included? (Submitted: Jun 7, 2016 4:28:58 PM EDT)

Answer- This represents the actual call audio time. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 34 Section 10.3.C – System Staging 3. The microwave subcontractor must make accommodations to stage its equipment at the P25 Vendor’s

facility, to allow staging of the complete radio and backup system simultaneously. Question: Would it be acceptable for the microwave MPLS network equipment to be staged at the Motorola Solutions facility (CCSi) without the complete microwave RF radio equipment? (Submitted: Jun 7, 2016 4:29:54 PM

EDT)

Answer- The full system must be configured at staging, including microwave MPLS and RF components. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 35 How many dispatch consoles will be dedicated for training? (Submitted: Jun 7, 2016 4:30:55 PM EDT)

Answer- The Vendor will be responsible for providing a local training facility at the Vendor's expense with a minimum of 20 dispatch positions. The training shall be conducted on a 24/7 basis to account for all Broward County dispatch shifts. There shall be a ratio of one student per dispatch console position. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 36 RFP Section:1.2, 1.4.A.2

Question: Requirement is for dispatch consoles and Motorola PremierOne CAD system to interface with the paging and FSA systems. System overview implies a requirement for vendor to furnish new UHF alphanumeric simulcast paging transmitters and a UHF fire station alerting system. Please clarify whether new UHF paging and fire station alerting subsystems are required as part of the procurement under Bid R1422515P1. If so, please provide full technical requirements including features, functions, and RF coverage. If new paging and FSA subsystems are not required under the Bid, please identify any need to interface to existing paging and FSA subsystems along with full technical descriptions and interface requirements. (Submitted: Jun 7, 2016 4:34:51 PM EDT)

Answer- The paging and FSA systems are not part of this procurement. The reference has been removed. (Answered: Jun

29, 2016 12:57:46 PM EDT)

Question 37 RFP Section: Bid Comments (Scope, Item 1), 1.3.C

Question: Scope Item 1 on RFP Page 2 requires a 700 MHz P25 Phase II System) to replace the County’s

existing 800 MHz Motorola SmartZone System while RFP Section 1.3.C requires a standalone 700/800 MHz, P25 DMM Phase I and Phase II trunked, simulcast system. Can the primary P25 trunked system be limited to one frequency band or must it be composed of both 700 and 800 MHz channels? (Submitted: Jun 7, 2016 4:36:46 PM EDT)

Answer- There are 20 700 MHz frequencies available to Broward County. If more than 20 frequencies are required, than it is likely 800 MHz frequencies utilized on the County's existing system will be required. (Answered: Jun 23, 2016

9:04:21 AM EDT)

Question 38 RFP Section:1.3.D

Question: Requirement is for a 4-site P25 Phase II, 7-channel fixed simulcast backup network supporting both voice and data. Please advise the frequency band of operation for the backup P25 trunked system. (Submitted: Jun

7, 2016 4:37:33 PM EDT)

Answer- Designs must account for either 700 MHz or 800 MHz frequencies based on frequency availability. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 39 RFP Section: 4.1.E

Question: Requirement is that the dispatch console system seamlessly integrate with the City of Fort Lauderdale’s Motorola P25 system and that the interface may be accomplished through CSSI or other

means that satisfy all identified requirements. Harris utilizes a virtualized CSSI within its ISSI interface. Does the Motorola hosted master site located at Motorola’s facility in Plantation, Florida provide the necessary ISSI interface to accommodate an interface to a

Harris ISSI? (Submitted: Jun 7, 2016 4:38:22 PM EDT)

Answer- It should be assumed that the Motorola Hosted Master Site will support the ISSI/CSSI connection at the time of system deployment. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 40 RFP Section: 4.5

Question: Requirement is for: The outputs from the console equipment shall be capable of being connected to the agency’s current replay

recording equipment. Please identify the existing replay equipment. A logging recorder link that will support a direct connection without requiring a conventional interface. Please identify each voice logging recorder to which vendor must link trunked and conventional audio resources and dispatch operator positions. To achieve a more efficient interface between the new trunked radio systems and the logging recorder, would the County accept new digital logging recorders in place of the County’s existing recorders? (Submitted: Jun 7, 2016

4:40:21 PM EDT)

Answer- A new digital logging recorder will not be accepted. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 41 Question: It is our expectation that the answers to these questions will have a significant impact on the system

design and the time required to complete a proposal. Therefore, Harris kindly requests that a 4 week extension be granted by Broward County. Such extension would go along with the 12 week period for proposal completion communicated during the RFQ selection committee meeting of April 26th. (Submitted: Jun 7, 2016 4:41:54 PM EDT)

Answer- the request to extend the bid end date by 4 weeks will not be granted. Any need to extend the bid end date will be determined as appropriate and as to the needs of Broward County. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 42 RFP Section 3.2.1.1 Microwave Engineering

A. Vendors shall conduct physical path surveys to assure that all proposed paths meet proper clearance criteria. Question: Is it correct to assume that physical path surveys referenced are to be completed by the successful vendor and not for the proposal stage? (Submitted: Jun 13, 2016 2:34:59 PM EDT)

Answer- Physical path surveys shall be conducted by the successful vendor after award, not during the proposal stage. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 43 Section 5.7 - DC Power System F. Performance Requirements: 3. Minimum Duration of Supply – The DC power system shall provide eight hours of run-time with a 25-percent equipment growth factor. Question: Is it correct to assume that the 25% equipment growth factor means that the proposed Charger-Rectifier and Battery Plant should be sized 25% higher than the required capacity? (Submitted: Jun 15, 2016 10:26:23

AM EDT)

Answer- Yes, correct. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 44 1. Lobbyist Registration Requirement Certification

Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be

deemed non-responsive for failure to fully comply within stated time frames. Question: This form is not on Bidsync, will it be added or is considered completed from Step 1 of the 2 Step process? (Submitted: Jun 15, 2016 8:09:35 PM EDT)

Answer- The Lobbyist Registration Requirement Certification Form has been added in an Addendum. (Answered: Jun 29,

2016 12:57:46 PM EDT)

Question 45 With regard to the requirement for backup radio systems that appears on page 10 section 1.2, page 12

paragraph D and page 24 section 2, which four (4) of the 12 sites listed as mandatory in Appendix B are the intended sites for these secondary systems? (Submitted: Jun 17, 2016 10:05:28 AM EDT)

Answer- The four sites listed in Column J of Appendix B. These include Core, Coconut Creek, Davie, and Channel 2. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 46 Section 5.3.F.3

The roof shall withstand the impact of ice falling from the adjacent tower without suffering any damage, or shall otherwise be protected from such damage. The Vendors shall describe in their proposals how this requirement will be met. Question: Please confirm the requirements for the Shelters per Section 5.3.F.3 to be a requirement of the specification. (Submitted: Jun 22, 2016 6:36:41 PM EDT)

Answer- While falling ice is not likely to be experienced, the requirement is intended to account for other falling objects or projectiles. The requirement remains. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 47 Section 7.3.2.A.3

The County has requested maintenance pricing to cover ‘Accidental Damage Replacement’ of subscriber

radios. a) Can the County please further define ‘Accidental Damage’ so respondents have a clear understanding

of what to include and b) Since there is not a specific line item in the price pages for Accidental Damage, are respondents to include this price in the overall maintenance pricing or provide it as a separate line item? (Submitted: Jun 24, 2016 8:29:35 AM EDT)

Answer- Accidental damage shall include any damage caused to the radio that impairs operation that is not directly the result of a manufacturer defect. The 'Accidental Damage' warranty plan shall cover the repair or replacement of these units as required. An updated pricing sheet has been provided for the Accidental Damage option. (Answered: Jul 11, 2016 3:25:05 PM

EDT)

- This will be addressed through an Addendum. (Answered: Jul 12, 2016 7:05:44 AM EDT)

Question 48 During the site surveys, Broward County indicated that it could provide a Tower Loading Analysis to vendors.

Can the County please provide this analysis for the existing towers? (Submitted: Jun 24, 2016 8:40:22 AM EDT)

Answer- Structural analyses shall be provided to the selected vendor after contract award. (Answered: Jul 11, 2016 3:25:05

PM EDT)

- According to the Project Manager, “County providing the proposers with data that is outdated and/or incomplete is not in the best interest of the County or the proposers… . the information the proposers are seeking, tower load analysis, is irrelevant for the proposers to provide a bid.†(Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 49 Section 4.3, Pg. 50

“B. The console system shall support a minimum of 24 conventional resources interfaced to the radio backhaul network through conventional gateways at each of the three PSAPs (72 conventional resources total). The conventional resources need to be available to the consoles in the event of a loss of wide-area trunking.â€

Please be more specific about the nature of the conventional resources. In B above the ask is for a minimum of 24 conventional resources but afterwards 72 conventional resources are described. (Submitted: Jun 24, 2016 8:41:44

AM EDT)

Answer- There are to be 24 conventional resources at each of the three regional dispatch centers, providing 72 total conventional resources. The conventional gateway needs to support Analog, Digital and IP Interface to conventional resource. Analog: The analog interface needs to support the following: • 2-Wire input/output • 4-Wire • VOX and Carrier Operated Relay (COR) • PTT Relay Output • Line Operated Busy Light (LOBL) Detectors • Analog Logging Output • Secure/Clear Call input The interface needs to support the following types of conventional channels: • R1, T1R1, T2R2, T4R4, T4R4, T8R8, T12R12, T14R14, T16R16 • MDC1200 • P25 Conventional The interface needs to support the following types of control: • E&M Control • Tone Remote Control (TRC) • Digital Control via IP Link (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 50 Section 2.5.1

This section asks for coverage maps in hard copy format. Does the vendor need to ship hard copies of the maps in addition to uploading the PDFs to BidSync? If so, please advise where to ship to and how to mark the packaging. (Submitted: Jun 24, 2016 8:43:12 AM EDT)

Answer- Soft copies submitted through BidSync will be acceptable for proposal purposes. Soft and hard copies will be required from the selected vendor after contract award based on final County approved system design. (Answered:

Jul 11, 2016 3:25:05 PM EDT)

Question 51 Section 2.5 and 2.5.2

Section 2.5.C.2 requests audio files in .wav or .mp3 files. Section 2.5.2.C requests antenna pattern files in EDX or PLANET formats. Given this is an electronic proposal only and items like this are typically provided on CD or jump drive, how would the County like Vendors to provide these files? (Submitted: Jun 24, 2016 8:44:31 AM EDT)

Answer- Vendor should upload the files in BidSync. At the County's request, vendor shall provide the files within three business days. This has been addressed in an Addendum (Answered: Jul 15, 2016 11:00:03 AM EDT)

Question 52 Could the County please provide a list of service codes that Broward County wishes to use that support the

CBE goals for this procurement? (Submitted: Jun 24, 2016 8:44:56 AM EDT)

Answer- OESBD will be having a meet and greet with eligible firms to network with potential bidders. This meeting is being coordinated by OESBD and is being held on 7/12/2016, 3:30-4:30PM, Broward County Government Center 115 S Andrews Avenue, RM 302, Ft. Lauderdale, FL 33301. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- Broward County does not provide a list of service codes regarding CBE goal requirements for solicitations. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 53 Section 6.7 DC Power System

F. Performance Requirements 3. Minimum Duration of Supply – The DC power system shall provide eight hours of runtime with a 25-percent equipment growth factor. Question: Eight hours of runtime for the P25 base stations will require significant space and significant weight for battery plants assuming that it is sized for full load (all trunked stations transmitting) plus 25% growth factor. For sizing the DC Power system, are we to assume that all voice trunking stations are continuously transmitting? If not, what would be the duty cycle to assume for the trunked voice channels (i.e. 50% transmit / 50% receive)? Traditional designs are configured for 2 hours of battery back up, mainly because if there is a generator failure, equipment is probable to fail from over heating. Is the County open to adjusting the time requirement for the back up battery systems? (Submitted: Jun 24, 2016 5:07:35 PM EDT)

Answer- Regarding Section 5.7, DC Power System; Vendors should assume a 50% average repeater usage (transmit and receive) for 8 hour DC runtime calculations. Vendors must also ensure 4 hours of DC runtime under 100% load. The County understands the space and weight requirements. These factors should be considered within the proposals. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This has been addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 54 In order for Harris to comply with the Broward County RFP request to demonstrate CAD interface with Motorola

PremierOne CAD to pass radio user data between systems, including radio unit ID, messaging, and CAD entry data, we request that Broward County please supply all PremierOne API documentation. Thank you for your consideration of this request. We look forward to your prompt response so that we can begin the middleware development process as soon as possible. (Submitted: Jun 27, 2016 1:02:07 PM EDT)

Answer- The County is not licensed to provide API data for PremierOne CAD. Vendors must demonstrate their best effort to conduct the demonstrations, and absent the ability to provide a live demonstration the vendor may provide information to the review committee to indicate their ability to meet the requirements in the specifications. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 55 In regard to the price pages supplied with the RFP (Appendix D_Pricing_Workbook for Information Only), there

are no columns for extended price calculations. Does the County want bidders to add column(s) to show the calculated extended price for items whose quantity is larger than 1? (Submitted: Jun 27, 2016 1:28:29 PM EDT)

Answer- Regarding Appendix D - Pricing Workbook for Information Only, The County is not requesting bidders to add columns to show extended pricing. (Answered: Jun 27, 2016 2:17:07 PM EDT)

Question 56 The price pages have a column for unit price and a column for discount percent. Is the unit price intended to be

the list price (before application of the discount) or the net unit price (after application of the discount). (Submitted:

Jun 27, 2016 1:29:09 PM EDT)

Answer- Regarding Appendix D - Pricing Workbook for Information Only; The unit price is intended to be the net price after application of the discount. (Answered: Jun 27, 2016 2:17:08 PM EDT)

Question 57 The list of sites provided in the RFP includes Tamarac and Deerfield. During the mandatory pre -bid meeting of May 17 it was mentioned that these sites are not to be re-used. However, this was not communicated officially through an amendment to the RFP. Can the County provide clarification regarding these two sites? (Submitted: Jun

28, 2016 7:42:12 AM EDT)

Answer- The County's existing sites in Deerfield and Tamarac are receive-only locations that will not be reused. The County is looking to build new tower sites in these general areas. It is the new sites that are reflected in the site matrix. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- For further clarification, the Deerfield and Tamarac site locations listed in Appendix B - Site Information are not the County's existing receive-only locations. (Answered: Jul 25, 2016 11:32:51 AM EDT)

Question 58 Question: Requirement is for DC power system to provide -24/ -48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. (Submitted: Jun 29, 2016 1:25:17 PM EDT)

Answer- Please see response to question 26. These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 59 Jun 07, 2016 4:22:20 PM EDT

Question: Requirement is for DC power system to provide -24/-48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. "Answer - Jun 23, 2016 9:17:49 AM EDT These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level." ---Updated Question: In reference to the answered question, is 1 for N redundancy also required for these supplemental voltages of +12vdc, -24vdc and 120vac? (Submitted: Jun 29, 2016 2:21:17 PM EDT)

Answer- N+1 redundancy is required for all voltage levels. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 60 Coordinates given for Hard Rock in the RFP do not clearly identify the intended structure. There appears to be

three structures that make up the Hard Rock complex. There are buildings to the Northwest, Southwest and Southeast in the complex. Please identify which building in the Hard Rock complex is intended for use as the Hard Rock radio site. (Submitted: Jun 30, 2016 12:20:18 PM EDT)

Answer- The coordinates correspond to planned new construction. The coordinates provided should be utilized. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 61 4.5. VOICE LOGGER OUTPUT

The Vendor shall identify within its proposal all replay requirements necessary to complete the interface. Question: In addition to the API cost, is it the intent of the County for the respondents to include pricing of all necessary replay requirements (including additional server hardware, other recording license additions and the services) or just identify all necessary replay requirements to complete the interface? (Submitted: Jun 30, 2016

3:32:54 PM EDT)

Answer- The vendor shall work with Replay Systems Inc. to obtain a quote for hardware and software needed to upgrade or replace existing logging recorder in order to be able to record the radio system talkgroups, conventional resources and dispatch consoles audio. For the radio vendor, the pricing should include at a minimum: server, firewall, and software licenses needed to pull the audio from the radio network and interface to the Logging system at both Central Dispatch and North Dispatch. For the Replay quote, it should included at a minimum the following (QTY to be defined by Replay): 1) VPI P25 Interface; 2) P25 API; 3) P25 Codec (one required per 32 Channels); 4) Cost to upgrade or replace existing logging recorder; 5) Installation and configuration (need to support pretest and cutover); 5) Extended Hardware and Software Support for years 2 thru X. (Answered: Jul 11,

2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 62 RFP Section 4.5

1. Please describe by make and model/version the existing replay recorders located at dispatch positions and the system logging recorders with which vendors are being asked to interface. 2. Please provide the contact information of the manufacturer representative and/or service group that provides follow-on sales and service to the existing logging recorder and the replay recorders. (Submitted: Jul 1, 2016 10:02:36

AM EDT)

Answer- #1 Vendor to contact Replay Systems, Inc. for existing logging system information. #2 Eddie Guererri Vice President Sales and Customer Support Replay Systems, Inc. 6555 NW 9th Avenue | Suite 105 Fort Lauderdale, FL 33309 T 954-267-9199 | TF 800.722.3472 F 954.267.9184 (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 63 The Specifications for the RFP reference the EOC one time in regards to being a microwave site. Does the

County require the EOC to be included in the new microwave design? (Submitted: Jul 1, 2016 1:11:08 PM EDT)

Answer- Yes, the EOC is to be a microwave only site. Appendix D has been updated with the information for the EOC site. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed through an Addendum. (Answered: Jul 12, 2016 7:05:44 AM EDT)

Question 64 2.6.7. Backup and Interoperability Systems

D. Vendors shall propose a mobile communications trailer with the following elements: 1. Appropriately sized vehicle for towing the proposed trailer Question: Please identify if the County requires the vehicle's price included in the proposal or only the specifications of a vehicle to tow the trailer? (Submitted: Jul 1, 2016 1:12:14 PM EDT)

Answer- The vehicle's price must be included in the proposal. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 65 With the recent addition of the Hard Rock Site location requirement, for a Prime Site, will County provide contact

information to the Vendors? (Submitted: Jul 1, 2016 1:15:28 PM EDT)

Answer- Contact information will be provided to the selected vendor. Vendors should assume sufficient space and power will be available. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- The contact for the Hard Rock site location is: Bobby Brown, Seminole Tribe of Florida Network Administrator, Phone Number: 954-966-6300 x11340, E-mail: [email protected]. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 66 Is there a requirement in the emergency communications trailer for Radio Dispatch Operator position or

positions? (Submitted: Jul 1, 2016 3:47:59 PM EDT)

Answer- There is no requirement for a dispatch console position in the communications trailer (Answered: Jul 13, 2016

11:42:45 AM EDT)

Question 67 CBE Goal

The RFP states that the Vendor shall only address the base solicitation amount for CBE goal participation. Can the County further elaborate on what is defined as the base solicitation in terms of the CBE calculation? (Submitted:

Jul 8, 2016 11:48:49 AM EDT)

Answer- As stated in the Office of Economics and Small Business Requirements: CBE Goal Participation, C., "The Vendor shall address the base solicitation amount for the CBE goal participation. No alternate/optional item(s) shall be addressed...". The Base solicitation amount is interpreted to be Line Item numbers R1422515P1-01-01 through R1422515P1-01-09 in the Item Response Form. There are no alternate or optional line items in in the Item Response Form for this solicitation. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 68 Does the County already have agreements to use/occupy the FDOT site that is shown as a non -existing 800 MHz site? Or, does the vendor bear any responsibility in securing the approval to use this site and, if so, to what degree? For the FDOT site, please provide the County’s contact for the purpose of arranging a site survey. (Submitted:

Jul 8, 2016 11:50:07 AM EDT)

Answer- The County has not made significant progress to date in securing the FDOT site, and is also evaluating other sites in the area. Therefore, we do not have contact information at this time. It is expected that the vendors will make reasonable assumptions for candidate sites or other sites proposed by the vendors that cannot be surveyed. The County notes that the FDOT site is a candidate site, and vendors have the discretion to either use this site or not within their designs. Vendors may reach out to the site owners of candidate sites directly if they wish to conduct surveys. (Answered: Jul 15, 2016 8:22:06 AM EDT)

Question 69 Can the County please provide scoring details or evaluation criteria for the demonstrations so vendors

understand how the demos will be evaluated? (Submitted: Jul 8, 2016 12:45:51 PM EDT)

Answer- The Demonstration Requirements document will be provided to the Evaluation Committee for their review. (Answered: Jul 13, 2016 11:42:45 AM EDT)

Question 70 Coverage testing will be performed per TSB -88.3-D in all accessible test tiles as defined by the grid definitions in the RFP Section 10.6.B.4.b.ii. We define accessible as any land tile containing roads that are identified in the 2015 US Census Bureau’s

Tiger Road Database and is classified as: Primary Secondary Local Ramp Service Drive Vehicular Trail Private Service Road (if accessible) Tiles that are not land accessible but may be accessed via watercraft will also be included in the test. Does the County agree with these definitions? (Submitted: Jul 8, 2016 1:25:37 PM EDT)

Answer- While the County tends to agree with these requirements, the more broad definition defined in TSB-88.3-D of "Accessible test tiles" will be maintained in the specifications. Tiles that are accessible via watercraft (airboat, boat, etc.) shall be considered accessible, including areas over the Everglades. These areas shall be tested consistent with the County’s coverage requirements. (Answered: Jul 15, 2016 8:22:06 AM EDT)

Question 71 Part 1 of 3

LAW OFFICES MOSKOWITZ, MANDELL, SALIM & SIMOWITZ, P.A. 800 CORPORATE DRIVE, SUITE 500 FORT LAUDERDALE, FLORIDA 33334 July 8, 2016 Jose De Zayas, Project Manager Michael Mullen, Purchasing Agent Re: Broward County Solicitation #R1422515P1, Public Safety Radio APCO Project 25 700 MHz Communication System (the “Solicitation†) Gentlemen: This firm represents Harris Corporation (“Harris†) with respect to the above-referenced Solicitation. As we are aware that the Cone of Silence is in effect with respect to this Solicitation, we address this letter to you both in accordance with Mr. Mullen’s prior email to Harris and Section J of the Solicitation’s Special Instructions

to Vendors. Should this letter be addressed to any other person, we ask that you forward it accordingly and advise us as well for any future communications. In light of the importance of the public safety implications of this Solicitation, on behalf of Harris we write to request that Broward County provide a four week extension of the current July 8, 2016 deadline for the submission of questions, and a six week extension of the current submission deadline of August 3, 2016. We believe such an extension is in the best interests of the County, its residents and all interested vendors to ensure that complete and accurate, technically feasible, proposals are submitted in conformance with the requirements of the Solicitation. (Submitted: Jul 8, 2016 3:25:46 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- A two week extension from August 3, 2016 to August 17, 2016 for a submission deadline has been determined to be appropriate. The question and answer period will not be extended as requested. (Answered: Jul 26, 2016

3:17:40 PM EDT)

Question 72 Part 2 of 3

In particular, we note that some 70 questions have been submitted to date concerning the technical specifications of the Solicitation, and 24 of those questions remain unanswered as of this writing. The unanswered questions pose issues of tremendous concern with respect to the ability to properly design the required system and implement the same. For instance, the Solicitation requires the vendor to demonstrate a proper interface of the radio system and the CAD system. Technical questions regarding the existing proprietary CAD system have not been answered, nor relevant documentation provided to design and implement the proper interface. Further, there is insufficient information provided as to the availability of certain tower sites and the loading capacity of tower sites. The tower questions presented and documentation requested is critical to the appropriate design of the system to provide the required coverage. We also note that the City of Fort Lauderdale recently issued, on June 30, 2016, its Solicitation 769-11783, Enhanced 911 Public Safety Answering Point (PSAP) Implementation (the “RLI†). This Request for Letters of Interest concerns the process and phases necessary for the City to realize a fully functional Enhanced 911 (E911) Public Safety Answering Point (PSAP) with a focus on Next Generation (NG911) Capabilities. The City had joined the Broward County Consolidated Regional E911 Communications System in August of 2014, but now appears to be seeking its own solution in light of “ongoing issues with the regional system.†In light of the Solicitation’s County-wide application, Harris is very concerned as to what, if any, impact the City’s RLI will

have on the systems and processes to be designed, the areas to be covered and any changes to the overall scope of the Solicitation. (Submitted: Jul 8, 2016 3:26:43 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- As of July 18, all questions have been answered. Regarding tower loading, please see response to question 48. The City of Ft. Lauderdale's solicitation, Enhanced 911 Public Safety Answering Point (PSAP) Implementation, has no impact on any of the specifications or plans regarding Broward County's current solicitation RFP R1422515P1. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 73 Part 3 of 3

Finally, Harris understands the significant importance of supporting companies based in Broward County and will be engaging local companies as part of its project team. The vendor fair now scheduled for July 12 will introduce a number of new vendors to Harris that will help it meet the CBE criteria set forth in the Solicitation. While Harris will make every effort to evaluate the companies identified as potential partners for this project, the proposal deadline of August 3rd will not provide enough time to thoroughly appraise and validate these potential vendors as well as to get the subcontract proposals and inputs for their portions of the project. To Harris, a sound deployment of the P25 radio system for the County is its top priority, so the companies engaged must meet both Harris’ and the County’s high standards.

For the aforesaid reasons, we respectfully request that the County extend the current July 8, 2016 deadline for the submission of questions for four weeks, and the current submission deadline of August 3, 2016 for an additional six weeks. The provision of this extension will ensure that all vendors can submit complete proposals that meet and exceed all of the Solicitation’s technical, CBE and other specifications.

Very truly yours, _/s/ William G. Salim, Jr. WILLIAM G. SALIM, JR. WGS/cl cc: Client (Submitted: Jul 8, 2016 3:27:12 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- Broward County is pleased that the July 12, 2016 Office of Economic and Small Business Development Meet and Greet time was a success in bringing potential subcontractors and proposers together. As stated earlier question and answer 71, the question and answer period will not be extended as requested. The extension for submission deadline has been extended to August 17, 2016. We believe that this is a sufficient time for proposers to submit their responses. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 231

5

6

Question and Answers for Bid #R1422515P1 - Public Safety Radio APCO Project 25 700MHz Communication System

Overall Bid Questions

Question 1 Will the County provide an assigned storage facility or will this be the vendor's responsibility during Installation

Phase? (Submitted: May 16, 2016 5:44:32 PM EDT)

Answer- Please clarify the question by being more specific. (Answered: May 19, 2016 11:55:07 AM EDT)

- The Vendor will be responsible for providing storage for any equipment that is shipped prior to installation. The Vendor shall be liable for all equipment while it is housed at their storage facility. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 2 A. 1. Primary Trunked System

Last sentence: “A secondary simulcast cell or multicast site will be acceptable for coverage over the Everglades.â€

Question: What is the approximate expected traffic loading for this rural area/ Everglades? (Submitted: May 16, 2016

5:46:09 PM EDT)

Answer- Proposers should provide 10 talkpaths (6 RF channels) to cover the Everglades. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 3 Section 8.1 8.1. Overview, Section A

Question: Can the county provide a quantity breakdown for Portable and Mobiles based on the following: -Portable Radios -Remote Mobiles -Dual Head Mobiles -Dash Mobiles -Fire Truck Mobiles -Ambulance Mobiles -Boat Mobiles (Submitted: May 16, 2016 5:51:31 PM EDT)

Answer- A specific breakdown of portable and mobile radios by installation configuration is not available. It is noted that portable and mobile radio costs are not factored as part of the scoring, and user agencies will be responsible for purchasing radios directly. Pricing information should be provided for the full range of installation configurations offered by the proposer with the specific installation costs for each. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 4 Section 11.6 Coverage Testing, Section B. CATP

iv). A grid will be considered a “fail†if the outbound signal is measured at a BER greater than or equal to two percent. Question: Two percent (2.0%) is a DAQ3.4 for FDMA. DAQ3.4 for TDMA outbound is 2.4%. Should this read: A grid will be considered a “fail†if the outbound signal is measured at a BER greater than 2.4 percent. (Submitted:

May 16, 2016 5:53:12 PM EDT)

Answer- The County requires BER testing conducted at a failure rate of 2%. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 5 Section 8 Training Questions:

1. Dispatch Consoles: Is county seeking supervisor or user training? How many students will be trained? 2. Does the County prefer the Train-the-Trainer approach for Subscriber radio training? 3. How many students need Subscriber training? 4. How many Maintenance Technicians need training? 5. How many Technical Radio Managers need training? (Submitted: May 16, 2016 5:54:51 PM EDT)

Answer- 1. The County is seeking both supervisor and user training. An estimated 500 individuals will require training. 2. Train the trainer will be the best approach for the end user radios (portable/mobile). 3. An estimated 200 individuals will require mobile/portable training. 4. An estimated 12 maintenance technicians will require training. 5. An estimated 6 Radio Managers will require training. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 6 Section 3.0 Backhaul Network

3.2.1- Minimum Requirements Section G “Redundant landline-based Ethernet connectivity shall be provided to all critical infrastructure locations (system controllers, prime controllers, dispatch locations) as well as the EMS, Coconut Creek, Channel 2, and Davie locations identified in Appendix B. Radio backhaul must seamlessly route and self-heal between the combined microwave and landline network.â€

Question: Is this requirement to just provide an estimated cost for the leased landline connectivity or is it to be priced into the on-going maintenance of the system? (Submitted: May 16, 2016 5:56:32 PM EDT)

Answer- The County does not desire cost estimates for leased circuits. The County will be responsible for securing the leased circuits to provide the backhaul transport. The Vendor will be responsible for interfacing those links with the MPLS backhaul system and ensuring that the traffic can seamlessly route between the microwave and landline circuits. Vendors should factor in the costs of any maintenance required for equipment needed to interface with the landline connections within their proposals. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 7 Section 3.0 Backhaul Network

3.2.1- Minimum Requirements H Capacity (Part 3) Question: Since the current system is TDM based, please provide a T1 channel plan that will be required to be supported by the new microwave. (Submitted: May 16, 2016 5:57:45 PM EDT)

Answer- A copy of the T1 channel plan will be provided on BidSync. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 8 Section 2.0 Radio Communications System Requirements

2.6.7 Backup and Interoperability Requirements, D “Vendors shall propose a mobile communications trailer with the following elements:â€

Question: Is there any requirement to provide working space for personnel within the equipment area of the trailer? (Submitted: May 16, 2016 5:58:37 PM EDT)

Answer- The trailer should include seated workspace for one technician. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 9 Does Broward County have existing County owned facilities that have available space to support the storage of

equipment during the implementation period? If county owned storage space is available for use by the vendor during implementation then the cost to rent temporary storage would not be added to the project and ultimately incurred by the County. (Submitted: May 23, 2016 2:59:41 PM EDT)

Answer- The Vendor will be responsible for providing storage for any equipment that is shipped prior to installation. The Vendor shall be liable for all equipment while it is housed at their storage facility. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 10 B. The system shall meet a GoS of 1 percent, with 90 percent of units that are placed in queue receiving a

channel grant within two seconds. Vendors shall use the following information in developing their design: 1. Assume 4,772 active users on the system 2. Assume 5 calls per unit per hour 3. Assume a 4-second call duration. 4. If the Vendor’s proposed system contains multiple subsystems or cells, an additional loading increase

shall be included to account for calls that involve talkgroups on two or more cells. Vendors shall provide calculations and explain justifications. Question: This call rate would require 40 talk paths for a 1% GOS. Since Broward County has twenty 700 MHz frequencies which could provide the maximum 36 talk paths plus the control channel for a single simulcast cell, is there going to be additional traffic information that could be used to better analyze the traffic from 4772 active units? (Submitted: May 23, 2016 3:01:45 PM EDT)

Answer- The County has reviewed the projected system loading and has reduced the number of active users to 4272. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 11 RFP Section: 2.3.2.A, 2.3.2.B, 2.3.2.C

Question: Requirement is for system expansion of 10 percent by the addition of hardware and/or software. The combiner example provided in RFP Section 2.3.2.A is for “equipped†capacity and not the capability for expansion. Is the combiner a special case and the remainder of equipment shall be “capable†of 10

percent expansion? Sections 2.3.2.B and 2.3.2.C are in conflict with each other with respect to expanding the number of simulcast cells (30 vs. 5, respectively). Additionally, these sections conflict with Section 2.3.2.A (10 percent expansion requirement) relative to sites per simulcast cell. It is requested that hardware expansion as required by the affected RFP sections be limited to 10 percent of the Vendor system design. Please distinguish between “equipped vs. “capable†expansion. (Submitted: Jun

7, 2016 3:55:18 PM EDT)

Answer- Section 2.3.2.A states that the expansion capability shall be provided "where possible", so if expansion is not possible for certain components within a vendor's proposed design than the proposal will still be compliant. The expansion capability shall be provided as "equipped" capacity. Section 2.3.2.B has been removed. The specific expansion requirements listed in section 2.3.2.C supersede the 10% requirement in 2.3.2.A, and will not be eliminated. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 12 RFP Section: 2.6.2.B

Question: Reference to APCO P25 functional requirements, features, and performance objectives should be to Section 2.2.1, not 3.2.1. (Submitted: Jun 7, 2016 3:57:19 PM EDT)

Answer- The reference has been corrected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 13 RFP Section: 2.6.2.C

Question: Requirement is for the system controller to be placed at the County’s Sunrise PSAP. No mention is

made of a location for a redundant system controller. RFP Section 2.3.1.D indicates a desire for geographically separated system controllers, simulcast controllers, and voting equipment. Please clarify the requirement for geographically redundant components. (Submitted: Jun 7, 2016 3:59:21 PM EDT)

Answer- Geographically redundant components shall not be co- located within the same building. Vendors should provide the primary system controller at the Sunrise PSAP and the backup system controller at the Coconut Creek PSAP. The primary simulcast controller should be located at the Core site a backup should be located at the Hard Rock location. This does not preclude additional backup simulcast controller locations if proposed. This has been addressed in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 14 RFP Section: 2.6.6.B.4

Question: Return loss should be specified as 14 dB corresponding to a VSWR of 1.5:1. (Submitted: Jun 7, 2016

4:01:50 PM EDT)

Answer- The return loss has been corrected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 15 RFP Section: 2.6.7.A.5

Question: Requirement for the P25 trunked backup system is the greatest level of autonomy possible from the primary trunked system. Does this level of autonomy require a separate system controller from that furnished for the primary trunked system? If so, please state redundancy requirements, if any. Also, is there any requirement to link the backup trunked system with the primary trunked system at the system level? (Submitted: Jun 7, 2016 4:08:40

PM EDT)

Answer- A separate system controller is not required (single system ID). The backup system should have an independent simulcast controller with connected to both the primary and backup system controllers. (Answered:

Jun 23, 2016 9:04:21 AM EDT)

Question 16 RFP Section: 2.6.7.C

Question: Requirement is for a “narrowband†analog conventional simulcast repeater system for certain NPSPAC interoperability channels. NPSPAC is not narrowband but an offset channel methodology. For analog voice, NPSPAC emission would represent reduced bandwidth relative to standard wideband emission e.g. 14K0F3E vs. 16K0F3E, “occupied bandwidth.†Please clarify County’s required bandwidth for analog

NPSPAC operations. (Submitted: Jun 7, 2016 4:10:01 PM EDT)

Answer- The "narrowband" reference has been replaced with "wideband" in an Addendum. The channels shall operate with a 20K0F3E emission consistent with the NIFOG. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 17 RFP Section: 2.6.7.D.5

Question: Requirement for mobile communications trailer includes two 700 MHz repeaters operating in the P25 conventional mode. Are the repeaters to be single- or multi -channel? How are the repeaters to be controlled? (Submitted: Jun 7, 2016 4:10:50 PM EDT)

Answer- The repeaters shall be single-frequency units. The repeaters shall default in the repeat mode and shall be controlled locally. This is reflected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 18 RFP Section: 2.7.A

Question: Requirement is for a “narrowband†analog simulcast 800 MHz conventional repeater system. Use of narrowband analog modulation is not necessary at 800 MHz and would result in less coverage in a given system compared to wide-band emissions. (Submitted: Jun 7, 2016 4:11:44 PM EDT)

Answer- The "narrowband" reference has been replaced with "wideband" in an Addendum. The channels shall operate with a 20K0F3E emission consistent with the NIFOG. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 19 RFP Section: 3.2.1.H.3

Question: County desires that new microwave system be cutover in advance of the new radio system so that it may support the legacy SmartNet system. Please provide the route map and T1 channel plan including loop switch redundancy associated with the existing Tadiran microwave system currently supporting SmartNet. (Submitted: Jun 7, 2016 4:12:35 PM EDT)

Answer- The T1 channel plan will be provided in an addendum. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 20 RFP Section:1.1, 3.2.1.H.3

Question: Is it intended that system vendor build out the replacement SmartNet T1 transport to a point of demarcation from which County will interconnect to Smartnet TenSr channel banks, Larus route switches, etc.? If so, please define the hardware interface required as a point of demarcation at each SmartNet site. (Submitted: Jun

7, 2016 4:13:58 PM EDT)

Answer- It is the intent to cutover backhaul from the existing microwave system to the new microwave system prior to the radio system cutover. The demarcation point at each radio site will be the Larus route switches. All channel banks from each remote radio site terminate at the Public Safety Building, which is not currently planned for connectivity on the new microwave system. As part of the microwave cutover plan, the radios in the north and south microwave loops will be replaced with new microwave radios, but the existing eight (8) CM6 microwave radios between Core and PSB (4 radios at Core and 4 radios at PSB) will remain in place during the cutover to support the legacy system. These eight (8) CM6 microwave radios will be removed once the all radios users are migrated to the new P25 system. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 21 RFP Section: 3.2.1.N.5

Question: Requirement is for microwave antenna systems to be tested for low VSWR using return loss measurements. Please state minimum acceptable return loss. (Submitted: Jun 7, 2016 4:14:48 PM EDT)

Answer- VSWR of 1.5:1, and return loss of 14 dB. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 22 RFP Section: 1,9.H, 1.10.F, 5.1.F

Question: Requirement is for successful vendor to provide detailed drawings for structures and foundations sealed by a Florida P.E. at the time of the 45-day design. It is not practical to require sealed drawings for a design not yet approved by the County. Rather, tower profile drawings indicating antenna-mounting locations should be submitted at time of the 45-day design (see RFP Section 1.9.H). It is requested that the submittal of sealed drawings for new towers and tower structural analysis for existing towers be provided within 90 days from Final Design submittal such that the appropriate engineering analyses may be performed based on a County-accepted system design. (Submitted: Jun 7, 2016 4:16:46 PM EDT)

Answer- Detailed drawings for structures and foundations sealed by a Florida P.E will be permitted at the 90 day Final Design, with tower profile drawings indicating antenna-mounting locations provided at the 45-day design. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 23 RFP Section: 5.2.A.1

Question: Requirement is for vendor to update proposed solutions during negotiations if it is determined that existing towers must be replaced or modified. Whether an existing tower structure should be modified or replaced may not be known at the time of negotiation since structural analysis of existing structures will not yet have been conducted by the successful vendor. Similar to the request made in Question 13 above, is it acceptable to provide the recommendation to modify or replace following the structural analysis of existing tower structures within a 90-day period from Final Design submittal? (Submitted: Jun 7, 2016 4:18:09 PM EDT)

Answer- Recommendations to replace or upgrade a tower may be provided within a 90-day period during the Final Design submittal. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 24 RFP Section: 5.2.C.2

Question: Please clarify requirement for transmission line support to accommodate both snap-in and bolt - in cable hangers. RFP Section 2.6.6.E.1 does not permit the use of “snap-on kits.†Please resolve the conflict between RFP Sections 2.6.6.E.1 and 5.2.C.2. (Submitted: Jun 7, 2016 4:19:12 PM EDT)

Answer- The specifications have been updated in an Addendum to reflect that snap- in cable hangers are not permitted. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 25 RFP Section: 5.2.E.3, 5.3.1.5.a

Question: Harris Site Grounding and Lightning Protection Guidelines should be corrected to read AE/LZT 123 4618/1. (Submitted: Jun 7, 2016 4:21:04 PM EDT)

Answer- The reference has been updated through an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 26 RFP Section: 5.7F.2.b

Question: Requirement is for DC power system to provide -24/-48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. (Submitted: Jun 7, 2016 4:22:20 PM EDT)

Answer- These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level. (Answered: Jun 23, 2016 9:17:49 AM EDT)

Question 27 RFP Section: 7.2.1.E.2

Question: Requirement is for portable radio battery capacities of 2150, 2900, and 4200 mAh, which may be specific vendor capacities. Battery capacity by itself is not an accurate gauge of operating time. It is suggested that the County specify batteries based on portable radio operating time in accordance with the industry standard 5-5-90 duty cycle. (Submitted: Jun 7, 2016 4:23:11 PM EDT)

Answer- The specific battery capacity levels have been removed. This is reflected in an Addendum. The County desires options for various battery capacity levels for portable radios offered by each vendor. (Answered: Jun 29, 2016

12:57:46 PM EDT)

Question 28 RFP Section: 7.2.2.E

Question: Requirement is for up to 100 feet of coaxial cable for control stations. Please state quality reference or performance specification for coax cable. (Submitted: Jun 7, 2016 4:24:13 PM EDT)

Answer- Control station cables should be 1/2" LDF plenum rated cable with associated RF surge suppression, ground kit, and mounting hardware. This is reflected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 29 RFP Section: N/A

Question: Please provide the scheduled dates for planned demonstrations. (Submitted: Jun 7, 2016 4:25:22 PM EDT)

Answer- Plans are being made for the demonstrations, but the scheduled date will not be known until after the RFP bid end date deadline. (Answered: Jul 18, 2016 7:59:42 AM EDT)

Question 30 RFP Section: Evaluation Criteria 4.0

Question: The evaluation criteria includes 5 points for “Workload of the firm†. Please indicate how you plan to calculate “Workload of the firm†. Also, please describe how this benefits or affects Broward County and the selected company’s deployment efforts once the commitment to deploy within a specified time is made?

(Submitted: Jun 7, 2016 4:26:26 PM EDT)

Answer- Each Evaluation Committee Member will evaluate and allocate up to 5 points in regards to how much recent, current and projected work the firm has retained. This criteria will aid Broward County by indicating whether the firm can adequately manage a large project. Refer to Evaluation Criteria, question number four (4). (Answered: Jun

14, 2016 10:44:46 AM EDT)

Question 31 RFP Section: Evaluation Criteria 4.0

Question: The evaluation criteria includes 5 points for location. During the mandatory pre-bid meeting of May 17th, the county representative said that these 5 points would be given to a company if the company’s

Headquarters were located in Broward County. Please confirm that “Headquarters†means a firm’s

Corporate Headquarters. (Submitted: Jun 7, 2016 4:27:42 PM EDT)

Answer- Yes, Headquarters means the firm's Corporate Headquarters. (Answered: Jun 9, 2016 4:06:18 PM EDT)

Question 32 RFP Section: N/A

Question: Please provide radio traffic statistics for the current radio system during normal operation and busy hour to see how radio traffic was affected under real situations. (Submitted: Jun 7, 2016 4:28:25 PM EDT)

Answer- The current radio system traffic does not consider future loading, and is therefore not an accurate measure of system performance. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 33 Section 3.3 System Configuration

3.3.3 Grade of Service (GoS) – Trunked System B. The system shall meet a GoS of 1 percent, with 90 percent of units that are placed in queue receiving a channel grant within two seconds. Vendors shall use the following information in developing their design: 1. Assume 4,772 active users on the system 2. Assume 5 calls per unit per hour 3. Assume a 4 second call duration. 4. If the Vendor’s proposed system contains multiple subsystems or cells, an additional loading increase

shall be included to account for calls that involve talkgroups on two or more cells. Vendors shall provide calculations and explain justifications. Question: In reference to the item 3 above “Assume a 4 second call duration†, does this call duration represent the actual audio time without any call setup time included? (Submitted: Jun 7, 2016 4:28:58 PM EDT)

Answer- This represents the actual call audio time. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 34 Section 10.3.C – System Staging 3. The microwave subcontractor must make accommodations to stage its equipment at the P25 Vendor’s

facility, to allow staging of the complete radio and backup system simultaneously. Question: Would it be acceptable for the microwave MPLS network equipment to be staged at the Motorola Solutions facility (CCSi) without the complete microwave RF radio equipment? (Submitted: Jun 7, 2016 4:29:54 PM

EDT)

Answer- The full system must be configured at staging, including microwave MPLS and RF components. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 35 How many dispatch consoles will be dedicated for training? (Submitted: Jun 7, 2016 4:30:55 PM EDT)

Answer- The Vendor will be responsible for providing a local training facility at the Vendor's expense with a minimum of 20 dispatch positions. The training shall be conducted on a 24/7 basis to account for all Broward County dispatch shifts. There shall be a ratio of one student per dispatch console position. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 36 RFP Section:1.2, 1.4.A.2

Question: Requirement is for dispatch consoles and Motorola PremierOne CAD system to interface with the paging and FSA systems. System overview implies a requirement for vendor to furnish new UHF alphanumeric simulcast paging transmitters and a UHF fire station alerting system. Please clarify whether new UHF paging and fire station alerting subsystems are required as part of the procurement under Bid R1422515P1. If so, please provide full technical requirements including features, functions, and RF coverage. If new paging and FSA subsystems are not required under the Bid, please identify any need to interface to existing paging and FSA subsystems along with full technical descriptions and interface requirements. (Submitted: Jun 7, 2016 4:34:51 PM EDT)

Answer- The paging and FSA systems are not part of this procurement. The reference has been removed. (Answered: Jun

29, 2016 12:57:46 PM EDT)

Question 37 RFP Section: Bid Comments (Scope, Item 1), 1.3.C

Question: Scope Item 1 on RFP Page 2 requires a 700 MHz P25 Phase II System) to replace the County’s

existing 800 MHz Motorola SmartZone System while RFP Section 1.3.C requires a standalone 700/800 MHz, P25 DMM Phase I and Phase II trunked, simulcast system. Can the primary P25 trunked system be limited to one frequency band or must it be composed of both 700 and 800 MHz channels? (Submitted: Jun 7, 2016 4:36:46 PM EDT)

Answer- There are 20 700 MHz frequencies available to Broward County. If more than 20 frequencies are required, than it is likely 800 MHz frequencies utilized on the County's existing system will be required. (Answered: Jun 23, 2016

9:04:21 AM EDT)

Question 38 RFP Section:1.3.D

Question: Requirement is for a 4-site P25 Phase II, 7-channel fixed simulcast backup network supporting both voice and data. Please advise the frequency band of operation for the backup P25 trunked system. (Submitted: Jun

7, 2016 4:37:33 PM EDT)

Answer- Designs must account for either 700 MHz or 800 MHz frequencies based on frequency availability. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 39 RFP Section: 4.1.E

Question: Requirement is that the dispatch console system seamlessly integrate with the City of Fort Lauderdale’s Motorola P25 system and that the interface may be accomplished through CSSI or other

means that satisfy all identified requirements. Harris utilizes a virtualized CSSI within its ISSI interface. Does the Motorola hosted master site located at Motorola’s facility in Plantation, Florida provide the necessary ISSI interface to accommodate an interface to a

Harris ISSI? (Submitted: Jun 7, 2016 4:38:22 PM EDT)

Answer- It should be assumed that the Motorola Hosted Master Site will support the ISSI/CSSI connection at the time of system deployment. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 40 RFP Section: 4.5

Question: Requirement is for: The outputs from the console equipment shall be capable of being connected to the agency’s current replay

recording equipment. Please identify the existing replay equipment. A logging recorder link that will support a direct connection without requiring a conventional interface. Please identify each voice logging recorder to which vendor must link trunked and conventional audio resources and dispatch operator positions. To achieve a more efficient interface between the new trunked radio systems and the logging recorder, would the County accept new digital logging recorders in place of the County’s existing recorders? (Submitted: Jun 7, 2016

4:40:21 PM EDT)

Answer- A new digital logging recorder will not be accepted. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 41 Question: It is our expectation that the answers to these questions will have a significant impact on the system

design and the time required to complete a proposal. Therefore, Harris kindly requests that a 4 week extension be granted by Broward County. Such extension would go along with the 12 week period for proposal completion communicated during the RFQ selection committee meeting of April 26th. (Submitted: Jun 7, 2016 4:41:54 PM EDT)

Answer- the request to extend the bid end date by 4 weeks will not be granted. Any need to extend the bid end date will be determined as appropriate and as to the needs of Broward County. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 42 RFP Section 3.2.1.1 Microwave Engineering

A. Vendors shall conduct physical path surveys to assure that all proposed paths meet proper clearance criteria. Question: Is it correct to assume that physical path surveys referenced are to be completed by the successful vendor and not for the proposal stage? (Submitted: Jun 13, 2016 2:34:59 PM EDT)

Answer- Physical path surveys shall be conducted by the successful vendor after award, not during the proposal stage. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 43 Section 5.7 - DC Power System F. Performance Requirements: 3. Minimum Duration of Supply – The DC power system shall provide eight hours of run-time with a 25-percent equipment growth factor. Question: Is it correct to assume that the 25% equipment growth factor means that the proposed Charger-Rectifier and Battery Plant should be sized 25% higher than the required capacity? (Submitted: Jun 15, 2016 10:26:23

AM EDT)

Answer- Yes, correct. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 44 1. Lobbyist Registration Requirement Certification

Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be

deemed non-responsive for failure to fully comply within stated time frames. Question: This form is not on Bidsync, will it be added or is considered completed from Step 1 of the 2 Step process? (Submitted: Jun 15, 2016 8:09:35 PM EDT)

Answer- The Lobbyist Registration Requirement Certification Form has been added in an Addendum. (Answered: Jun 29,

2016 12:57:46 PM EDT)

Question 45 With regard to the requirement for backup radio systems that appears on page 10 section 1.2, page 12

paragraph D and page 24 section 2, which four (4) of the 12 sites listed as mandatory in Appendix B are the intended sites for these secondary systems? (Submitted: Jun 17, 2016 10:05:28 AM EDT)

Answer- The four sites listed in Column J of Appendix B. These include Core, Coconut Creek, Davie, and Channel 2. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 46 Section 5.3.F.3

The roof shall withstand the impact of ice falling from the adjacent tower without suffering any damage, or shall otherwise be protected from such damage. The Vendors shall describe in their proposals how this requirement will be met. Question: Please confirm the requirements for the Shelters per Section 5.3.F.3 to be a requirement of the specification. (Submitted: Jun 22, 2016 6:36:41 PM EDT)

Answer- While falling ice is not likely to be experienced, the requirement is intended to account for other falling objects or projectiles. The requirement remains. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 47 Section 7.3.2.A.3

The County has requested maintenance pricing to cover ‘Accidental Damage Replacement’ of subscriber

radios. a) Can the County please further define ‘Accidental Damage’ so respondents have a clear understanding

of what to include and b) Since there is not a specific line item in the price pages for Accidental Damage, are respondents to include this price in the overall maintenance pricing or provide it as a separate line item? (Submitted: Jun 24, 2016 8:29:35 AM EDT)

Answer- Accidental damage shall include any damage caused to the radio that impairs operation that is not directly the result of a manufacturer defect. The 'Accidental Damage' warranty plan shall cover the repair or replacement of these units as required. An updated pricing sheet has been provided for the Accidental Damage option. (Answered: Jul 11, 2016 3:25:05 PM

EDT)

- This will be addressed through an Addendum. (Answered: Jul 12, 2016 7:05:44 AM EDT)

Question 48 During the site surveys, Broward County indicated that it could provide a Tower Loading Analysis to vendors.

Can the County please provide this analysis for the existing towers? (Submitted: Jun 24, 2016 8:40:22 AM EDT)

Answer- Structural analyses shall be provided to the selected vendor after contract award. (Answered: Jul 11, 2016 3:25:05

PM EDT)

- According to the Project Manager, “County providing the proposers with data that is outdated and/or incomplete is not in the best interest of the County or the proposers… . the information the proposers are seeking, tower load analysis, is irrelevant for the proposers to provide a bid.†(Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 49 Section 4.3, Pg. 50

“B. The console system shall support a minimum of 24 conventional resources interfaced to the radio backhaul network through conventional gateways at each of the three PSAPs (72 conventional resources total). The conventional resources need to be available to the consoles in the event of a loss of wide-area trunking.â€

Please be more specific about the nature of the conventional resources. In B above the ask is for a minimum of 24 conventional resources but afterwards 72 conventional resources are described. (Submitted: Jun 24, 2016 8:41:44

AM EDT)

Answer- There are to be 24 conventional resources at each of the three regional dispatch centers, providing 72 total conventional resources. The conventional gateway needs to support Analog, Digital and IP Interface to conventional resource. Analog: The analog interface needs to support the following: • 2-Wire input/output • 4-Wire • VOX and Carrier Operated Relay (COR) • PTT Relay Output • Line Operated Busy Light (LOBL) Detectors • Analog Logging Output • Secure/Clear Call input The interface needs to support the following types of conventional channels: • R1, T1R1, T2R2, T4R4, T4R4, T8R8, T12R12, T14R14, T16R16 • MDC1200 • P25 Conventional The interface needs to support the following types of control: • E&M Control • Tone Remote Control (TRC) • Digital Control via IP Link (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 50 Section 2.5.1

This section asks for coverage maps in hard copy format. Does the vendor need to ship hard copies of the maps in addition to uploading the PDFs to BidSync? If so, please advise where to ship to and how to mark the packaging. (Submitted: Jun 24, 2016 8:43:12 AM EDT)

Answer- Soft copies submitted through BidSync will be acceptable for proposal purposes. Soft and hard copies will be required from the selected vendor after contract award based on final County approved system design. (Answered:

Jul 11, 2016 3:25:05 PM EDT)

Question 51 Section 2.5 and 2.5.2

Section 2.5.C.2 requests audio files in .wav or .mp3 files. Section 2.5.2.C requests antenna pattern files in EDX or PLANET formats. Given this is an electronic proposal only and items like this are typically provided on CD or jump drive, how would the County like Vendors to provide these files? (Submitted: Jun 24, 2016 8:44:31 AM EDT)

Answer- Vendor should upload the files in BidSync. At the County's request, vendor shall provide the files within three business days. This has been addressed in an Addendum (Answered: Jul 15, 2016 11:00:03 AM EDT)

Question 52 Could the County please provide a list of service codes that Broward County wishes to use that support the

CBE goals for this procurement? (Submitted: Jun 24, 2016 8:44:56 AM EDT)

Answer- OESBD will be having a meet and greet with eligible firms to network with potential bidders. This meeting is being coordinated by OESBD and is being held on 7/12/2016, 3:30-4:30PM, Broward County Government Center 115 S Andrews Avenue, RM 302, Ft. Lauderdale, FL 33301. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- Broward County does not provide a list of service codes regarding CBE goal requirements for solicitations. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 53 Section 6.7 DC Power System

F. Performance Requirements 3. Minimum Duration of Supply – The DC power system shall provide eight hours of runtime with a 25-percent equipment growth factor. Question: Eight hours of runtime for the P25 base stations will require significant space and significant weight for battery plants assuming that it is sized for full load (all trunked stations transmitting) plus 25% growth factor. For sizing the DC Power system, are we to assume that all voice trunking stations are continuously transmitting? If not, what would be the duty cycle to assume for the trunked voice channels (i.e. 50% transmit / 50% receive)? Traditional designs are configured for 2 hours of battery back up, mainly because if there is a generator failure, equipment is probable to fail from over heating. Is the County open to adjusting the time requirement for the back up battery systems? (Submitted: Jun 24, 2016 5:07:35 PM EDT)

Answer- Regarding Section 5.7, DC Power System; Vendors should assume a 50% average repeater usage (transmit and receive) for 8 hour DC runtime calculations. Vendors must also ensure 4 hours of DC runtime under 100% load. The County understands the space and weight requirements. These factors should be considered within the proposals. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This has been addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 54 In order for Harris to comply with the Broward County RFP request to demonstrate CAD interface with Motorola

PremierOne CAD to pass radio user data between systems, including radio unit ID, messaging, and CAD entry data, we request that Broward County please supply all PremierOne API documentation. Thank you for your consideration of this request. We look forward to your prompt response so that we can begin the middleware development process as soon as possible. (Submitted: Jun 27, 2016 1:02:07 PM EDT)

Answer- The County is not licensed to provide API data for PremierOne CAD. Vendors must demonstrate their best effort to conduct the demonstrations, and absent the ability to provide a live demonstration the vendor may provide information to the review committee to indicate their ability to meet the requirements in the specifications. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 55 In regard to the price pages supplied with the RFP (Appendix D_Pricing_Workbook for Information Only), there

are no columns for extended price calculations. Does the County want bidders to add column(s) to show the calculated extended price for items whose quantity is larger than 1? (Submitted: Jun 27, 2016 1:28:29 PM EDT)

Answer- Regarding Appendix D - Pricing Workbook for Information Only, The County is not requesting bidders to add columns to show extended pricing. (Answered: Jun 27, 2016 2:17:07 PM EDT)

Question 56 The price pages have a column for unit price and a column for discount percent. Is the unit price intended to be

the list price (before application of the discount) or the net unit price (after application of the discount). (Submitted:

Jun 27, 2016 1:29:09 PM EDT)

Answer- Regarding Appendix D - Pricing Workbook for Information Only; The unit price is intended to be the net price after application of the discount. (Answered: Jun 27, 2016 2:17:08 PM EDT)

Question 57 The list of sites provided in the RFP includes Tamarac and Deerfield. During the mandatory pre -bid meeting of May 17 it was mentioned that these sites are not to be re-used. However, this was not communicated officially through an amendment to the RFP. Can the County provide clarification regarding these two sites? (Submitted: Jun

28, 2016 7:42:12 AM EDT)

Answer- The County's existing sites in Deerfield and Tamarac are receive-only locations that will not be reused. The County is looking to build new tower sites in these general areas. It is the new sites that are reflected in the site matrix. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- For further clarification, the Deerfield and Tamarac site locations listed in Appendix B - Site Information are not the County's existing receive-only locations. (Answered: Jul 25, 2016 11:32:51 AM EDT)

Question 58 Question: Requirement is for DC power system to provide -24/ -48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. (Submitted: Jun 29, 2016 1:25:17 PM EDT)

Answer- Please see response to question 26. These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 59 Jun 07, 2016 4:22:20 PM EDT

Question: Requirement is for DC power system to provide -24/-48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. "Answer - Jun 23, 2016 9:17:49 AM EDT These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level." ---Updated Question: In reference to the answered question, is 1 for N redundancy also required for these supplemental voltages of +12vdc, -24vdc and 120vac? (Submitted: Jun 29, 2016 2:21:17 PM EDT)

Answer- N+1 redundancy is required for all voltage levels. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 60 Coordinates given for Hard Rock in the RFP do not clearly identify the intended structure. There appears to be

three structures that make up the Hard Rock complex. There are buildings to the Northwest, Southwest and Southeast in the complex. Please identify which building in the Hard Rock complex is intended for use as the Hard Rock radio site. (Submitted: Jun 30, 2016 12:20:18 PM EDT)

Answer- The coordinates correspond to planned new construction. The coordinates provided should be utilized. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 61 4.5. VOICE LOGGER OUTPUT

The Vendor shall identify within its proposal all replay requirements necessary to complete the interface. Question: In addition to the API cost, is it the intent of the County for the respondents to include pricing of all necessary replay requirements (including additional server hardware, other recording license additions and the services) or just identify all necessary replay requirements to complete the interface? (Submitted: Jun 30, 2016

3:32:54 PM EDT)

Answer- The vendor shall work with Replay Systems Inc. to obtain a quote for hardware and software needed to upgrade or replace existing logging recorder in order to be able to record the radio system talkgroups, conventional resources and dispatch consoles audio. For the radio vendor, the pricing should include at a minimum: server, firewall, and software licenses needed to pull the audio from the radio network and interface to the Logging system at both Central Dispatch and North Dispatch. For the Replay quote, it should included at a minimum the following (QTY to be defined by Replay): 1) VPI P25 Interface; 2) P25 API; 3) P25 Codec (one required per 32 Channels); 4) Cost to upgrade or replace existing logging recorder; 5) Installation and configuration (need to support pretest and cutover); 5) Extended Hardware and Software Support for years 2 thru X. (Answered: Jul 11,

2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 62 RFP Section 4.5

1. Please describe by make and model/version the existing replay recorders located at dispatch positions and the system logging recorders with which vendors are being asked to interface. 2. Please provide the contact information of the manufacturer representative and/or service group that provides follow-on sales and service to the existing logging recorder and the replay recorders. (Submitted: Jul 1, 2016 10:02:36

AM EDT)

Answer- #1 Vendor to contact Replay Systems, Inc. for existing logging system information. #2 Eddie Guererri Vice President Sales and Customer Support Replay Systems, Inc. 6555 NW 9th Avenue | Suite 105 Fort Lauderdale, FL 33309 T 954-267-9199 | TF 800.722.3472 F 954.267.9184 (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 63 The Specifications for the RFP reference the EOC one time in regards to being a microwave site. Does the

County require the EOC to be included in the new microwave design? (Submitted: Jul 1, 2016 1:11:08 PM EDT)

Answer- Yes, the EOC is to be a microwave only site. Appendix D has been updated with the information for the EOC site. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed through an Addendum. (Answered: Jul 12, 2016 7:05:44 AM EDT)

Question 64 2.6.7. Backup and Interoperability Systems

D. Vendors shall propose a mobile communications trailer with the following elements: 1. Appropriately sized vehicle for towing the proposed trailer Question: Please identify if the County requires the vehicle's price included in the proposal or only the specifications of a vehicle to tow the trailer? (Submitted: Jul 1, 2016 1:12:14 PM EDT)

Answer- The vehicle's price must be included in the proposal. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 65 With the recent addition of the Hard Rock Site location requirement, for a Prime Site, will County provide contact

information to the Vendors? (Submitted: Jul 1, 2016 1:15:28 PM EDT)

Answer- Contact information will be provided to the selected vendor. Vendors should assume sufficient space and power will be available. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- The contact for the Hard Rock site location is: Bobby Brown, Seminole Tribe of Florida Network Administrator, Phone Number: 954-966-6300 x11340, E-mail: [email protected]. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 66 Is there a requirement in the emergency communications trailer for Radio Dispatch Operator position or

positions? (Submitted: Jul 1, 2016 3:47:59 PM EDT)

Answer- There is no requirement for a dispatch console position in the communications trailer (Answered: Jul 13, 2016

11:42:45 AM EDT)

Question 67 CBE Goal

The RFP states that the Vendor shall only address the base solicitation amount for CBE goal participation. Can the County further elaborate on what is defined as the base solicitation in terms of the CBE calculation? (Submitted:

Jul 8, 2016 11:48:49 AM EDT)

Answer- As stated in the Office of Economics and Small Business Requirements: CBE Goal Participation, C., "The Vendor shall address the base solicitation amount for the CBE goal participation. No alternate/optional item(s) shall be addressed...". The Base solicitation amount is interpreted to be Line Item numbers R1422515P1-01-01 through R1422515P1-01-09 in the Item Response Form. There are no alternate or optional line items in in the Item Response Form for this solicitation. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 68 Does the County already have agreements to use/occupy the FDOT site that is shown as a non -existing 800 MHz site? Or, does the vendor bear any responsibility in securing the approval to use this site and, if so, to what degree? For the FDOT site, please provide the County’s contact for the purpose of arranging a site survey. (Submitted:

Jul 8, 2016 11:50:07 AM EDT)

Answer- The County has not made significant progress to date in securing the FDOT site, and is also evaluating other sites in the area. Therefore, we do not have contact information at this time. It is expected that the vendors will make reasonable assumptions for candidate sites or other sites proposed by the vendors that cannot be surveyed. The County notes that the FDOT site is a candidate site, and vendors have the discretion to either use this site or not within their designs. Vendors may reach out to the site owners of candidate sites directly if they wish to conduct surveys. (Answered: Jul 15, 2016 8:22:06 AM EDT)

Question 69 Can the County please provide scoring details or evaluation criteria for the demonstrations so vendors

understand how the demos will be evaluated? (Submitted: Jul 8, 2016 12:45:51 PM EDT)

Answer- The Demonstration Requirements document will be provided to the Evaluation Committee for their review. (Answered: Jul 13, 2016 11:42:45 AM EDT)

Question 70 Coverage testing will be performed per TSB -88.3-D in all accessible test tiles as defined by the grid definitions in the RFP Section 10.6.B.4.b.ii. We define accessible as any land tile containing roads that are identified in the 2015 US Census Bureau’s

Tiger Road Database and is classified as: Primary Secondary Local Ramp Service Drive Vehicular Trail Private Service Road (if accessible) Tiles that are not land accessible but may be accessed via watercraft will also be included in the test. Does the County agree with these definitions? (Submitted: Jul 8, 2016 1:25:37 PM EDT)

Answer- While the County tends to agree with these requirements, the more broad definition defined in TSB-88.3-D of "Accessible test tiles" will be maintained in the specifications. Tiles that are accessible via watercraft (airboat, boat, etc.) shall be considered accessible, including areas over the Everglades. These areas shall be tested consistent with the County’s coverage requirements. (Answered: Jul 15, 2016 8:22:06 AM EDT)

Question 71 Part 1 of 3

LAW OFFICES MOSKOWITZ, MANDELL, SALIM & SIMOWITZ, P.A. 800 CORPORATE DRIVE, SUITE 500 FORT LAUDERDALE, FLORIDA 33334 July 8, 2016 Jose De Zayas, Project Manager Michael Mullen, Purchasing Agent Re: Broward County Solicitation #R1422515P1, Public Safety Radio APCO Project 25 700 MHz Communication System (the “Solicitation†) Gentlemen: This firm represents Harris Corporation (“Harris†) with respect to the above-referenced Solicitation. As we are aware that the Cone of Silence is in effect with respect to this Solicitation, we address this letter to you both in accordance with Mr. Mullen’s prior email to Harris and Section J of the Solicitation’s Special Instructions

to Vendors. Should this letter be addressed to any other person, we ask that you forward it accordingly and advise us as well for any future communications. In light of the importance of the public safety implications of this Solicitation, on behalf of Harris we write to request that Broward County provide a four week extension of the current July 8, 2016 deadline for the submission of questions, and a six week extension of the current submission deadline of August 3, 2016. We believe such an extension is in the best interests of the County, its residents and all interested vendors to ensure that complete and accurate, technically feasible, proposals are submitted in conformance with the requirements of the Solicitation. (Submitted: Jul 8, 2016 3:25:46 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- A two week extension from August 3, 2016 to August 17, 2016 for a submission deadline has been determined to be appropriate. The question and answer period will not be extended as requested. (Answered: Jul 26, 2016

3:17:40 PM EDT)

Question 72 Part 2 of 3

In particular, we note that some 70 questions have been submitted to date concerning the technical specifications of the Solicitation, and 24 of those questions remain unanswered as of this writing. The unanswered questions pose issues of tremendous concern with respect to the ability to properly design the required system and implement the same. For instance, the Solicitation requires the vendor to demonstrate a proper interface of the radio system and the CAD system. Technical questions regarding the existing proprietary CAD system have not been answered, nor relevant documentation provided to design and implement the proper interface. Further, there is insufficient information provided as to the availability of certain tower sites and the loading capacity of tower sites. The tower questions presented and documentation requested is critical to the appropriate design of the system to provide the required coverage. We also note that the City of Fort Lauderdale recently issued, on June 30, 2016, its Solicitation 769-11783, Enhanced 911 Public Safety Answering Point (PSAP) Implementation (the “RLI†). This Request for Letters of Interest concerns the process and phases necessary for the City to realize a fully functional Enhanced 911 (E911) Public Safety Answering Point (PSAP) with a focus on Next Generation (NG911) Capabilities. The City had joined the Broward County Consolidated Regional E911 Communications System in August of 2014, but now appears to be seeking its own solution in light of “ongoing issues with the regional system.†In light of the Solicitation’s County-wide application, Harris is very concerned as to what, if any, impact the City’s RLI will

have on the systems and processes to be designed, the areas to be covered and any changes to the overall scope of the Solicitation. (Submitted: Jul 8, 2016 3:26:43 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- As of July 18, all questions have been answered. Regarding tower loading, please see response to question 48. The City of Ft. Lauderdale's solicitation, Enhanced 911 Public Safety Answering Point (PSAP) Implementation, has no impact on any of the specifications or plans regarding Broward County's current solicitation RFP R1422515P1. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 73 Part 3 of 3

Finally, Harris understands the significant importance of supporting companies based in Broward County and will be engaging local companies as part of its project team. The vendor fair now scheduled for July 12 will introduce a number of new vendors to Harris that will help it meet the CBE criteria set forth in the Solicitation. While Harris will make every effort to evaluate the companies identified as potential partners for this project, the proposal deadline of August 3rd will not provide enough time to thoroughly appraise and validate these potential vendors as well as to get the subcontract proposals and inputs for their portions of the project. To Harris, a sound deployment of the P25 radio system for the County is its top priority, so the companies engaged must meet both Harris’ and the County’s high standards.

For the aforesaid reasons, we respectfully request that the County extend the current July 8, 2016 deadline for the submission of questions for four weeks, and the current submission deadline of August 3, 2016 for an additional six weeks. The provision of this extension will ensure that all vendors can submit complete proposals that meet and exceed all of the Solicitation’s technical, CBE and other specifications.

Very truly yours, _/s/ William G. Salim, Jr. WILLIAM G. SALIM, JR. WGS/cl cc: Client (Submitted: Jul 8, 2016 3:27:12 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- Broward County is pleased that the July 12, 2016 Office of Economic and Small Business Development Meet and Greet time was a success in bringing potential subcontractors and proposers together. As stated earlier question and answer 71, the question and answer period will not be extended as requested. The extension for submission deadline has been extended to August 17, 2016. We believe that this is a sufficient time for proposers to submit their responses. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 232

5

6

Question and Answers for Bid #R1422515P1 - Public Safety Radio APCO Project 25 700MHz Communication System

Overall Bid Questions

Question 1 Will the County provide an assigned storage facility or will this be the vendor's responsibility during Installation

Phase? (Submitted: May 16, 2016 5:44:32 PM EDT)

Answer- Please clarify the question by being more specific. (Answered: May 19, 2016 11:55:07 AM EDT)

- The Vendor will be responsible for providing storage for any equipment that is shipped prior to installation. The Vendor shall be liable for all equipment while it is housed at their storage facility. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 2 A. 1. Primary Trunked System

Last sentence: “A secondary simulcast cell or multicast site will be acceptable for coverage over the Everglades.â€

Question: What is the approximate expected traffic loading for this rural area/ Everglades? (Submitted: May 16, 2016

5:46:09 PM EDT)

Answer- Proposers should provide 10 talkpaths (6 RF channels) to cover the Everglades. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 3 Section 8.1 8.1. Overview, Section A

Question: Can the county provide a quantity breakdown for Portable and Mobiles based on the following: -Portable Radios -Remote Mobiles -Dual Head Mobiles -Dash Mobiles -Fire Truck Mobiles -Ambulance Mobiles -Boat Mobiles (Submitted: May 16, 2016 5:51:31 PM EDT)

Answer- A specific breakdown of portable and mobile radios by installation configuration is not available. It is noted that portable and mobile radio costs are not factored as part of the scoring, and user agencies will be responsible for purchasing radios directly. Pricing information should be provided for the full range of installation configurations offered by the proposer with the specific installation costs for each. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 4 Section 11.6 Coverage Testing, Section B. CATP

iv). A grid will be considered a “fail†if the outbound signal is measured at a BER greater than or equal to two percent. Question: Two percent (2.0%) is a DAQ3.4 for FDMA. DAQ3.4 for TDMA outbound is 2.4%. Should this read: A grid will be considered a “fail†if the outbound signal is measured at a BER greater than 2.4 percent. (Submitted:

May 16, 2016 5:53:12 PM EDT)

Answer- The County requires BER testing conducted at a failure rate of 2%. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 5 Section 8 Training Questions:

1. Dispatch Consoles: Is county seeking supervisor or user training? How many students will be trained? 2. Does the County prefer the Train-the-Trainer approach for Subscriber radio training? 3. How many students need Subscriber training? 4. How many Maintenance Technicians need training? 5. How many Technical Radio Managers need training? (Submitted: May 16, 2016 5:54:51 PM EDT)

Answer- 1. The County is seeking both supervisor and user training. An estimated 500 individuals will require training. 2. Train the trainer will be the best approach for the end user radios (portable/mobile). 3. An estimated 200 individuals will require mobile/portable training. 4. An estimated 12 maintenance technicians will require training. 5. An estimated 6 Radio Managers will require training. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 6 Section 3.0 Backhaul Network

3.2.1- Minimum Requirements Section G “Redundant landline-based Ethernet connectivity shall be provided to all critical infrastructure locations (system controllers, prime controllers, dispatch locations) as well as the EMS, Coconut Creek, Channel 2, and Davie locations identified in Appendix B. Radio backhaul must seamlessly route and self-heal between the combined microwave and landline network.â€

Question: Is this requirement to just provide an estimated cost for the leased landline connectivity or is it to be priced into the on-going maintenance of the system? (Submitted: May 16, 2016 5:56:32 PM EDT)

Answer- The County does not desire cost estimates for leased circuits. The County will be responsible for securing the leased circuits to provide the backhaul transport. The Vendor will be responsible for interfacing those links with the MPLS backhaul system and ensuring that the traffic can seamlessly route between the microwave and landline circuits. Vendors should factor in the costs of any maintenance required for equipment needed to interface with the landline connections within their proposals. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 7 Section 3.0 Backhaul Network

3.2.1- Minimum Requirements H Capacity (Part 3) Question: Since the current system is TDM based, please provide a T1 channel plan that will be required to be supported by the new microwave. (Submitted: May 16, 2016 5:57:45 PM EDT)

Answer- A copy of the T1 channel plan will be provided on BidSync. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 8 Section 2.0 Radio Communications System Requirements

2.6.7 Backup and Interoperability Requirements, D “Vendors shall propose a mobile communications trailer with the following elements:â€

Question: Is there any requirement to provide working space for personnel within the equipment area of the trailer? (Submitted: May 16, 2016 5:58:37 PM EDT)

Answer- The trailer should include seated workspace for one technician. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 9 Does Broward County have existing County owned facilities that have available space to support the storage of

equipment during the implementation period? If county owned storage space is available for use by the vendor during implementation then the cost to rent temporary storage would not be added to the project and ultimately incurred by the County. (Submitted: May 23, 2016 2:59:41 PM EDT)

Answer- The Vendor will be responsible for providing storage for any equipment that is shipped prior to installation. The Vendor shall be liable for all equipment while it is housed at their storage facility. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 10 B. The system shall meet a GoS of 1 percent, with 90 percent of units that are placed in queue receiving a

channel grant within two seconds. Vendors shall use the following information in developing their design: 1. Assume 4,772 active users on the system 2. Assume 5 calls per unit per hour 3. Assume a 4-second call duration. 4. If the Vendor’s proposed system contains multiple subsystems or cells, an additional loading increase

shall be included to account for calls that involve talkgroups on two or more cells. Vendors shall provide calculations and explain justifications. Question: This call rate would require 40 talk paths for a 1% GOS. Since Broward County has twenty 700 MHz frequencies which could provide the maximum 36 talk paths plus the control channel for a single simulcast cell, is there going to be additional traffic information that could be used to better analyze the traffic from 4772 active units? (Submitted: May 23, 2016 3:01:45 PM EDT)

Answer- The County has reviewed the projected system loading and has reduced the number of active users to 4272. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 11 RFP Section: 2.3.2.A, 2.3.2.B, 2.3.2.C

Question: Requirement is for system expansion of 10 percent by the addition of hardware and/or software. The combiner example provided in RFP Section 2.3.2.A is for “equipped†capacity and not the capability for expansion. Is the combiner a special case and the remainder of equipment shall be “capable†of 10

percent expansion? Sections 2.3.2.B and 2.3.2.C are in conflict with each other with respect to expanding the number of simulcast cells (30 vs. 5, respectively). Additionally, these sections conflict with Section 2.3.2.A (10 percent expansion requirement) relative to sites per simulcast cell. It is requested that hardware expansion as required by the affected RFP sections be limited to 10 percent of the Vendor system design. Please distinguish between “equipped vs. “capable†expansion. (Submitted: Jun

7, 2016 3:55:18 PM EDT)

Answer- Section 2.3.2.A states that the expansion capability shall be provided "where possible", so if expansion is not possible for certain components within a vendor's proposed design than the proposal will still be compliant. The expansion capability shall be provided as "equipped" capacity. Section 2.3.2.B has been removed. The specific expansion requirements listed in section 2.3.2.C supersede the 10% requirement in 2.3.2.A, and will not be eliminated. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 12 RFP Section: 2.6.2.B

Question: Reference to APCO P25 functional requirements, features, and performance objectives should be to Section 2.2.1, not 3.2.1. (Submitted: Jun 7, 2016 3:57:19 PM EDT)

Answer- The reference has been corrected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 13 RFP Section: 2.6.2.C

Question: Requirement is for the system controller to be placed at the County’s Sunrise PSAP. No mention is

made of a location for a redundant system controller. RFP Section 2.3.1.D indicates a desire for geographically separated system controllers, simulcast controllers, and voting equipment. Please clarify the requirement for geographically redundant components. (Submitted: Jun 7, 2016 3:59:21 PM EDT)

Answer- Geographically redundant components shall not be co- located within the same building. Vendors should provide the primary system controller at the Sunrise PSAP and the backup system controller at the Coconut Creek PSAP. The primary simulcast controller should be located at the Core site a backup should be located at the Hard Rock location. This does not preclude additional backup simulcast controller locations if proposed. This has been addressed in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 14 RFP Section: 2.6.6.B.4

Question: Return loss should be specified as 14 dB corresponding to a VSWR of 1.5:1. (Submitted: Jun 7, 2016

4:01:50 PM EDT)

Answer- The return loss has been corrected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 15 RFP Section: 2.6.7.A.5

Question: Requirement for the P25 trunked backup system is the greatest level of autonomy possible from the primary trunked system. Does this level of autonomy require a separate system controller from that furnished for the primary trunked system? If so, please state redundancy requirements, if any. Also, is there any requirement to link the backup trunked system with the primary trunked system at the system level? (Submitted: Jun 7, 2016 4:08:40

PM EDT)

Answer- A separate system controller is not required (single system ID). The backup system should have an independent simulcast controller with connected to both the primary and backup system controllers. (Answered:

Jun 23, 2016 9:04:21 AM EDT)

Question 16 RFP Section: 2.6.7.C

Question: Requirement is for a “narrowband†analog conventional simulcast repeater system for certain NPSPAC interoperability channels. NPSPAC is not narrowband but an offset channel methodology. For analog voice, NPSPAC emission would represent reduced bandwidth relative to standard wideband emission e.g. 14K0F3E vs. 16K0F3E, “occupied bandwidth.†Please clarify County’s required bandwidth for analog

NPSPAC operations. (Submitted: Jun 7, 2016 4:10:01 PM EDT)

Answer- The "narrowband" reference has been replaced with "wideband" in an Addendum. The channels shall operate with a 20K0F3E emission consistent with the NIFOG. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 17 RFP Section: 2.6.7.D.5

Question: Requirement for mobile communications trailer includes two 700 MHz repeaters operating in the P25 conventional mode. Are the repeaters to be single- or multi -channel? How are the repeaters to be controlled? (Submitted: Jun 7, 2016 4:10:50 PM EDT)

Answer- The repeaters shall be single-frequency units. The repeaters shall default in the repeat mode and shall be controlled locally. This is reflected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 18 RFP Section: 2.7.A

Question: Requirement is for a “narrowband†analog simulcast 800 MHz conventional repeater system. Use of narrowband analog modulation is not necessary at 800 MHz and would result in less coverage in a given system compared to wide-band emissions. (Submitted: Jun 7, 2016 4:11:44 PM EDT)

Answer- The "narrowband" reference has been replaced with "wideband" in an Addendum. The channels shall operate with a 20K0F3E emission consistent with the NIFOG. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 19 RFP Section: 3.2.1.H.3

Question: County desires that new microwave system be cutover in advance of the new radio system so that it may support the legacy SmartNet system. Please provide the route map and T1 channel plan including loop switch redundancy associated with the existing Tadiran microwave system currently supporting SmartNet. (Submitted: Jun 7, 2016 4:12:35 PM EDT)

Answer- The T1 channel plan will be provided in an addendum. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 20 RFP Section:1.1, 3.2.1.H.3

Question: Is it intended that system vendor build out the replacement SmartNet T1 transport to a point of demarcation from which County will interconnect to Smartnet TenSr channel banks, Larus route switches, etc.? If so, please define the hardware interface required as a point of demarcation at each SmartNet site. (Submitted: Jun

7, 2016 4:13:58 PM EDT)

Answer- It is the intent to cutover backhaul from the existing microwave system to the new microwave system prior to the radio system cutover. The demarcation point at each radio site will be the Larus route switches. All channel banks from each remote radio site terminate at the Public Safety Building, which is not currently planned for connectivity on the new microwave system. As part of the microwave cutover plan, the radios in the north and south microwave loops will be replaced with new microwave radios, but the existing eight (8) CM6 microwave radios between Core and PSB (4 radios at Core and 4 radios at PSB) will remain in place during the cutover to support the legacy system. These eight (8) CM6 microwave radios will be removed once the all radios users are migrated to the new P25 system. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 21 RFP Section: 3.2.1.N.5

Question: Requirement is for microwave antenna systems to be tested for low VSWR using return loss measurements. Please state minimum acceptable return loss. (Submitted: Jun 7, 2016 4:14:48 PM EDT)

Answer- VSWR of 1.5:1, and return loss of 14 dB. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 22 RFP Section: 1,9.H, 1.10.F, 5.1.F

Question: Requirement is for successful vendor to provide detailed drawings for structures and foundations sealed by a Florida P.E. at the time of the 45-day design. It is not practical to require sealed drawings for a design not yet approved by the County. Rather, tower profile drawings indicating antenna-mounting locations should be submitted at time of the 45-day design (see RFP Section 1.9.H). It is requested that the submittal of sealed drawings for new towers and tower structural analysis for existing towers be provided within 90 days from Final Design submittal such that the appropriate engineering analyses may be performed based on a County-accepted system design. (Submitted: Jun 7, 2016 4:16:46 PM EDT)

Answer- Detailed drawings for structures and foundations sealed by a Florida P.E will be permitted at the 90 day Final Design, with tower profile drawings indicating antenna-mounting locations provided at the 45-day design. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 23 RFP Section: 5.2.A.1

Question: Requirement is for vendor to update proposed solutions during negotiations if it is determined that existing towers must be replaced or modified. Whether an existing tower structure should be modified or replaced may not be known at the time of negotiation since structural analysis of existing structures will not yet have been conducted by the successful vendor. Similar to the request made in Question 13 above, is it acceptable to provide the recommendation to modify or replace following the structural analysis of existing tower structures within a 90-day period from Final Design submittal? (Submitted: Jun 7, 2016 4:18:09 PM EDT)

Answer- Recommendations to replace or upgrade a tower may be provided within a 90-day period during the Final Design submittal. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 24 RFP Section: 5.2.C.2

Question: Please clarify requirement for transmission line support to accommodate both snap-in and bolt - in cable hangers. RFP Section 2.6.6.E.1 does not permit the use of “snap-on kits.†Please resolve the conflict between RFP Sections 2.6.6.E.1 and 5.2.C.2. (Submitted: Jun 7, 2016 4:19:12 PM EDT)

Answer- The specifications have been updated in an Addendum to reflect that snap- in cable hangers are not permitted. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 25 RFP Section: 5.2.E.3, 5.3.1.5.a

Question: Harris Site Grounding and Lightning Protection Guidelines should be corrected to read AE/LZT 123 4618/1. (Submitted: Jun 7, 2016 4:21:04 PM EDT)

Answer- The reference has been updated through an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 26 RFP Section: 5.7F.2.b

Question: Requirement is for DC power system to provide -24/-48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. (Submitted: Jun 7, 2016 4:22:20 PM EDT)

Answer- These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level. (Answered: Jun 23, 2016 9:17:49 AM EDT)

Question 27 RFP Section: 7.2.1.E.2

Question: Requirement is for portable radio battery capacities of 2150, 2900, and 4200 mAh, which may be specific vendor capacities. Battery capacity by itself is not an accurate gauge of operating time. It is suggested that the County specify batteries based on portable radio operating time in accordance with the industry standard 5-5-90 duty cycle. (Submitted: Jun 7, 2016 4:23:11 PM EDT)

Answer- The specific battery capacity levels have been removed. This is reflected in an Addendum. The County desires options for various battery capacity levels for portable radios offered by each vendor. (Answered: Jun 29, 2016

12:57:46 PM EDT)

Question 28 RFP Section: 7.2.2.E

Question: Requirement is for up to 100 feet of coaxial cable for control stations. Please state quality reference or performance specification for coax cable. (Submitted: Jun 7, 2016 4:24:13 PM EDT)

Answer- Control station cables should be 1/2" LDF plenum rated cable with associated RF surge suppression, ground kit, and mounting hardware. This is reflected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 29 RFP Section: N/A

Question: Please provide the scheduled dates for planned demonstrations. (Submitted: Jun 7, 2016 4:25:22 PM EDT)

Answer- Plans are being made for the demonstrations, but the scheduled date will not be known until after the RFP bid end date deadline. (Answered: Jul 18, 2016 7:59:42 AM EDT)

Question 30 RFP Section: Evaluation Criteria 4.0

Question: The evaluation criteria includes 5 points for “Workload of the firm†. Please indicate how you plan to calculate “Workload of the firm†. Also, please describe how this benefits or affects Broward County and the selected company’s deployment efforts once the commitment to deploy within a specified time is made?

(Submitted: Jun 7, 2016 4:26:26 PM EDT)

Answer- Each Evaluation Committee Member will evaluate and allocate up to 5 points in regards to how much recent, current and projected work the firm has retained. This criteria will aid Broward County by indicating whether the firm can adequately manage a large project. Refer to Evaluation Criteria, question number four (4). (Answered: Jun

14, 2016 10:44:46 AM EDT)

Question 31 RFP Section: Evaluation Criteria 4.0

Question: The evaluation criteria includes 5 points for location. During the mandatory pre-bid meeting of May 17th, the county representative said that these 5 points would be given to a company if the company’s

Headquarters were located in Broward County. Please confirm that “Headquarters†means a firm’s

Corporate Headquarters. (Submitted: Jun 7, 2016 4:27:42 PM EDT)

Answer- Yes, Headquarters means the firm's Corporate Headquarters. (Answered: Jun 9, 2016 4:06:18 PM EDT)

Question 32 RFP Section: N/A

Question: Please provide radio traffic statistics for the current radio system during normal operation and busy hour to see how radio traffic was affected under real situations. (Submitted: Jun 7, 2016 4:28:25 PM EDT)

Answer- The current radio system traffic does not consider future loading, and is therefore not an accurate measure of system performance. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 33 Section 3.3 System Configuration

3.3.3 Grade of Service (GoS) – Trunked System B. The system shall meet a GoS of 1 percent, with 90 percent of units that are placed in queue receiving a channel grant within two seconds. Vendors shall use the following information in developing their design: 1. Assume 4,772 active users on the system 2. Assume 5 calls per unit per hour 3. Assume a 4 second call duration. 4. If the Vendor’s proposed system contains multiple subsystems or cells, an additional loading increase

shall be included to account for calls that involve talkgroups on two or more cells. Vendors shall provide calculations and explain justifications. Question: In reference to the item 3 above “Assume a 4 second call duration†, does this call duration represent the actual audio time without any call setup time included? (Submitted: Jun 7, 2016 4:28:58 PM EDT)

Answer- This represents the actual call audio time. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 34 Section 10.3.C – System Staging 3. The microwave subcontractor must make accommodations to stage its equipment at the P25 Vendor’s

facility, to allow staging of the complete radio and backup system simultaneously. Question: Would it be acceptable for the microwave MPLS network equipment to be staged at the Motorola Solutions facility (CCSi) without the complete microwave RF radio equipment? (Submitted: Jun 7, 2016 4:29:54 PM

EDT)

Answer- The full system must be configured at staging, including microwave MPLS and RF components. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 35 How many dispatch consoles will be dedicated for training? (Submitted: Jun 7, 2016 4:30:55 PM EDT)

Answer- The Vendor will be responsible for providing a local training facility at the Vendor's expense with a minimum of 20 dispatch positions. The training shall be conducted on a 24/7 basis to account for all Broward County dispatch shifts. There shall be a ratio of one student per dispatch console position. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 36 RFP Section:1.2, 1.4.A.2

Question: Requirement is for dispatch consoles and Motorola PremierOne CAD system to interface with the paging and FSA systems. System overview implies a requirement for vendor to furnish new UHF alphanumeric simulcast paging transmitters and a UHF fire station alerting system. Please clarify whether new UHF paging and fire station alerting subsystems are required as part of the procurement under Bid R1422515P1. If so, please provide full technical requirements including features, functions, and RF coverage. If new paging and FSA subsystems are not required under the Bid, please identify any need to interface to existing paging and FSA subsystems along with full technical descriptions and interface requirements. (Submitted: Jun 7, 2016 4:34:51 PM EDT)

Answer- The paging and FSA systems are not part of this procurement. The reference has been removed. (Answered: Jun

29, 2016 12:57:46 PM EDT)

Question 37 RFP Section: Bid Comments (Scope, Item 1), 1.3.C

Question: Scope Item 1 on RFP Page 2 requires a 700 MHz P25 Phase II System) to replace the County’s

existing 800 MHz Motorola SmartZone System while RFP Section 1.3.C requires a standalone 700/800 MHz, P25 DMM Phase I and Phase II trunked, simulcast system. Can the primary P25 trunked system be limited to one frequency band or must it be composed of both 700 and 800 MHz channels? (Submitted: Jun 7, 2016 4:36:46 PM EDT)

Answer- There are 20 700 MHz frequencies available to Broward County. If more than 20 frequencies are required, than it is likely 800 MHz frequencies utilized on the County's existing system will be required. (Answered: Jun 23, 2016

9:04:21 AM EDT)

Question 38 RFP Section:1.3.D

Question: Requirement is for a 4-site P25 Phase II, 7-channel fixed simulcast backup network supporting both voice and data. Please advise the frequency band of operation for the backup P25 trunked system. (Submitted: Jun

7, 2016 4:37:33 PM EDT)

Answer- Designs must account for either 700 MHz or 800 MHz frequencies based on frequency availability. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 39 RFP Section: 4.1.E

Question: Requirement is that the dispatch console system seamlessly integrate with the City of Fort Lauderdale’s Motorola P25 system and that the interface may be accomplished through CSSI or other

means that satisfy all identified requirements. Harris utilizes a virtualized CSSI within its ISSI interface. Does the Motorola hosted master site located at Motorola’s facility in Plantation, Florida provide the necessary ISSI interface to accommodate an interface to a

Harris ISSI? (Submitted: Jun 7, 2016 4:38:22 PM EDT)

Answer- It should be assumed that the Motorola Hosted Master Site will support the ISSI/CSSI connection at the time of system deployment. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 40 RFP Section: 4.5

Question: Requirement is for: The outputs from the console equipment shall be capable of being connected to the agency’s current replay

recording equipment. Please identify the existing replay equipment. A logging recorder link that will support a direct connection without requiring a conventional interface. Please identify each voice logging recorder to which vendor must link trunked and conventional audio resources and dispatch operator positions. To achieve a more efficient interface between the new trunked radio systems and the logging recorder, would the County accept new digital logging recorders in place of the County’s existing recorders? (Submitted: Jun 7, 2016

4:40:21 PM EDT)

Answer- A new digital logging recorder will not be accepted. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 41 Question: It is our expectation that the answers to these questions will have a significant impact on the system

design and the time required to complete a proposal. Therefore, Harris kindly requests that a 4 week extension be granted by Broward County. Such extension would go along with the 12 week period for proposal completion communicated during the RFQ selection committee meeting of April 26th. (Submitted: Jun 7, 2016 4:41:54 PM EDT)

Answer- the request to extend the bid end date by 4 weeks will not be granted. Any need to extend the bid end date will be determined as appropriate and as to the needs of Broward County. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 42 RFP Section 3.2.1.1 Microwave Engineering

A. Vendors shall conduct physical path surveys to assure that all proposed paths meet proper clearance criteria. Question: Is it correct to assume that physical path surveys referenced are to be completed by the successful vendor and not for the proposal stage? (Submitted: Jun 13, 2016 2:34:59 PM EDT)

Answer- Physical path surveys shall be conducted by the successful vendor after award, not during the proposal stage. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 43 Section 5.7 - DC Power System F. Performance Requirements: 3. Minimum Duration of Supply – The DC power system shall provide eight hours of run-time with a 25-percent equipment growth factor. Question: Is it correct to assume that the 25% equipment growth factor means that the proposed Charger-Rectifier and Battery Plant should be sized 25% higher than the required capacity? (Submitted: Jun 15, 2016 10:26:23

AM EDT)

Answer- Yes, correct. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 44 1. Lobbyist Registration Requirement Certification

Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be

deemed non-responsive for failure to fully comply within stated time frames. Question: This form is not on Bidsync, will it be added or is considered completed from Step 1 of the 2 Step process? (Submitted: Jun 15, 2016 8:09:35 PM EDT)

Answer- The Lobbyist Registration Requirement Certification Form has been added in an Addendum. (Answered: Jun 29,

2016 12:57:46 PM EDT)

Question 45 With regard to the requirement for backup radio systems that appears on page 10 section 1.2, page 12

paragraph D and page 24 section 2, which four (4) of the 12 sites listed as mandatory in Appendix B are the intended sites for these secondary systems? (Submitted: Jun 17, 2016 10:05:28 AM EDT)

Answer- The four sites listed in Column J of Appendix B. These include Core, Coconut Creek, Davie, and Channel 2. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 46 Section 5.3.F.3

The roof shall withstand the impact of ice falling from the adjacent tower without suffering any damage, or shall otherwise be protected from such damage. The Vendors shall describe in their proposals how this requirement will be met. Question: Please confirm the requirements for the Shelters per Section 5.3.F.3 to be a requirement of the specification. (Submitted: Jun 22, 2016 6:36:41 PM EDT)

Answer- While falling ice is not likely to be experienced, the requirement is intended to account for other falling objects or projectiles. The requirement remains. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 47 Section 7.3.2.A.3

The County has requested maintenance pricing to cover ‘Accidental Damage Replacement’ of subscriber

radios. a) Can the County please further define ‘Accidental Damage’ so respondents have a clear understanding

of what to include and b) Since there is not a specific line item in the price pages for Accidental Damage, are respondents to include this price in the overall maintenance pricing or provide it as a separate line item? (Submitted: Jun 24, 2016 8:29:35 AM EDT)

Answer- Accidental damage shall include any damage caused to the radio that impairs operation that is not directly the result of a manufacturer defect. The 'Accidental Damage' warranty plan shall cover the repair or replacement of these units as required. An updated pricing sheet has been provided for the Accidental Damage option. (Answered: Jul 11, 2016 3:25:05 PM

EDT)

- This will be addressed through an Addendum. (Answered: Jul 12, 2016 7:05:44 AM EDT)

Question 48 During the site surveys, Broward County indicated that it could provide a Tower Loading Analysis to vendors.

Can the County please provide this analysis for the existing towers? (Submitted: Jun 24, 2016 8:40:22 AM EDT)

Answer- Structural analyses shall be provided to the selected vendor after contract award. (Answered: Jul 11, 2016 3:25:05

PM EDT)

- According to the Project Manager, “County providing the proposers with data that is outdated and/or incomplete is not in the best interest of the County or the proposers… . the information the proposers are seeking, tower load analysis, is irrelevant for the proposers to provide a bid.†(Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 49 Section 4.3, Pg. 50

“B. The console system shall support a minimum of 24 conventional resources interfaced to the radio backhaul network through conventional gateways at each of the three PSAPs (72 conventional resources total). The conventional resources need to be available to the consoles in the event of a loss of wide-area trunking.â€

Please be more specific about the nature of the conventional resources. In B above the ask is for a minimum of 24 conventional resources but afterwards 72 conventional resources are described. (Submitted: Jun 24, 2016 8:41:44

AM EDT)

Answer- There are to be 24 conventional resources at each of the three regional dispatch centers, providing 72 total conventional resources. The conventional gateway needs to support Analog, Digital and IP Interface to conventional resource. Analog: The analog interface needs to support the following: • 2-Wire input/output • 4-Wire • VOX and Carrier Operated Relay (COR) • PTT Relay Output • Line Operated Busy Light (LOBL) Detectors • Analog Logging Output • Secure/Clear Call input The interface needs to support the following types of conventional channels: • R1, T1R1, T2R2, T4R4, T4R4, T8R8, T12R12, T14R14, T16R16 • MDC1200 • P25 Conventional The interface needs to support the following types of control: • E&M Control • Tone Remote Control (TRC) • Digital Control via IP Link (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 50 Section 2.5.1

This section asks for coverage maps in hard copy format. Does the vendor need to ship hard copies of the maps in addition to uploading the PDFs to BidSync? If so, please advise where to ship to and how to mark the packaging. (Submitted: Jun 24, 2016 8:43:12 AM EDT)

Answer- Soft copies submitted through BidSync will be acceptable for proposal purposes. Soft and hard copies will be required from the selected vendor after contract award based on final County approved system design. (Answered:

Jul 11, 2016 3:25:05 PM EDT)

Question 51 Section 2.5 and 2.5.2

Section 2.5.C.2 requests audio files in .wav or .mp3 files. Section 2.5.2.C requests antenna pattern files in EDX or PLANET formats. Given this is an electronic proposal only and items like this are typically provided on CD or jump drive, how would the County like Vendors to provide these files? (Submitted: Jun 24, 2016 8:44:31 AM EDT)

Answer- Vendor should upload the files in BidSync. At the County's request, vendor shall provide the files within three business days. This has been addressed in an Addendum (Answered: Jul 15, 2016 11:00:03 AM EDT)

Question 52 Could the County please provide a list of service codes that Broward County wishes to use that support the

CBE goals for this procurement? (Submitted: Jun 24, 2016 8:44:56 AM EDT)

Answer- OESBD will be having a meet and greet with eligible firms to network with potential bidders. This meeting is being coordinated by OESBD and is being held on 7/12/2016, 3:30-4:30PM, Broward County Government Center 115 S Andrews Avenue, RM 302, Ft. Lauderdale, FL 33301. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- Broward County does not provide a list of service codes regarding CBE goal requirements for solicitations. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 53 Section 6.7 DC Power System

F. Performance Requirements 3. Minimum Duration of Supply – The DC power system shall provide eight hours of runtime with a 25-percent equipment growth factor. Question: Eight hours of runtime for the P25 base stations will require significant space and significant weight for battery plants assuming that it is sized for full load (all trunked stations transmitting) plus 25% growth factor. For sizing the DC Power system, are we to assume that all voice trunking stations are continuously transmitting? If not, what would be the duty cycle to assume for the trunked voice channels (i.e. 50% transmit / 50% receive)? Traditional designs are configured for 2 hours of battery back up, mainly because if there is a generator failure, equipment is probable to fail from over heating. Is the County open to adjusting the time requirement for the back up battery systems? (Submitted: Jun 24, 2016 5:07:35 PM EDT)

Answer- Regarding Section 5.7, DC Power System; Vendors should assume a 50% average repeater usage (transmit and receive) for 8 hour DC runtime calculations. Vendors must also ensure 4 hours of DC runtime under 100% load. The County understands the space and weight requirements. These factors should be considered within the proposals. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This has been addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 54 In order for Harris to comply with the Broward County RFP request to demonstrate CAD interface with Motorola

PremierOne CAD to pass radio user data between systems, including radio unit ID, messaging, and CAD entry data, we request that Broward County please supply all PremierOne API documentation. Thank you for your consideration of this request. We look forward to your prompt response so that we can begin the middleware development process as soon as possible. (Submitted: Jun 27, 2016 1:02:07 PM EDT)

Answer- The County is not licensed to provide API data for PremierOne CAD. Vendors must demonstrate their best effort to conduct the demonstrations, and absent the ability to provide a live demonstration the vendor may provide information to the review committee to indicate their ability to meet the requirements in the specifications. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 55 In regard to the price pages supplied with the RFP (Appendix D_Pricing_Workbook for Information Only), there

are no columns for extended price calculations. Does the County want bidders to add column(s) to show the calculated extended price for items whose quantity is larger than 1? (Submitted: Jun 27, 2016 1:28:29 PM EDT)

Answer- Regarding Appendix D - Pricing Workbook for Information Only, The County is not requesting bidders to add columns to show extended pricing. (Answered: Jun 27, 2016 2:17:07 PM EDT)

Question 56 The price pages have a column for unit price and a column for discount percent. Is the unit price intended to be

the list price (before application of the discount) or the net unit price (after application of the discount). (Submitted:

Jun 27, 2016 1:29:09 PM EDT)

Answer- Regarding Appendix D - Pricing Workbook for Information Only; The unit price is intended to be the net price after application of the discount. (Answered: Jun 27, 2016 2:17:08 PM EDT)

Question 57 The list of sites provided in the RFP includes Tamarac and Deerfield. During the mandatory pre -bid meeting of May 17 it was mentioned that these sites are not to be re-used. However, this was not communicated officially through an amendment to the RFP. Can the County provide clarification regarding these two sites? (Submitted: Jun

28, 2016 7:42:12 AM EDT)

Answer- The County's existing sites in Deerfield and Tamarac are receive-only locations that will not be reused. The County is looking to build new tower sites in these general areas. It is the new sites that are reflected in the site matrix. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- For further clarification, the Deerfield and Tamarac site locations listed in Appendix B - Site Information are not the County's existing receive-only locations. (Answered: Jul 25, 2016 11:32:51 AM EDT)

Question 58 Question: Requirement is for DC power system to provide -24/ -48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. (Submitted: Jun 29, 2016 1:25:17 PM EDT)

Answer- Please see response to question 26. These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 59 Jun 07, 2016 4:22:20 PM EDT

Question: Requirement is for DC power system to provide -24/-48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. "Answer - Jun 23, 2016 9:17:49 AM EDT These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level." ---Updated Question: In reference to the answered question, is 1 for N redundancy also required for these supplemental voltages of +12vdc, -24vdc and 120vac? (Submitted: Jun 29, 2016 2:21:17 PM EDT)

Answer- N+1 redundancy is required for all voltage levels. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 60 Coordinates given for Hard Rock in the RFP do not clearly identify the intended structure. There appears to be

three structures that make up the Hard Rock complex. There are buildings to the Northwest, Southwest and Southeast in the complex. Please identify which building in the Hard Rock complex is intended for use as the Hard Rock radio site. (Submitted: Jun 30, 2016 12:20:18 PM EDT)

Answer- The coordinates correspond to planned new construction. The coordinates provided should be utilized. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 61 4.5. VOICE LOGGER OUTPUT

The Vendor shall identify within its proposal all replay requirements necessary to complete the interface. Question: In addition to the API cost, is it the intent of the County for the respondents to include pricing of all necessary replay requirements (including additional server hardware, other recording license additions and the services) or just identify all necessary replay requirements to complete the interface? (Submitted: Jun 30, 2016

3:32:54 PM EDT)

Answer- The vendor shall work with Replay Systems Inc. to obtain a quote for hardware and software needed to upgrade or replace existing logging recorder in order to be able to record the radio system talkgroups, conventional resources and dispatch consoles audio. For the radio vendor, the pricing should include at a minimum: server, firewall, and software licenses needed to pull the audio from the radio network and interface to the Logging system at both Central Dispatch and North Dispatch. For the Replay quote, it should included at a minimum the following (QTY to be defined by Replay): 1) VPI P25 Interface; 2) P25 API; 3) P25 Codec (one required per 32 Channels); 4) Cost to upgrade or replace existing logging recorder; 5) Installation and configuration (need to support pretest and cutover); 5) Extended Hardware and Software Support for years 2 thru X. (Answered: Jul 11,

2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 62 RFP Section 4.5

1. Please describe by make and model/version the existing replay recorders located at dispatch positions and the system logging recorders with which vendors are being asked to interface. 2. Please provide the contact information of the manufacturer representative and/or service group that provides follow-on sales and service to the existing logging recorder and the replay recorders. (Submitted: Jul 1, 2016 10:02:36

AM EDT)

Answer- #1 Vendor to contact Replay Systems, Inc. for existing logging system information. #2 Eddie Guererri Vice President Sales and Customer Support Replay Systems, Inc. 6555 NW 9th Avenue | Suite 105 Fort Lauderdale, FL 33309 T 954-267-9199 | TF 800.722.3472 F 954.267.9184 (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 63 The Specifications for the RFP reference the EOC one time in regards to being a microwave site. Does the

County require the EOC to be included in the new microwave design? (Submitted: Jul 1, 2016 1:11:08 PM EDT)

Answer- Yes, the EOC is to be a microwave only site. Appendix D has been updated with the information for the EOC site. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed through an Addendum. (Answered: Jul 12, 2016 7:05:44 AM EDT)

Question 64 2.6.7. Backup and Interoperability Systems

D. Vendors shall propose a mobile communications trailer with the following elements: 1. Appropriately sized vehicle for towing the proposed trailer Question: Please identify if the County requires the vehicle's price included in the proposal or only the specifications of a vehicle to tow the trailer? (Submitted: Jul 1, 2016 1:12:14 PM EDT)

Answer- The vehicle's price must be included in the proposal. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 65 With the recent addition of the Hard Rock Site location requirement, for a Prime Site, will County provide contact

information to the Vendors? (Submitted: Jul 1, 2016 1:15:28 PM EDT)

Answer- Contact information will be provided to the selected vendor. Vendors should assume sufficient space and power will be available. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- The contact for the Hard Rock site location is: Bobby Brown, Seminole Tribe of Florida Network Administrator, Phone Number: 954-966-6300 x11340, E-mail: [email protected]. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 66 Is there a requirement in the emergency communications trailer for Radio Dispatch Operator position or

positions? (Submitted: Jul 1, 2016 3:47:59 PM EDT)

Answer- There is no requirement for a dispatch console position in the communications trailer (Answered: Jul 13, 2016

11:42:45 AM EDT)

Question 67 CBE Goal

The RFP states that the Vendor shall only address the base solicitation amount for CBE goal participation. Can the County further elaborate on what is defined as the base solicitation in terms of the CBE calculation? (Submitted:

Jul 8, 2016 11:48:49 AM EDT)

Answer- As stated in the Office of Economics and Small Business Requirements: CBE Goal Participation, C., "The Vendor shall address the base solicitation amount for the CBE goal participation. No alternate/optional item(s) shall be addressed...". The Base solicitation amount is interpreted to be Line Item numbers R1422515P1-01-01 through R1422515P1-01-09 in the Item Response Form. There are no alternate or optional line items in in the Item Response Form for this solicitation. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 68 Does the County already have agreements to use/occupy the FDOT site that is shown as a non -existing 800 MHz site? Or, does the vendor bear any responsibility in securing the approval to use this site and, if so, to what degree? For the FDOT site, please provide the County’s contact for the purpose of arranging a site survey. (Submitted:

Jul 8, 2016 11:50:07 AM EDT)

Answer- The County has not made significant progress to date in securing the FDOT site, and is also evaluating other sites in the area. Therefore, we do not have contact information at this time. It is expected that the vendors will make reasonable assumptions for candidate sites or other sites proposed by the vendors that cannot be surveyed. The County notes that the FDOT site is a candidate site, and vendors have the discretion to either use this site or not within their designs. Vendors may reach out to the site owners of candidate sites directly if they wish to conduct surveys. (Answered: Jul 15, 2016 8:22:06 AM EDT)

Question 69 Can the County please provide scoring details or evaluation criteria for the demonstrations so vendors

understand how the demos will be evaluated? (Submitted: Jul 8, 2016 12:45:51 PM EDT)

Answer- The Demonstration Requirements document will be provided to the Evaluation Committee for their review. (Answered: Jul 13, 2016 11:42:45 AM EDT)

Question 70 Coverage testing will be performed per TSB -88.3-D in all accessible test tiles as defined by the grid definitions in the RFP Section 10.6.B.4.b.ii. We define accessible as any land tile containing roads that are identified in the 2015 US Census Bureau’s

Tiger Road Database and is classified as: Primary Secondary Local Ramp Service Drive Vehicular Trail Private Service Road (if accessible) Tiles that are not land accessible but may be accessed via watercraft will also be included in the test. Does the County agree with these definitions? (Submitted: Jul 8, 2016 1:25:37 PM EDT)

Answer- While the County tends to agree with these requirements, the more broad definition defined in TSB-88.3-D of "Accessible test tiles" will be maintained in the specifications. Tiles that are accessible via watercraft (airboat, boat, etc.) shall be considered accessible, including areas over the Everglades. These areas shall be tested consistent with the County’s coverage requirements. (Answered: Jul 15, 2016 8:22:06 AM EDT)

Question 71 Part 1 of 3

LAW OFFICES MOSKOWITZ, MANDELL, SALIM & SIMOWITZ, P.A. 800 CORPORATE DRIVE, SUITE 500 FORT LAUDERDALE, FLORIDA 33334 July 8, 2016 Jose De Zayas, Project Manager Michael Mullen, Purchasing Agent Re: Broward County Solicitation #R1422515P1, Public Safety Radio APCO Project 25 700 MHz Communication System (the “Solicitation†) Gentlemen: This firm represents Harris Corporation (“Harris†) with respect to the above-referenced Solicitation. As we are aware that the Cone of Silence is in effect with respect to this Solicitation, we address this letter to you both in accordance with Mr. Mullen’s prior email to Harris and Section J of the Solicitation’s Special Instructions

to Vendors. Should this letter be addressed to any other person, we ask that you forward it accordingly and advise us as well for any future communications. In light of the importance of the public safety implications of this Solicitation, on behalf of Harris we write to request that Broward County provide a four week extension of the current July 8, 2016 deadline for the submission of questions, and a six week extension of the current submission deadline of August 3, 2016. We believe such an extension is in the best interests of the County, its residents and all interested vendors to ensure that complete and accurate, technically feasible, proposals are submitted in conformance with the requirements of the Solicitation. (Submitted: Jul 8, 2016 3:25:46 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- A two week extension from August 3, 2016 to August 17, 2016 for a submission deadline has been determined to be appropriate. The question and answer period will not be extended as requested. (Answered: Jul 26, 2016

3:17:40 PM EDT)

Question 72 Part 2 of 3

In particular, we note that some 70 questions have been submitted to date concerning the technical specifications of the Solicitation, and 24 of those questions remain unanswered as of this writing. The unanswered questions pose issues of tremendous concern with respect to the ability to properly design the required system and implement the same. For instance, the Solicitation requires the vendor to demonstrate a proper interface of the radio system and the CAD system. Technical questions regarding the existing proprietary CAD system have not been answered, nor relevant documentation provided to design and implement the proper interface. Further, there is insufficient information provided as to the availability of certain tower sites and the loading capacity of tower sites. The tower questions presented and documentation requested is critical to the appropriate design of the system to provide the required coverage. We also note that the City of Fort Lauderdale recently issued, on June 30, 2016, its Solicitation 769-11783, Enhanced 911 Public Safety Answering Point (PSAP) Implementation (the “RLI†). This Request for Letters of Interest concerns the process and phases necessary for the City to realize a fully functional Enhanced 911 (E911) Public Safety Answering Point (PSAP) with a focus on Next Generation (NG911) Capabilities. The City had joined the Broward County Consolidated Regional E911 Communications System in August of 2014, but now appears to be seeking its own solution in light of “ongoing issues with the regional system.†In light of the Solicitation’s County-wide application, Harris is very concerned as to what, if any, impact the City’s RLI will

have on the systems and processes to be designed, the areas to be covered and any changes to the overall scope of the Solicitation. (Submitted: Jul 8, 2016 3:26:43 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- As of July 18, all questions have been answered. Regarding tower loading, please see response to question 48. The City of Ft. Lauderdale's solicitation, Enhanced 911 Public Safety Answering Point (PSAP) Implementation, has no impact on any of the specifications or plans regarding Broward County's current solicitation RFP R1422515P1. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 73 Part 3 of 3

Finally, Harris understands the significant importance of supporting companies based in Broward County and will be engaging local companies as part of its project team. The vendor fair now scheduled for July 12 will introduce a number of new vendors to Harris that will help it meet the CBE criteria set forth in the Solicitation. While Harris will make every effort to evaluate the companies identified as potential partners for this project, the proposal deadline of August 3rd will not provide enough time to thoroughly appraise and validate these potential vendors as well as to get the subcontract proposals and inputs for their portions of the project. To Harris, a sound deployment of the P25 radio system for the County is its top priority, so the companies engaged must meet both Harris’ and the County’s high standards.

For the aforesaid reasons, we respectfully request that the County extend the current July 8, 2016 deadline for the submission of questions for four weeks, and the current submission deadline of August 3, 2016 for an additional six weeks. The provision of this extension will ensure that all vendors can submit complete proposals that meet and exceed all of the Solicitation’s technical, CBE and other specifications.

Very truly yours, _/s/ William G. Salim, Jr. WILLIAM G. SALIM, JR. WGS/cl cc: Client (Submitted: Jul 8, 2016 3:27:12 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- Broward County is pleased that the July 12, 2016 Office of Economic and Small Business Development Meet and Greet time was a success in bringing potential subcontractors and proposers together. As stated earlier question and answer 71, the question and answer period will not be extended as requested. The extension for submission deadline has been extended to August 17, 2016. We believe that this is a sufficient time for proposers to submit their responses. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 233

5

6

Question and Answers for Bid #R1422515P1 - Public Safety Radio APCO Project 25 700MHz Communication System

Overall Bid Questions

Question 1 Will the County provide an assigned storage facility or will this be the vendor's responsibility during Installation

Phase? (Submitted: May 16, 2016 5:44:32 PM EDT)

Answer- Please clarify the question by being more specific. (Answered: May 19, 2016 11:55:07 AM EDT)

- The Vendor will be responsible for providing storage for any equipment that is shipped prior to installation. The Vendor shall be liable for all equipment while it is housed at their storage facility. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 2 A. 1. Primary Trunked System

Last sentence: “A secondary simulcast cell or multicast site will be acceptable for coverage over the Everglades.â€

Question: What is the approximate expected traffic loading for this rural area/ Everglades? (Submitted: May 16, 2016

5:46:09 PM EDT)

Answer- Proposers should provide 10 talkpaths (6 RF channels) to cover the Everglades. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 3 Section 8.1 8.1. Overview, Section A

Question: Can the county provide a quantity breakdown for Portable and Mobiles based on the following: -Portable Radios -Remote Mobiles -Dual Head Mobiles -Dash Mobiles -Fire Truck Mobiles -Ambulance Mobiles -Boat Mobiles (Submitted: May 16, 2016 5:51:31 PM EDT)

Answer- A specific breakdown of portable and mobile radios by installation configuration is not available. It is noted that portable and mobile radio costs are not factored as part of the scoring, and user agencies will be responsible for purchasing radios directly. Pricing information should be provided for the full range of installation configurations offered by the proposer with the specific installation costs for each. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 4 Section 11.6 Coverage Testing, Section B. CATP

iv). A grid will be considered a “fail†if the outbound signal is measured at a BER greater than or equal to two percent. Question: Two percent (2.0%) is a DAQ3.4 for FDMA. DAQ3.4 for TDMA outbound is 2.4%. Should this read: A grid will be considered a “fail†if the outbound signal is measured at a BER greater than 2.4 percent. (Submitted:

May 16, 2016 5:53:12 PM EDT)

Answer- The County requires BER testing conducted at a failure rate of 2%. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 5 Section 8 Training Questions:

1. Dispatch Consoles: Is county seeking supervisor or user training? How many students will be trained? 2. Does the County prefer the Train-the-Trainer approach for Subscriber radio training? 3. How many students need Subscriber training? 4. How many Maintenance Technicians need training? 5. How many Technical Radio Managers need training? (Submitted: May 16, 2016 5:54:51 PM EDT)

Answer- 1. The County is seeking both supervisor and user training. An estimated 500 individuals will require training. 2. Train the trainer will be the best approach for the end user radios (portable/mobile). 3. An estimated 200 individuals will require mobile/portable training. 4. An estimated 12 maintenance technicians will require training. 5. An estimated 6 Radio Managers will require training. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 6 Section 3.0 Backhaul Network

3.2.1- Minimum Requirements Section G “Redundant landline-based Ethernet connectivity shall be provided to all critical infrastructure locations (system controllers, prime controllers, dispatch locations) as well as the EMS, Coconut Creek, Channel 2, and Davie locations identified in Appendix B. Radio backhaul must seamlessly route and self-heal between the combined microwave and landline network.â€

Question: Is this requirement to just provide an estimated cost for the leased landline connectivity or is it to be priced into the on-going maintenance of the system? (Submitted: May 16, 2016 5:56:32 PM EDT)

Answer- The County does not desire cost estimates for leased circuits. The County will be responsible for securing the leased circuits to provide the backhaul transport. The Vendor will be responsible for interfacing those links with the MPLS backhaul system and ensuring that the traffic can seamlessly route between the microwave and landline circuits. Vendors should factor in the costs of any maintenance required for equipment needed to interface with the landline connections within their proposals. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 7 Section 3.0 Backhaul Network

3.2.1- Minimum Requirements H Capacity (Part 3) Question: Since the current system is TDM based, please provide a T1 channel plan that will be required to be supported by the new microwave. (Submitted: May 16, 2016 5:57:45 PM EDT)

Answer- A copy of the T1 channel plan will be provided on BidSync. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 8 Section 2.0 Radio Communications System Requirements

2.6.7 Backup and Interoperability Requirements, D “Vendors shall propose a mobile communications trailer with the following elements:â€

Question: Is there any requirement to provide working space for personnel within the equipment area of the trailer? (Submitted: May 16, 2016 5:58:37 PM EDT)

Answer- The trailer should include seated workspace for one technician. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 9 Does Broward County have existing County owned facilities that have available space to support the storage of

equipment during the implementation period? If county owned storage space is available for use by the vendor during implementation then the cost to rent temporary storage would not be added to the project and ultimately incurred by the County. (Submitted: May 23, 2016 2:59:41 PM EDT)

Answer- The Vendor will be responsible for providing storage for any equipment that is shipped prior to installation. The Vendor shall be liable for all equipment while it is housed at their storage facility. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 10 B. The system shall meet a GoS of 1 percent, with 90 percent of units that are placed in queue receiving a

channel grant within two seconds. Vendors shall use the following information in developing their design: 1. Assume 4,772 active users on the system 2. Assume 5 calls per unit per hour 3. Assume a 4-second call duration. 4. If the Vendor’s proposed system contains multiple subsystems or cells, an additional loading increase

shall be included to account for calls that involve talkgroups on two or more cells. Vendors shall provide calculations and explain justifications. Question: This call rate would require 40 talk paths for a 1% GOS. Since Broward County has twenty 700 MHz frequencies which could provide the maximum 36 talk paths plus the control channel for a single simulcast cell, is there going to be additional traffic information that could be used to better analyze the traffic from 4772 active units? (Submitted: May 23, 2016 3:01:45 PM EDT)

Answer- The County has reviewed the projected system loading and has reduced the number of active users to 4272. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 11 RFP Section: 2.3.2.A, 2.3.2.B, 2.3.2.C

Question: Requirement is for system expansion of 10 percent by the addition of hardware and/or software. The combiner example provided in RFP Section 2.3.2.A is for “equipped†capacity and not the capability for expansion. Is the combiner a special case and the remainder of equipment shall be “capable†of 10

percent expansion? Sections 2.3.2.B and 2.3.2.C are in conflict with each other with respect to expanding the number of simulcast cells (30 vs. 5, respectively). Additionally, these sections conflict with Section 2.3.2.A (10 percent expansion requirement) relative to sites per simulcast cell. It is requested that hardware expansion as required by the affected RFP sections be limited to 10 percent of the Vendor system design. Please distinguish between “equipped vs. “capable†expansion. (Submitted: Jun

7, 2016 3:55:18 PM EDT)

Answer- Section 2.3.2.A states that the expansion capability shall be provided "where possible", so if expansion is not possible for certain components within a vendor's proposed design than the proposal will still be compliant. The expansion capability shall be provided as "equipped" capacity. Section 2.3.2.B has been removed. The specific expansion requirements listed in section 2.3.2.C supersede the 10% requirement in 2.3.2.A, and will not be eliminated. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 12 RFP Section: 2.6.2.B

Question: Reference to APCO P25 functional requirements, features, and performance objectives should be to Section 2.2.1, not 3.2.1. (Submitted: Jun 7, 2016 3:57:19 PM EDT)

Answer- The reference has been corrected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 13 RFP Section: 2.6.2.C

Question: Requirement is for the system controller to be placed at the County’s Sunrise PSAP. No mention is

made of a location for a redundant system controller. RFP Section 2.3.1.D indicates a desire for geographically separated system controllers, simulcast controllers, and voting equipment. Please clarify the requirement for geographically redundant components. (Submitted: Jun 7, 2016 3:59:21 PM EDT)

Answer- Geographically redundant components shall not be co- located within the same building. Vendors should provide the primary system controller at the Sunrise PSAP and the backup system controller at the Coconut Creek PSAP. The primary simulcast controller should be located at the Core site a backup should be located at the Hard Rock location. This does not preclude additional backup simulcast controller locations if proposed. This has been addressed in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 14 RFP Section: 2.6.6.B.4

Question: Return loss should be specified as 14 dB corresponding to a VSWR of 1.5:1. (Submitted: Jun 7, 2016

4:01:50 PM EDT)

Answer- The return loss has been corrected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 15 RFP Section: 2.6.7.A.5

Question: Requirement for the P25 trunked backup system is the greatest level of autonomy possible from the primary trunked system. Does this level of autonomy require a separate system controller from that furnished for the primary trunked system? If so, please state redundancy requirements, if any. Also, is there any requirement to link the backup trunked system with the primary trunked system at the system level? (Submitted: Jun 7, 2016 4:08:40

PM EDT)

Answer- A separate system controller is not required (single system ID). The backup system should have an independent simulcast controller with connected to both the primary and backup system controllers. (Answered:

Jun 23, 2016 9:04:21 AM EDT)

Question 16 RFP Section: 2.6.7.C

Question: Requirement is for a “narrowband†analog conventional simulcast repeater system for certain NPSPAC interoperability channels. NPSPAC is not narrowband but an offset channel methodology. For analog voice, NPSPAC emission would represent reduced bandwidth relative to standard wideband emission e.g. 14K0F3E vs. 16K0F3E, “occupied bandwidth.†Please clarify County’s required bandwidth for analog

NPSPAC operations. (Submitted: Jun 7, 2016 4:10:01 PM EDT)

Answer- The "narrowband" reference has been replaced with "wideband" in an Addendum. The channels shall operate with a 20K0F3E emission consistent with the NIFOG. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 17 RFP Section: 2.6.7.D.5

Question: Requirement for mobile communications trailer includes two 700 MHz repeaters operating in the P25 conventional mode. Are the repeaters to be single- or multi -channel? How are the repeaters to be controlled? (Submitted: Jun 7, 2016 4:10:50 PM EDT)

Answer- The repeaters shall be single-frequency units. The repeaters shall default in the repeat mode and shall be controlled locally. This is reflected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 18 RFP Section: 2.7.A

Question: Requirement is for a “narrowband†analog simulcast 800 MHz conventional repeater system. Use of narrowband analog modulation is not necessary at 800 MHz and would result in less coverage in a given system compared to wide-band emissions. (Submitted: Jun 7, 2016 4:11:44 PM EDT)

Answer- The "narrowband" reference has been replaced with "wideband" in an Addendum. The channels shall operate with a 20K0F3E emission consistent with the NIFOG. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 19 RFP Section: 3.2.1.H.3

Question: County desires that new microwave system be cutover in advance of the new radio system so that it may support the legacy SmartNet system. Please provide the route map and T1 channel plan including loop switch redundancy associated with the existing Tadiran microwave system currently supporting SmartNet. (Submitted: Jun 7, 2016 4:12:35 PM EDT)

Answer- The T1 channel plan will be provided in an addendum. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 20 RFP Section:1.1, 3.2.1.H.3

Question: Is it intended that system vendor build out the replacement SmartNet T1 transport to a point of demarcation from which County will interconnect to Smartnet TenSr channel banks, Larus route switches, etc.? If so, please define the hardware interface required as a point of demarcation at each SmartNet site. (Submitted: Jun

7, 2016 4:13:58 PM EDT)

Answer- It is the intent to cutover backhaul from the existing microwave system to the new microwave system prior to the radio system cutover. The demarcation point at each radio site will be the Larus route switches. All channel banks from each remote radio site terminate at the Public Safety Building, which is not currently planned for connectivity on the new microwave system. As part of the microwave cutover plan, the radios in the north and south microwave loops will be replaced with new microwave radios, but the existing eight (8) CM6 microwave radios between Core and PSB (4 radios at Core and 4 radios at PSB) will remain in place during the cutover to support the legacy system. These eight (8) CM6 microwave radios will be removed once the all radios users are migrated to the new P25 system. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 21 RFP Section: 3.2.1.N.5

Question: Requirement is for microwave antenna systems to be tested for low VSWR using return loss measurements. Please state minimum acceptable return loss. (Submitted: Jun 7, 2016 4:14:48 PM EDT)

Answer- VSWR of 1.5:1, and return loss of 14 dB. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 22 RFP Section: 1,9.H, 1.10.F, 5.1.F

Question: Requirement is for successful vendor to provide detailed drawings for structures and foundations sealed by a Florida P.E. at the time of the 45-day design. It is not practical to require sealed drawings for a design not yet approved by the County. Rather, tower profile drawings indicating antenna-mounting locations should be submitted at time of the 45-day design (see RFP Section 1.9.H). It is requested that the submittal of sealed drawings for new towers and tower structural analysis for existing towers be provided within 90 days from Final Design submittal such that the appropriate engineering analyses may be performed based on a County-accepted system design. (Submitted: Jun 7, 2016 4:16:46 PM EDT)

Answer- Detailed drawings for structures and foundations sealed by a Florida P.E will be permitted at the 90 day Final Design, with tower profile drawings indicating antenna-mounting locations provided at the 45-day design. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 23 RFP Section: 5.2.A.1

Question: Requirement is for vendor to update proposed solutions during negotiations if it is determined that existing towers must be replaced or modified. Whether an existing tower structure should be modified or replaced may not be known at the time of negotiation since structural analysis of existing structures will not yet have been conducted by the successful vendor. Similar to the request made in Question 13 above, is it acceptable to provide the recommendation to modify or replace following the structural analysis of existing tower structures within a 90-day period from Final Design submittal? (Submitted: Jun 7, 2016 4:18:09 PM EDT)

Answer- Recommendations to replace or upgrade a tower may be provided within a 90-day period during the Final Design submittal. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 24 RFP Section: 5.2.C.2

Question: Please clarify requirement for transmission line support to accommodate both snap-in and bolt - in cable hangers. RFP Section 2.6.6.E.1 does not permit the use of “snap-on kits.†Please resolve the conflict between RFP Sections 2.6.6.E.1 and 5.2.C.2. (Submitted: Jun 7, 2016 4:19:12 PM EDT)

Answer- The specifications have been updated in an Addendum to reflect that snap- in cable hangers are not permitted. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 25 RFP Section: 5.2.E.3, 5.3.1.5.a

Question: Harris Site Grounding and Lightning Protection Guidelines should be corrected to read AE/LZT 123 4618/1. (Submitted: Jun 7, 2016 4:21:04 PM EDT)

Answer- The reference has been updated through an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 26 RFP Section: 5.7F.2.b

Question: Requirement is for DC power system to provide -24/-48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. (Submitted: Jun 7, 2016 4:22:20 PM EDT)

Answer- These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level. (Answered: Jun 23, 2016 9:17:49 AM EDT)

Question 27 RFP Section: 7.2.1.E.2

Question: Requirement is for portable radio battery capacities of 2150, 2900, and 4200 mAh, which may be specific vendor capacities. Battery capacity by itself is not an accurate gauge of operating time. It is suggested that the County specify batteries based on portable radio operating time in accordance with the industry standard 5-5-90 duty cycle. (Submitted: Jun 7, 2016 4:23:11 PM EDT)

Answer- The specific battery capacity levels have been removed. This is reflected in an Addendum. The County desires options for various battery capacity levels for portable radios offered by each vendor. (Answered: Jun 29, 2016

12:57:46 PM EDT)

Question 28 RFP Section: 7.2.2.E

Question: Requirement is for up to 100 feet of coaxial cable for control stations. Please state quality reference or performance specification for coax cable. (Submitted: Jun 7, 2016 4:24:13 PM EDT)

Answer- Control station cables should be 1/2" LDF plenum rated cable with associated RF surge suppression, ground kit, and mounting hardware. This is reflected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 29 RFP Section: N/A

Question: Please provide the scheduled dates for planned demonstrations. (Submitted: Jun 7, 2016 4:25:22 PM EDT)

Answer- Plans are being made for the demonstrations, but the scheduled date will not be known until after the RFP bid end date deadline. (Answered: Jul 18, 2016 7:59:42 AM EDT)

Question 30 RFP Section: Evaluation Criteria 4.0

Question: The evaluation criteria includes 5 points for “Workload of the firm†. Please indicate how you plan to calculate “Workload of the firm†. Also, please describe how this benefits or affects Broward County and the selected company’s deployment efforts once the commitment to deploy within a specified time is made?

(Submitted: Jun 7, 2016 4:26:26 PM EDT)

Answer- Each Evaluation Committee Member will evaluate and allocate up to 5 points in regards to how much recent, current and projected work the firm has retained. This criteria will aid Broward County by indicating whether the firm can adequately manage a large project. Refer to Evaluation Criteria, question number four (4). (Answered: Jun

14, 2016 10:44:46 AM EDT)

Question 31 RFP Section: Evaluation Criteria 4.0

Question: The evaluation criteria includes 5 points for location. During the mandatory pre-bid meeting of May 17th, the county representative said that these 5 points would be given to a company if the company’s

Headquarters were located in Broward County. Please confirm that “Headquarters†means a firm’s

Corporate Headquarters. (Submitted: Jun 7, 2016 4:27:42 PM EDT)

Answer- Yes, Headquarters means the firm's Corporate Headquarters. (Answered: Jun 9, 2016 4:06:18 PM EDT)

Question 32 RFP Section: N/A

Question: Please provide radio traffic statistics for the current radio system during normal operation and busy hour to see how radio traffic was affected under real situations. (Submitted: Jun 7, 2016 4:28:25 PM EDT)

Answer- The current radio system traffic does not consider future loading, and is therefore not an accurate measure of system performance. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 33 Section 3.3 System Configuration

3.3.3 Grade of Service (GoS) – Trunked System B. The system shall meet a GoS of 1 percent, with 90 percent of units that are placed in queue receiving a channel grant within two seconds. Vendors shall use the following information in developing their design: 1. Assume 4,772 active users on the system 2. Assume 5 calls per unit per hour 3. Assume a 4 second call duration. 4. If the Vendor’s proposed system contains multiple subsystems or cells, an additional loading increase

shall be included to account for calls that involve talkgroups on two or more cells. Vendors shall provide calculations and explain justifications. Question: In reference to the item 3 above “Assume a 4 second call duration†, does this call duration represent the actual audio time without any call setup time included? (Submitted: Jun 7, 2016 4:28:58 PM EDT)

Answer- This represents the actual call audio time. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 34 Section 10.3.C – System Staging 3. The microwave subcontractor must make accommodations to stage its equipment at the P25 Vendor’s

facility, to allow staging of the complete radio and backup system simultaneously. Question: Would it be acceptable for the microwave MPLS network equipment to be staged at the Motorola Solutions facility (CCSi) without the complete microwave RF radio equipment? (Submitted: Jun 7, 2016 4:29:54 PM

EDT)

Answer- The full system must be configured at staging, including microwave MPLS and RF components. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 35 How many dispatch consoles will be dedicated for training? (Submitted: Jun 7, 2016 4:30:55 PM EDT)

Answer- The Vendor will be responsible for providing a local training facility at the Vendor's expense with a minimum of 20 dispatch positions. The training shall be conducted on a 24/7 basis to account for all Broward County dispatch shifts. There shall be a ratio of one student per dispatch console position. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 36 RFP Section:1.2, 1.4.A.2

Question: Requirement is for dispatch consoles and Motorola PremierOne CAD system to interface with the paging and FSA systems. System overview implies a requirement for vendor to furnish new UHF alphanumeric simulcast paging transmitters and a UHF fire station alerting system. Please clarify whether new UHF paging and fire station alerting subsystems are required as part of the procurement under Bid R1422515P1. If so, please provide full technical requirements including features, functions, and RF coverage. If new paging and FSA subsystems are not required under the Bid, please identify any need to interface to existing paging and FSA subsystems along with full technical descriptions and interface requirements. (Submitted: Jun 7, 2016 4:34:51 PM EDT)

Answer- The paging and FSA systems are not part of this procurement. The reference has been removed. (Answered: Jun

29, 2016 12:57:46 PM EDT)

Question 37 RFP Section: Bid Comments (Scope, Item 1), 1.3.C

Question: Scope Item 1 on RFP Page 2 requires a 700 MHz P25 Phase II System) to replace the County’s

existing 800 MHz Motorola SmartZone System while RFP Section 1.3.C requires a standalone 700/800 MHz, P25 DMM Phase I and Phase II trunked, simulcast system. Can the primary P25 trunked system be limited to one frequency band or must it be composed of both 700 and 800 MHz channels? (Submitted: Jun 7, 2016 4:36:46 PM EDT)

Answer- There are 20 700 MHz frequencies available to Broward County. If more than 20 frequencies are required, than it is likely 800 MHz frequencies utilized on the County's existing system will be required. (Answered: Jun 23, 2016

9:04:21 AM EDT)

Question 38 RFP Section:1.3.D

Question: Requirement is for a 4-site P25 Phase II, 7-channel fixed simulcast backup network supporting both voice and data. Please advise the frequency band of operation for the backup P25 trunked system. (Submitted: Jun

7, 2016 4:37:33 PM EDT)

Answer- Designs must account for either 700 MHz or 800 MHz frequencies based on frequency availability. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 39 RFP Section: 4.1.E

Question: Requirement is that the dispatch console system seamlessly integrate with the City of Fort Lauderdale’s Motorola P25 system and that the interface may be accomplished through CSSI or other

means that satisfy all identified requirements. Harris utilizes a virtualized CSSI within its ISSI interface. Does the Motorola hosted master site located at Motorola’s facility in Plantation, Florida provide the necessary ISSI interface to accommodate an interface to a

Harris ISSI? (Submitted: Jun 7, 2016 4:38:22 PM EDT)

Answer- It should be assumed that the Motorola Hosted Master Site will support the ISSI/CSSI connection at the time of system deployment. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 40 RFP Section: 4.5

Question: Requirement is for: The outputs from the console equipment shall be capable of being connected to the agency’s current replay

recording equipment. Please identify the existing replay equipment. A logging recorder link that will support a direct connection without requiring a conventional interface. Please identify each voice logging recorder to which vendor must link trunked and conventional audio resources and dispatch operator positions. To achieve a more efficient interface between the new trunked radio systems and the logging recorder, would the County accept new digital logging recorders in place of the County’s existing recorders? (Submitted: Jun 7, 2016

4:40:21 PM EDT)

Answer- A new digital logging recorder will not be accepted. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 41 Question: It is our expectation that the answers to these questions will have a significant impact on the system

design and the time required to complete a proposal. Therefore, Harris kindly requests that a 4 week extension be granted by Broward County. Such extension would go along with the 12 week period for proposal completion communicated during the RFQ selection committee meeting of April 26th. (Submitted: Jun 7, 2016 4:41:54 PM EDT)

Answer- the request to extend the bid end date by 4 weeks will not be granted. Any need to extend the bid end date will be determined as appropriate and as to the needs of Broward County. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 42 RFP Section 3.2.1.1 Microwave Engineering

A. Vendors shall conduct physical path surveys to assure that all proposed paths meet proper clearance criteria. Question: Is it correct to assume that physical path surveys referenced are to be completed by the successful vendor and not for the proposal stage? (Submitted: Jun 13, 2016 2:34:59 PM EDT)

Answer- Physical path surveys shall be conducted by the successful vendor after award, not during the proposal stage. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 43 Section 5.7 - DC Power System F. Performance Requirements: 3. Minimum Duration of Supply – The DC power system shall provide eight hours of run-time with a 25-percent equipment growth factor. Question: Is it correct to assume that the 25% equipment growth factor means that the proposed Charger-Rectifier and Battery Plant should be sized 25% higher than the required capacity? (Submitted: Jun 15, 2016 10:26:23

AM EDT)

Answer- Yes, correct. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 44 1. Lobbyist Registration Requirement Certification

Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be

deemed non-responsive for failure to fully comply within stated time frames. Question: This form is not on Bidsync, will it be added or is considered completed from Step 1 of the 2 Step process? (Submitted: Jun 15, 2016 8:09:35 PM EDT)

Answer- The Lobbyist Registration Requirement Certification Form has been added in an Addendum. (Answered: Jun 29,

2016 12:57:46 PM EDT)

Question 45 With regard to the requirement for backup radio systems that appears on page 10 section 1.2, page 12

paragraph D and page 24 section 2, which four (4) of the 12 sites listed as mandatory in Appendix B are the intended sites for these secondary systems? (Submitted: Jun 17, 2016 10:05:28 AM EDT)

Answer- The four sites listed in Column J of Appendix B. These include Core, Coconut Creek, Davie, and Channel 2. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 46 Section 5.3.F.3

The roof shall withstand the impact of ice falling from the adjacent tower without suffering any damage, or shall otherwise be protected from such damage. The Vendors shall describe in their proposals how this requirement will be met. Question: Please confirm the requirements for the Shelters per Section 5.3.F.3 to be a requirement of the specification. (Submitted: Jun 22, 2016 6:36:41 PM EDT)

Answer- While falling ice is not likely to be experienced, the requirement is intended to account for other falling objects or projectiles. The requirement remains. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 47 Section 7.3.2.A.3

The County has requested maintenance pricing to cover ‘Accidental Damage Replacement’ of subscriber

radios. a) Can the County please further define ‘Accidental Damage’ so respondents have a clear understanding

of what to include and b) Since there is not a specific line item in the price pages for Accidental Damage, are respondents to include this price in the overall maintenance pricing or provide it as a separate line item? (Submitted: Jun 24, 2016 8:29:35 AM EDT)

Answer- Accidental damage shall include any damage caused to the radio that impairs operation that is not directly the result of a manufacturer defect. The 'Accidental Damage' warranty plan shall cover the repair or replacement of these units as required. An updated pricing sheet has been provided for the Accidental Damage option. (Answered: Jul 11, 2016 3:25:05 PM

EDT)

- This will be addressed through an Addendum. (Answered: Jul 12, 2016 7:05:44 AM EDT)

Question 48 During the site surveys, Broward County indicated that it could provide a Tower Loading Analysis to vendors.

Can the County please provide this analysis for the existing towers? (Submitted: Jun 24, 2016 8:40:22 AM EDT)

Answer- Structural analyses shall be provided to the selected vendor after contract award. (Answered: Jul 11, 2016 3:25:05

PM EDT)

- According to the Project Manager, “County providing the proposers with data that is outdated and/or incomplete is not in the best interest of the County or the proposers… . the information the proposers are seeking, tower load analysis, is irrelevant for the proposers to provide a bid.†(Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 49 Section 4.3, Pg. 50

“B. The console system shall support a minimum of 24 conventional resources interfaced to the radio backhaul network through conventional gateways at each of the three PSAPs (72 conventional resources total). The conventional resources need to be available to the consoles in the event of a loss of wide-area trunking.â€

Please be more specific about the nature of the conventional resources. In B above the ask is for a minimum of 24 conventional resources but afterwards 72 conventional resources are described. (Submitted: Jun 24, 2016 8:41:44

AM EDT)

Answer- There are to be 24 conventional resources at each of the three regional dispatch centers, providing 72 total conventional resources. The conventional gateway needs to support Analog, Digital and IP Interface to conventional resource. Analog: The analog interface needs to support the following: • 2-Wire input/output • 4-Wire • VOX and Carrier Operated Relay (COR) • PTT Relay Output • Line Operated Busy Light (LOBL) Detectors • Analog Logging Output • Secure/Clear Call input The interface needs to support the following types of conventional channels: • R1, T1R1, T2R2, T4R4, T4R4, T8R8, T12R12, T14R14, T16R16 • MDC1200 • P25 Conventional The interface needs to support the following types of control: • E&M Control • Tone Remote Control (TRC) • Digital Control via IP Link (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 50 Section 2.5.1

This section asks for coverage maps in hard copy format. Does the vendor need to ship hard copies of the maps in addition to uploading the PDFs to BidSync? If so, please advise where to ship to and how to mark the packaging. (Submitted: Jun 24, 2016 8:43:12 AM EDT)

Answer- Soft copies submitted through BidSync will be acceptable for proposal purposes. Soft and hard copies will be required from the selected vendor after contract award based on final County approved system design. (Answered:

Jul 11, 2016 3:25:05 PM EDT)

Question 51 Section 2.5 and 2.5.2

Section 2.5.C.2 requests audio files in .wav or .mp3 files. Section 2.5.2.C requests antenna pattern files in EDX or PLANET formats. Given this is an electronic proposal only and items like this are typically provided on CD or jump drive, how would the County like Vendors to provide these files? (Submitted: Jun 24, 2016 8:44:31 AM EDT)

Answer- Vendor should upload the files in BidSync. At the County's request, vendor shall provide the files within three business days. This has been addressed in an Addendum (Answered: Jul 15, 2016 11:00:03 AM EDT)

Question 52 Could the County please provide a list of service codes that Broward County wishes to use that support the

CBE goals for this procurement? (Submitted: Jun 24, 2016 8:44:56 AM EDT)

Answer- OESBD will be having a meet and greet with eligible firms to network with potential bidders. This meeting is being coordinated by OESBD and is being held on 7/12/2016, 3:30-4:30PM, Broward County Government Center 115 S Andrews Avenue, RM 302, Ft. Lauderdale, FL 33301. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- Broward County does not provide a list of service codes regarding CBE goal requirements for solicitations. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 53 Section 6.7 DC Power System

F. Performance Requirements 3. Minimum Duration of Supply – The DC power system shall provide eight hours of runtime with a 25-percent equipment growth factor. Question: Eight hours of runtime for the P25 base stations will require significant space and significant weight for battery plants assuming that it is sized for full load (all trunked stations transmitting) plus 25% growth factor. For sizing the DC Power system, are we to assume that all voice trunking stations are continuously transmitting? If not, what would be the duty cycle to assume for the trunked voice channels (i.e. 50% transmit / 50% receive)? Traditional designs are configured for 2 hours of battery back up, mainly because if there is a generator failure, equipment is probable to fail from over heating. Is the County open to adjusting the time requirement for the back up battery systems? (Submitted: Jun 24, 2016 5:07:35 PM EDT)

Answer- Regarding Section 5.7, DC Power System; Vendors should assume a 50% average repeater usage (transmit and receive) for 8 hour DC runtime calculations. Vendors must also ensure 4 hours of DC runtime under 100% load. The County understands the space and weight requirements. These factors should be considered within the proposals. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This has been addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 54 In order for Harris to comply with the Broward County RFP request to demonstrate CAD interface with Motorola

PremierOne CAD to pass radio user data between systems, including radio unit ID, messaging, and CAD entry data, we request that Broward County please supply all PremierOne API documentation. Thank you for your consideration of this request. We look forward to your prompt response so that we can begin the middleware development process as soon as possible. (Submitted: Jun 27, 2016 1:02:07 PM EDT)

Answer- The County is not licensed to provide API data for PremierOne CAD. Vendors must demonstrate their best effort to conduct the demonstrations, and absent the ability to provide a live demonstration the vendor may provide information to the review committee to indicate their ability to meet the requirements in the specifications. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 55 In regard to the price pages supplied with the RFP (Appendix D_Pricing_Workbook for Information Only), there

are no columns for extended price calculations. Does the County want bidders to add column(s) to show the calculated extended price for items whose quantity is larger than 1? (Submitted: Jun 27, 2016 1:28:29 PM EDT)

Answer- Regarding Appendix D - Pricing Workbook for Information Only, The County is not requesting bidders to add columns to show extended pricing. (Answered: Jun 27, 2016 2:17:07 PM EDT)

Question 56 The price pages have a column for unit price and a column for discount percent. Is the unit price intended to be

the list price (before application of the discount) or the net unit price (after application of the discount). (Submitted:

Jun 27, 2016 1:29:09 PM EDT)

Answer- Regarding Appendix D - Pricing Workbook for Information Only; The unit price is intended to be the net price after application of the discount. (Answered: Jun 27, 2016 2:17:08 PM EDT)

Question 57 The list of sites provided in the RFP includes Tamarac and Deerfield. During the mandatory pre -bid meeting of May 17 it was mentioned that these sites are not to be re-used. However, this was not communicated officially through an amendment to the RFP. Can the County provide clarification regarding these two sites? (Submitted: Jun

28, 2016 7:42:12 AM EDT)

Answer- The County's existing sites in Deerfield and Tamarac are receive-only locations that will not be reused. The County is looking to build new tower sites in these general areas. It is the new sites that are reflected in the site matrix. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- For further clarification, the Deerfield and Tamarac site locations listed in Appendix B - Site Information are not the County's existing receive-only locations. (Answered: Jul 25, 2016 11:32:51 AM EDT)

Question 58 Question: Requirement is for DC power system to provide -24/ -48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. (Submitted: Jun 29, 2016 1:25:17 PM EDT)

Answer- Please see response to question 26. These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 59 Jun 07, 2016 4:22:20 PM EDT

Question: Requirement is for DC power system to provide -24/-48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. "Answer - Jun 23, 2016 9:17:49 AM EDT These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level." ---Updated Question: In reference to the answered question, is 1 for N redundancy also required for these supplemental voltages of +12vdc, -24vdc and 120vac? (Submitted: Jun 29, 2016 2:21:17 PM EDT)

Answer- N+1 redundancy is required for all voltage levels. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 60 Coordinates given for Hard Rock in the RFP do not clearly identify the intended structure. There appears to be

three structures that make up the Hard Rock complex. There are buildings to the Northwest, Southwest and Southeast in the complex. Please identify which building in the Hard Rock complex is intended for use as the Hard Rock radio site. (Submitted: Jun 30, 2016 12:20:18 PM EDT)

Answer- The coordinates correspond to planned new construction. The coordinates provided should be utilized. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 61 4.5. VOICE LOGGER OUTPUT

The Vendor shall identify within its proposal all replay requirements necessary to complete the interface. Question: In addition to the API cost, is it the intent of the County for the respondents to include pricing of all necessary replay requirements (including additional server hardware, other recording license additions and the services) or just identify all necessary replay requirements to complete the interface? (Submitted: Jun 30, 2016

3:32:54 PM EDT)

Answer- The vendor shall work with Replay Systems Inc. to obtain a quote for hardware and software needed to upgrade or replace existing logging recorder in order to be able to record the radio system talkgroups, conventional resources and dispatch consoles audio. For the radio vendor, the pricing should include at a minimum: server, firewall, and software licenses needed to pull the audio from the radio network and interface to the Logging system at both Central Dispatch and North Dispatch. For the Replay quote, it should included at a minimum the following (QTY to be defined by Replay): 1) VPI P25 Interface; 2) P25 API; 3) P25 Codec (one required per 32 Channels); 4) Cost to upgrade or replace existing logging recorder; 5) Installation and configuration (need to support pretest and cutover); 5) Extended Hardware and Software Support for years 2 thru X. (Answered: Jul 11,

2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 62 RFP Section 4.5

1. Please describe by make and model/version the existing replay recorders located at dispatch positions and the system logging recorders with which vendors are being asked to interface. 2. Please provide the contact information of the manufacturer representative and/or service group that provides follow-on sales and service to the existing logging recorder and the replay recorders. (Submitted: Jul 1, 2016 10:02:36

AM EDT)

Answer- #1 Vendor to contact Replay Systems, Inc. for existing logging system information. #2 Eddie Guererri Vice President Sales and Customer Support Replay Systems, Inc. 6555 NW 9th Avenue | Suite 105 Fort Lauderdale, FL 33309 T 954-267-9199 | TF 800.722.3472 F 954.267.9184 (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 63 The Specifications for the RFP reference the EOC one time in regards to being a microwave site. Does the

County require the EOC to be included in the new microwave design? (Submitted: Jul 1, 2016 1:11:08 PM EDT)

Answer- Yes, the EOC is to be a microwave only site. Appendix D has been updated with the information for the EOC site. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed through an Addendum. (Answered: Jul 12, 2016 7:05:44 AM EDT)

Question 64 2.6.7. Backup and Interoperability Systems

D. Vendors shall propose a mobile communications trailer with the following elements: 1. Appropriately sized vehicle for towing the proposed trailer Question: Please identify if the County requires the vehicle's price included in the proposal or only the specifications of a vehicle to tow the trailer? (Submitted: Jul 1, 2016 1:12:14 PM EDT)

Answer- The vehicle's price must be included in the proposal. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 65 With the recent addition of the Hard Rock Site location requirement, for a Prime Site, will County provide contact

information to the Vendors? (Submitted: Jul 1, 2016 1:15:28 PM EDT)

Answer- Contact information will be provided to the selected vendor. Vendors should assume sufficient space and power will be available. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- The contact for the Hard Rock site location is: Bobby Brown, Seminole Tribe of Florida Network Administrator, Phone Number: 954-966-6300 x11340, E-mail: [email protected]. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 66 Is there a requirement in the emergency communications trailer for Radio Dispatch Operator position or

positions? (Submitted: Jul 1, 2016 3:47:59 PM EDT)

Answer- There is no requirement for a dispatch console position in the communications trailer (Answered: Jul 13, 2016

11:42:45 AM EDT)

Question 67 CBE Goal

The RFP states that the Vendor shall only address the base solicitation amount for CBE goal participation. Can the County further elaborate on what is defined as the base solicitation in terms of the CBE calculation? (Submitted:

Jul 8, 2016 11:48:49 AM EDT)

Answer- As stated in the Office of Economics and Small Business Requirements: CBE Goal Participation, C., "The Vendor shall address the base solicitation amount for the CBE goal participation. No alternate/optional item(s) shall be addressed...". The Base solicitation amount is interpreted to be Line Item numbers R1422515P1-01-01 through R1422515P1-01-09 in the Item Response Form. There are no alternate or optional line items in in the Item Response Form for this solicitation. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 68 Does the County already have agreements to use/occupy the FDOT site that is shown as a non -existing 800 MHz site? Or, does the vendor bear any responsibility in securing the approval to use this site and, if so, to what degree? For the FDOT site, please provide the County’s contact for the purpose of arranging a site survey. (Submitted:

Jul 8, 2016 11:50:07 AM EDT)

Answer- The County has not made significant progress to date in securing the FDOT site, and is also evaluating other sites in the area. Therefore, we do not have contact information at this time. It is expected that the vendors will make reasonable assumptions for candidate sites or other sites proposed by the vendors that cannot be surveyed. The County notes that the FDOT site is a candidate site, and vendors have the discretion to either use this site or not within their designs. Vendors may reach out to the site owners of candidate sites directly if they wish to conduct surveys. (Answered: Jul 15, 2016 8:22:06 AM EDT)

Question 69 Can the County please provide scoring details or evaluation criteria for the demonstrations so vendors

understand how the demos will be evaluated? (Submitted: Jul 8, 2016 12:45:51 PM EDT)

Answer- The Demonstration Requirements document will be provided to the Evaluation Committee for their review. (Answered: Jul 13, 2016 11:42:45 AM EDT)

Question 70 Coverage testing will be performed per TSB -88.3-D in all accessible test tiles as defined by the grid definitions in the RFP Section 10.6.B.4.b.ii. We define accessible as any land tile containing roads that are identified in the 2015 US Census Bureau’s

Tiger Road Database and is classified as: Primary Secondary Local Ramp Service Drive Vehicular Trail Private Service Road (if accessible) Tiles that are not land accessible but may be accessed via watercraft will also be included in the test. Does the County agree with these definitions? (Submitted: Jul 8, 2016 1:25:37 PM EDT)

Answer- While the County tends to agree with these requirements, the more broad definition defined in TSB-88.3-D of "Accessible test tiles" will be maintained in the specifications. Tiles that are accessible via watercraft (airboat, boat, etc.) shall be considered accessible, including areas over the Everglades. These areas shall be tested consistent with the County’s coverage requirements. (Answered: Jul 15, 2016 8:22:06 AM EDT)

Question 71 Part 1 of 3

LAW OFFICES MOSKOWITZ, MANDELL, SALIM & SIMOWITZ, P.A. 800 CORPORATE DRIVE, SUITE 500 FORT LAUDERDALE, FLORIDA 33334 July 8, 2016 Jose De Zayas, Project Manager Michael Mullen, Purchasing Agent Re: Broward County Solicitation #R1422515P1, Public Safety Radio APCO Project 25 700 MHz Communication System (the “Solicitation†) Gentlemen: This firm represents Harris Corporation (“Harris†) with respect to the above-referenced Solicitation. As we are aware that the Cone of Silence is in effect with respect to this Solicitation, we address this letter to you both in accordance with Mr. Mullen’s prior email to Harris and Section J of the Solicitation’s Special Instructions

to Vendors. Should this letter be addressed to any other person, we ask that you forward it accordingly and advise us as well for any future communications. In light of the importance of the public safety implications of this Solicitation, on behalf of Harris we write to request that Broward County provide a four week extension of the current July 8, 2016 deadline for the submission of questions, and a six week extension of the current submission deadline of August 3, 2016. We believe such an extension is in the best interests of the County, its residents and all interested vendors to ensure that complete and accurate, technically feasible, proposals are submitted in conformance with the requirements of the Solicitation. (Submitted: Jul 8, 2016 3:25:46 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- A two week extension from August 3, 2016 to August 17, 2016 for a submission deadline has been determined to be appropriate. The question and answer period will not be extended as requested. (Answered: Jul 26, 2016

3:17:40 PM EDT)

Question 72 Part 2 of 3

In particular, we note that some 70 questions have been submitted to date concerning the technical specifications of the Solicitation, and 24 of those questions remain unanswered as of this writing. The unanswered questions pose issues of tremendous concern with respect to the ability to properly design the required system and implement the same. For instance, the Solicitation requires the vendor to demonstrate a proper interface of the radio system and the CAD system. Technical questions regarding the existing proprietary CAD system have not been answered, nor relevant documentation provided to design and implement the proper interface. Further, there is insufficient information provided as to the availability of certain tower sites and the loading capacity of tower sites. The tower questions presented and documentation requested is critical to the appropriate design of the system to provide the required coverage. We also note that the City of Fort Lauderdale recently issued, on June 30, 2016, its Solicitation 769-11783, Enhanced 911 Public Safety Answering Point (PSAP) Implementation (the “RLI†). This Request for Letters of Interest concerns the process and phases necessary for the City to realize a fully functional Enhanced 911 (E911) Public Safety Answering Point (PSAP) with a focus on Next Generation (NG911) Capabilities. The City had joined the Broward County Consolidated Regional E911 Communications System in August of 2014, but now appears to be seeking its own solution in light of “ongoing issues with the regional system.†In light of the Solicitation’s County-wide application, Harris is very concerned as to what, if any, impact the City’s RLI will

have on the systems and processes to be designed, the areas to be covered and any changes to the overall scope of the Solicitation. (Submitted: Jul 8, 2016 3:26:43 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- As of July 18, all questions have been answered. Regarding tower loading, please see response to question 48. The City of Ft. Lauderdale's solicitation, Enhanced 911 Public Safety Answering Point (PSAP) Implementation, has no impact on any of the specifications or plans regarding Broward County's current solicitation RFP R1422515P1. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 73 Part 3 of 3

Finally, Harris understands the significant importance of supporting companies based in Broward County and will be engaging local companies as part of its project team. The vendor fair now scheduled for July 12 will introduce a number of new vendors to Harris that will help it meet the CBE criteria set forth in the Solicitation. While Harris will make every effort to evaluate the companies identified as potential partners for this project, the proposal deadline of August 3rd will not provide enough time to thoroughly appraise and validate these potential vendors as well as to get the subcontract proposals and inputs for their portions of the project. To Harris, a sound deployment of the P25 radio system for the County is its top priority, so the companies engaged must meet both Harris’ and the County’s high standards.

For the aforesaid reasons, we respectfully request that the County extend the current July 8, 2016 deadline for the submission of questions for four weeks, and the current submission deadline of August 3, 2016 for an additional six weeks. The provision of this extension will ensure that all vendors can submit complete proposals that meet and exceed all of the Solicitation’s technical, CBE and other specifications.

Very truly yours, _/s/ William G. Salim, Jr. WILLIAM G. SALIM, JR. WGS/cl cc: Client (Submitted: Jul 8, 2016 3:27:12 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- Broward County is pleased that the July 12, 2016 Office of Economic and Small Business Development Meet and Greet time was a success in bringing potential subcontractors and proposers together. As stated earlier question and answer 71, the question and answer period will not be extended as requested. The extension for submission deadline has been extended to August 17, 2016. We believe that this is a sufficient time for proposers to submit their responses. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 234

5

6

Question and Answers for Bid #R1422515P1 - Public Safety Radio APCO Project 25 700MHz Communication System

Overall Bid Questions

Question 1 Will the County provide an assigned storage facility or will this be the vendor's responsibility during Installation

Phase? (Submitted: May 16, 2016 5:44:32 PM EDT)

Answer- Please clarify the question by being more specific. (Answered: May 19, 2016 11:55:07 AM EDT)

- The Vendor will be responsible for providing storage for any equipment that is shipped prior to installation. The Vendor shall be liable for all equipment while it is housed at their storage facility. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 2 A. 1. Primary Trunked System

Last sentence: “A secondary simulcast cell or multicast site will be acceptable for coverage over the Everglades.â€

Question: What is the approximate expected traffic loading for this rural area/ Everglades? (Submitted: May 16, 2016

5:46:09 PM EDT)

Answer- Proposers should provide 10 talkpaths (6 RF channels) to cover the Everglades. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 3 Section 8.1 8.1. Overview, Section A

Question: Can the county provide a quantity breakdown for Portable and Mobiles based on the following: -Portable Radios -Remote Mobiles -Dual Head Mobiles -Dash Mobiles -Fire Truck Mobiles -Ambulance Mobiles -Boat Mobiles (Submitted: May 16, 2016 5:51:31 PM EDT)

Answer- A specific breakdown of portable and mobile radios by installation configuration is not available. It is noted that portable and mobile radio costs are not factored as part of the scoring, and user agencies will be responsible for purchasing radios directly. Pricing information should be provided for the full range of installation configurations offered by the proposer with the specific installation costs for each. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 4 Section 11.6 Coverage Testing, Section B. CATP

iv). A grid will be considered a “fail†if the outbound signal is measured at a BER greater than or equal to two percent. Question: Two percent (2.0%) is a DAQ3.4 for FDMA. DAQ3.4 for TDMA outbound is 2.4%. Should this read: A grid will be considered a “fail†if the outbound signal is measured at a BER greater than 2.4 percent. (Submitted:

May 16, 2016 5:53:12 PM EDT)

Answer- The County requires BER testing conducted at a failure rate of 2%. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 5 Section 8 Training Questions:

1. Dispatch Consoles: Is county seeking supervisor or user training? How many students will be trained? 2. Does the County prefer the Train-the-Trainer approach for Subscriber radio training? 3. How many students need Subscriber training? 4. How many Maintenance Technicians need training? 5. How many Technical Radio Managers need training? (Submitted: May 16, 2016 5:54:51 PM EDT)

Answer- 1. The County is seeking both supervisor and user training. An estimated 500 individuals will require training. 2. Train the trainer will be the best approach for the end user radios (portable/mobile). 3. An estimated 200 individuals will require mobile/portable training. 4. An estimated 12 maintenance technicians will require training. 5. An estimated 6 Radio Managers will require training. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 6 Section 3.0 Backhaul Network

3.2.1- Minimum Requirements Section G “Redundant landline-based Ethernet connectivity shall be provided to all critical infrastructure locations (system controllers, prime controllers, dispatch locations) as well as the EMS, Coconut Creek, Channel 2, and Davie locations identified in Appendix B. Radio backhaul must seamlessly route and self-heal between the combined microwave and landline network.â€

Question: Is this requirement to just provide an estimated cost for the leased landline connectivity or is it to be priced into the on-going maintenance of the system? (Submitted: May 16, 2016 5:56:32 PM EDT)

Answer- The County does not desire cost estimates for leased circuits. The County will be responsible for securing the leased circuits to provide the backhaul transport. The Vendor will be responsible for interfacing those links with the MPLS backhaul system and ensuring that the traffic can seamlessly route between the microwave and landline circuits. Vendors should factor in the costs of any maintenance required for equipment needed to interface with the landline connections within their proposals. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 7 Section 3.0 Backhaul Network

3.2.1- Minimum Requirements H Capacity (Part 3) Question: Since the current system is TDM based, please provide a T1 channel plan that will be required to be supported by the new microwave. (Submitted: May 16, 2016 5:57:45 PM EDT)

Answer- A copy of the T1 channel plan will be provided on BidSync. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 8 Section 2.0 Radio Communications System Requirements

2.6.7 Backup and Interoperability Requirements, D “Vendors shall propose a mobile communications trailer with the following elements:â€

Question: Is there any requirement to provide working space for personnel within the equipment area of the trailer? (Submitted: May 16, 2016 5:58:37 PM EDT)

Answer- The trailer should include seated workspace for one technician. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 9 Does Broward County have existing County owned facilities that have available space to support the storage of

equipment during the implementation period? If county owned storage space is available for use by the vendor during implementation then the cost to rent temporary storage would not be added to the project and ultimately incurred by the County. (Submitted: May 23, 2016 2:59:41 PM EDT)

Answer- The Vendor will be responsible for providing storage for any equipment that is shipped prior to installation. The Vendor shall be liable for all equipment while it is housed at their storage facility. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 10 B. The system shall meet a GoS of 1 percent, with 90 percent of units that are placed in queue receiving a

channel grant within two seconds. Vendors shall use the following information in developing their design: 1. Assume 4,772 active users on the system 2. Assume 5 calls per unit per hour 3. Assume a 4-second call duration. 4. If the Vendor’s proposed system contains multiple subsystems or cells, an additional loading increase

shall be included to account for calls that involve talkgroups on two or more cells. Vendors shall provide calculations and explain justifications. Question: This call rate would require 40 talk paths for a 1% GOS. Since Broward County has twenty 700 MHz frequencies which could provide the maximum 36 talk paths plus the control channel for a single simulcast cell, is there going to be additional traffic information that could be used to better analyze the traffic from 4772 active units? (Submitted: May 23, 2016 3:01:45 PM EDT)

Answer- The County has reviewed the projected system loading and has reduced the number of active users to 4272. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 11 RFP Section: 2.3.2.A, 2.3.2.B, 2.3.2.C

Question: Requirement is for system expansion of 10 percent by the addition of hardware and/or software. The combiner example provided in RFP Section 2.3.2.A is for “equipped†capacity and not the capability for expansion. Is the combiner a special case and the remainder of equipment shall be “capable†of 10

percent expansion? Sections 2.3.2.B and 2.3.2.C are in conflict with each other with respect to expanding the number of simulcast cells (30 vs. 5, respectively). Additionally, these sections conflict with Section 2.3.2.A (10 percent expansion requirement) relative to sites per simulcast cell. It is requested that hardware expansion as required by the affected RFP sections be limited to 10 percent of the Vendor system design. Please distinguish between “equipped vs. “capable†expansion. (Submitted: Jun

7, 2016 3:55:18 PM EDT)

Answer- Section 2.3.2.A states that the expansion capability shall be provided "where possible", so if expansion is not possible for certain components within a vendor's proposed design than the proposal will still be compliant. The expansion capability shall be provided as "equipped" capacity. Section 2.3.2.B has been removed. The specific expansion requirements listed in section 2.3.2.C supersede the 10% requirement in 2.3.2.A, and will not be eliminated. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 12 RFP Section: 2.6.2.B

Question: Reference to APCO P25 functional requirements, features, and performance objectives should be to Section 2.2.1, not 3.2.1. (Submitted: Jun 7, 2016 3:57:19 PM EDT)

Answer- The reference has been corrected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 13 RFP Section: 2.6.2.C

Question: Requirement is for the system controller to be placed at the County’s Sunrise PSAP. No mention is

made of a location for a redundant system controller. RFP Section 2.3.1.D indicates a desire for geographically separated system controllers, simulcast controllers, and voting equipment. Please clarify the requirement for geographically redundant components. (Submitted: Jun 7, 2016 3:59:21 PM EDT)

Answer- Geographically redundant components shall not be co- located within the same building. Vendors should provide the primary system controller at the Sunrise PSAP and the backup system controller at the Coconut Creek PSAP. The primary simulcast controller should be located at the Core site a backup should be located at the Hard Rock location. This does not preclude additional backup simulcast controller locations if proposed. This has been addressed in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 14 RFP Section: 2.6.6.B.4

Question: Return loss should be specified as 14 dB corresponding to a VSWR of 1.5:1. (Submitted: Jun 7, 2016

4:01:50 PM EDT)

Answer- The return loss has been corrected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 15 RFP Section: 2.6.7.A.5

Question: Requirement for the P25 trunked backup system is the greatest level of autonomy possible from the primary trunked system. Does this level of autonomy require a separate system controller from that furnished for the primary trunked system? If so, please state redundancy requirements, if any. Also, is there any requirement to link the backup trunked system with the primary trunked system at the system level? (Submitted: Jun 7, 2016 4:08:40

PM EDT)

Answer- A separate system controller is not required (single system ID). The backup system should have an independent simulcast controller with connected to both the primary and backup system controllers. (Answered:

Jun 23, 2016 9:04:21 AM EDT)

Question 16 RFP Section: 2.6.7.C

Question: Requirement is for a “narrowband†analog conventional simulcast repeater system for certain NPSPAC interoperability channels. NPSPAC is not narrowband but an offset channel methodology. For analog voice, NPSPAC emission would represent reduced bandwidth relative to standard wideband emission e.g. 14K0F3E vs. 16K0F3E, “occupied bandwidth.†Please clarify County’s required bandwidth for analog

NPSPAC operations. (Submitted: Jun 7, 2016 4:10:01 PM EDT)

Answer- The "narrowband" reference has been replaced with "wideband" in an Addendum. The channels shall operate with a 20K0F3E emission consistent with the NIFOG. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 17 RFP Section: 2.6.7.D.5

Question: Requirement for mobile communications trailer includes two 700 MHz repeaters operating in the P25 conventional mode. Are the repeaters to be single- or multi -channel? How are the repeaters to be controlled? (Submitted: Jun 7, 2016 4:10:50 PM EDT)

Answer- The repeaters shall be single-frequency units. The repeaters shall default in the repeat mode and shall be controlled locally. This is reflected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 18 RFP Section: 2.7.A

Question: Requirement is for a “narrowband†analog simulcast 800 MHz conventional repeater system. Use of narrowband analog modulation is not necessary at 800 MHz and would result in less coverage in a given system compared to wide-band emissions. (Submitted: Jun 7, 2016 4:11:44 PM EDT)

Answer- The "narrowband" reference has been replaced with "wideband" in an Addendum. The channels shall operate with a 20K0F3E emission consistent with the NIFOG. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 19 RFP Section: 3.2.1.H.3

Question: County desires that new microwave system be cutover in advance of the new radio system so that it may support the legacy SmartNet system. Please provide the route map and T1 channel plan including loop switch redundancy associated with the existing Tadiran microwave system currently supporting SmartNet. (Submitted: Jun 7, 2016 4:12:35 PM EDT)

Answer- The T1 channel plan will be provided in an addendum. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 20 RFP Section:1.1, 3.2.1.H.3

Question: Is it intended that system vendor build out the replacement SmartNet T1 transport to a point of demarcation from which County will interconnect to Smartnet TenSr channel banks, Larus route switches, etc.? If so, please define the hardware interface required as a point of demarcation at each SmartNet site. (Submitted: Jun

7, 2016 4:13:58 PM EDT)

Answer- It is the intent to cutover backhaul from the existing microwave system to the new microwave system prior to the radio system cutover. The demarcation point at each radio site will be the Larus route switches. All channel banks from each remote radio site terminate at the Public Safety Building, which is not currently planned for connectivity on the new microwave system. As part of the microwave cutover plan, the radios in the north and south microwave loops will be replaced with new microwave radios, but the existing eight (8) CM6 microwave radios between Core and PSB (4 radios at Core and 4 radios at PSB) will remain in place during the cutover to support the legacy system. These eight (8) CM6 microwave radios will be removed once the all radios users are migrated to the new P25 system. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 21 RFP Section: 3.2.1.N.5

Question: Requirement is for microwave antenna systems to be tested for low VSWR using return loss measurements. Please state minimum acceptable return loss. (Submitted: Jun 7, 2016 4:14:48 PM EDT)

Answer- VSWR of 1.5:1, and return loss of 14 dB. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 22 RFP Section: 1,9.H, 1.10.F, 5.1.F

Question: Requirement is for successful vendor to provide detailed drawings for structures and foundations sealed by a Florida P.E. at the time of the 45-day design. It is not practical to require sealed drawings for a design not yet approved by the County. Rather, tower profile drawings indicating antenna-mounting locations should be submitted at time of the 45-day design (see RFP Section 1.9.H). It is requested that the submittal of sealed drawings for new towers and tower structural analysis for existing towers be provided within 90 days from Final Design submittal such that the appropriate engineering analyses may be performed based on a County-accepted system design. (Submitted: Jun 7, 2016 4:16:46 PM EDT)

Answer- Detailed drawings for structures and foundations sealed by a Florida P.E will be permitted at the 90 day Final Design, with tower profile drawings indicating antenna-mounting locations provided at the 45-day design. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 23 RFP Section: 5.2.A.1

Question: Requirement is for vendor to update proposed solutions during negotiations if it is determined that existing towers must be replaced or modified. Whether an existing tower structure should be modified or replaced may not be known at the time of negotiation since structural analysis of existing structures will not yet have been conducted by the successful vendor. Similar to the request made in Question 13 above, is it acceptable to provide the recommendation to modify or replace following the structural analysis of existing tower structures within a 90-day period from Final Design submittal? (Submitted: Jun 7, 2016 4:18:09 PM EDT)

Answer- Recommendations to replace or upgrade a tower may be provided within a 90-day period during the Final Design submittal. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 24 RFP Section: 5.2.C.2

Question: Please clarify requirement for transmission line support to accommodate both snap-in and bolt - in cable hangers. RFP Section 2.6.6.E.1 does not permit the use of “snap-on kits.†Please resolve the conflict between RFP Sections 2.6.6.E.1 and 5.2.C.2. (Submitted: Jun 7, 2016 4:19:12 PM EDT)

Answer- The specifications have been updated in an Addendum to reflect that snap- in cable hangers are not permitted. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 25 RFP Section: 5.2.E.3, 5.3.1.5.a

Question: Harris Site Grounding and Lightning Protection Guidelines should be corrected to read AE/LZT 123 4618/1. (Submitted: Jun 7, 2016 4:21:04 PM EDT)

Answer- The reference has been updated through an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 26 RFP Section: 5.7F.2.b

Question: Requirement is for DC power system to provide -24/-48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. (Submitted: Jun 7, 2016 4:22:20 PM EDT)

Answer- These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level. (Answered: Jun 23, 2016 9:17:49 AM EDT)

Question 27 RFP Section: 7.2.1.E.2

Question: Requirement is for portable radio battery capacities of 2150, 2900, and 4200 mAh, which may be specific vendor capacities. Battery capacity by itself is not an accurate gauge of operating time. It is suggested that the County specify batteries based on portable radio operating time in accordance with the industry standard 5-5-90 duty cycle. (Submitted: Jun 7, 2016 4:23:11 PM EDT)

Answer- The specific battery capacity levels have been removed. This is reflected in an Addendum. The County desires options for various battery capacity levels for portable radios offered by each vendor. (Answered: Jun 29, 2016

12:57:46 PM EDT)

Question 28 RFP Section: 7.2.2.E

Question: Requirement is for up to 100 feet of coaxial cable for control stations. Please state quality reference or performance specification for coax cable. (Submitted: Jun 7, 2016 4:24:13 PM EDT)

Answer- Control station cables should be 1/2" LDF plenum rated cable with associated RF surge suppression, ground kit, and mounting hardware. This is reflected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 29 RFP Section: N/A

Question: Please provide the scheduled dates for planned demonstrations. (Submitted: Jun 7, 2016 4:25:22 PM EDT)

Answer- Plans are being made for the demonstrations, but the scheduled date will not be known until after the RFP bid end date deadline. (Answered: Jul 18, 2016 7:59:42 AM EDT)

Question 30 RFP Section: Evaluation Criteria 4.0

Question: The evaluation criteria includes 5 points for “Workload of the firm†. Please indicate how you plan to calculate “Workload of the firm†. Also, please describe how this benefits or affects Broward County and the selected company’s deployment efforts once the commitment to deploy within a specified time is made?

(Submitted: Jun 7, 2016 4:26:26 PM EDT)

Answer- Each Evaluation Committee Member will evaluate and allocate up to 5 points in regards to how much recent, current and projected work the firm has retained. This criteria will aid Broward County by indicating whether the firm can adequately manage a large project. Refer to Evaluation Criteria, question number four (4). (Answered: Jun

14, 2016 10:44:46 AM EDT)

Question 31 RFP Section: Evaluation Criteria 4.0

Question: The evaluation criteria includes 5 points for location. During the mandatory pre-bid meeting of May 17th, the county representative said that these 5 points would be given to a company if the company’s

Headquarters were located in Broward County. Please confirm that “Headquarters†means a firm’s

Corporate Headquarters. (Submitted: Jun 7, 2016 4:27:42 PM EDT)

Answer- Yes, Headquarters means the firm's Corporate Headquarters. (Answered: Jun 9, 2016 4:06:18 PM EDT)

Question 32 RFP Section: N/A

Question: Please provide radio traffic statistics for the current radio system during normal operation and busy hour to see how radio traffic was affected under real situations. (Submitted: Jun 7, 2016 4:28:25 PM EDT)

Answer- The current radio system traffic does not consider future loading, and is therefore not an accurate measure of system performance. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 33 Section 3.3 System Configuration

3.3.3 Grade of Service (GoS) – Trunked System B. The system shall meet a GoS of 1 percent, with 90 percent of units that are placed in queue receiving a channel grant within two seconds. Vendors shall use the following information in developing their design: 1. Assume 4,772 active users on the system 2. Assume 5 calls per unit per hour 3. Assume a 4 second call duration. 4. If the Vendor’s proposed system contains multiple subsystems or cells, an additional loading increase

shall be included to account for calls that involve talkgroups on two or more cells. Vendors shall provide calculations and explain justifications. Question: In reference to the item 3 above “Assume a 4 second call duration†, does this call duration represent the actual audio time without any call setup time included? (Submitted: Jun 7, 2016 4:28:58 PM EDT)

Answer- This represents the actual call audio time. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 34 Section 10.3.C – System Staging 3. The microwave subcontractor must make accommodations to stage its equipment at the P25 Vendor’s

facility, to allow staging of the complete radio and backup system simultaneously. Question: Would it be acceptable for the microwave MPLS network equipment to be staged at the Motorola Solutions facility (CCSi) without the complete microwave RF radio equipment? (Submitted: Jun 7, 2016 4:29:54 PM

EDT)

Answer- The full system must be configured at staging, including microwave MPLS and RF components. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 35 How many dispatch consoles will be dedicated for training? (Submitted: Jun 7, 2016 4:30:55 PM EDT)

Answer- The Vendor will be responsible for providing a local training facility at the Vendor's expense with a minimum of 20 dispatch positions. The training shall be conducted on a 24/7 basis to account for all Broward County dispatch shifts. There shall be a ratio of one student per dispatch console position. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 36 RFP Section:1.2, 1.4.A.2

Question: Requirement is for dispatch consoles and Motorola PremierOne CAD system to interface with the paging and FSA systems. System overview implies a requirement for vendor to furnish new UHF alphanumeric simulcast paging transmitters and a UHF fire station alerting system. Please clarify whether new UHF paging and fire station alerting subsystems are required as part of the procurement under Bid R1422515P1. If so, please provide full technical requirements including features, functions, and RF coverage. If new paging and FSA subsystems are not required under the Bid, please identify any need to interface to existing paging and FSA subsystems along with full technical descriptions and interface requirements. (Submitted: Jun 7, 2016 4:34:51 PM EDT)

Answer- The paging and FSA systems are not part of this procurement. The reference has been removed. (Answered: Jun

29, 2016 12:57:46 PM EDT)

Question 37 RFP Section: Bid Comments (Scope, Item 1), 1.3.C

Question: Scope Item 1 on RFP Page 2 requires a 700 MHz P25 Phase II System) to replace the County’s

existing 800 MHz Motorola SmartZone System while RFP Section 1.3.C requires a standalone 700/800 MHz, P25 DMM Phase I and Phase II trunked, simulcast system. Can the primary P25 trunked system be limited to one frequency band or must it be composed of both 700 and 800 MHz channels? (Submitted: Jun 7, 2016 4:36:46 PM EDT)

Answer- There are 20 700 MHz frequencies available to Broward County. If more than 20 frequencies are required, than it is likely 800 MHz frequencies utilized on the County's existing system will be required. (Answered: Jun 23, 2016

9:04:21 AM EDT)

Question 38 RFP Section:1.3.D

Question: Requirement is for a 4-site P25 Phase II, 7-channel fixed simulcast backup network supporting both voice and data. Please advise the frequency band of operation for the backup P25 trunked system. (Submitted: Jun

7, 2016 4:37:33 PM EDT)

Answer- Designs must account for either 700 MHz or 800 MHz frequencies based on frequency availability. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 39 RFP Section: 4.1.E

Question: Requirement is that the dispatch console system seamlessly integrate with the City of Fort Lauderdale’s Motorola P25 system and that the interface may be accomplished through CSSI or other

means that satisfy all identified requirements. Harris utilizes a virtualized CSSI within its ISSI interface. Does the Motorola hosted master site located at Motorola’s facility in Plantation, Florida provide the necessary ISSI interface to accommodate an interface to a

Harris ISSI? (Submitted: Jun 7, 2016 4:38:22 PM EDT)

Answer- It should be assumed that the Motorola Hosted Master Site will support the ISSI/CSSI connection at the time of system deployment. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 40 RFP Section: 4.5

Question: Requirement is for: The outputs from the console equipment shall be capable of being connected to the agency’s current replay

recording equipment. Please identify the existing replay equipment. A logging recorder link that will support a direct connection without requiring a conventional interface. Please identify each voice logging recorder to which vendor must link trunked and conventional audio resources and dispatch operator positions. To achieve a more efficient interface between the new trunked radio systems and the logging recorder, would the County accept new digital logging recorders in place of the County’s existing recorders? (Submitted: Jun 7, 2016

4:40:21 PM EDT)

Answer- A new digital logging recorder will not be accepted. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 41 Question: It is our expectation that the answers to these questions will have a significant impact on the system

design and the time required to complete a proposal. Therefore, Harris kindly requests that a 4 week extension be granted by Broward County. Such extension would go along with the 12 week period for proposal completion communicated during the RFQ selection committee meeting of April 26th. (Submitted: Jun 7, 2016 4:41:54 PM EDT)

Answer- the request to extend the bid end date by 4 weeks will not be granted. Any need to extend the bid end date will be determined as appropriate and as to the needs of Broward County. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 42 RFP Section 3.2.1.1 Microwave Engineering

A. Vendors shall conduct physical path surveys to assure that all proposed paths meet proper clearance criteria. Question: Is it correct to assume that physical path surveys referenced are to be completed by the successful vendor and not for the proposal stage? (Submitted: Jun 13, 2016 2:34:59 PM EDT)

Answer- Physical path surveys shall be conducted by the successful vendor after award, not during the proposal stage. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 43 Section 5.7 - DC Power System F. Performance Requirements: 3. Minimum Duration of Supply – The DC power system shall provide eight hours of run-time with a 25-percent equipment growth factor. Question: Is it correct to assume that the 25% equipment growth factor means that the proposed Charger-Rectifier and Battery Plant should be sized 25% higher than the required capacity? (Submitted: Jun 15, 2016 10:26:23

AM EDT)

Answer- Yes, correct. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 44 1. Lobbyist Registration Requirement Certification

Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be

deemed non-responsive for failure to fully comply within stated time frames. Question: This form is not on Bidsync, will it be added or is considered completed from Step 1 of the 2 Step process? (Submitted: Jun 15, 2016 8:09:35 PM EDT)

Answer- The Lobbyist Registration Requirement Certification Form has been added in an Addendum. (Answered: Jun 29,

2016 12:57:46 PM EDT)

Question 45 With regard to the requirement for backup radio systems that appears on page 10 section 1.2, page 12

paragraph D and page 24 section 2, which four (4) of the 12 sites listed as mandatory in Appendix B are the intended sites for these secondary systems? (Submitted: Jun 17, 2016 10:05:28 AM EDT)

Answer- The four sites listed in Column J of Appendix B. These include Core, Coconut Creek, Davie, and Channel 2. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 46 Section 5.3.F.3

The roof shall withstand the impact of ice falling from the adjacent tower without suffering any damage, or shall otherwise be protected from such damage. The Vendors shall describe in their proposals how this requirement will be met. Question: Please confirm the requirements for the Shelters per Section 5.3.F.3 to be a requirement of the specification. (Submitted: Jun 22, 2016 6:36:41 PM EDT)

Answer- While falling ice is not likely to be experienced, the requirement is intended to account for other falling objects or projectiles. The requirement remains. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 47 Section 7.3.2.A.3

The County has requested maintenance pricing to cover ‘Accidental Damage Replacement’ of subscriber

radios. a) Can the County please further define ‘Accidental Damage’ so respondents have a clear understanding

of what to include and b) Since there is not a specific line item in the price pages for Accidental Damage, are respondents to include this price in the overall maintenance pricing or provide it as a separate line item? (Submitted: Jun 24, 2016 8:29:35 AM EDT)

Answer- Accidental damage shall include any damage caused to the radio that impairs operation that is not directly the result of a manufacturer defect. The 'Accidental Damage' warranty plan shall cover the repair or replacement of these units as required. An updated pricing sheet has been provided for the Accidental Damage option. (Answered: Jul 11, 2016 3:25:05 PM

EDT)

- This will be addressed through an Addendum. (Answered: Jul 12, 2016 7:05:44 AM EDT)

Question 48 During the site surveys, Broward County indicated that it could provide a Tower Loading Analysis to vendors.

Can the County please provide this analysis for the existing towers? (Submitted: Jun 24, 2016 8:40:22 AM EDT)

Answer- Structural analyses shall be provided to the selected vendor after contract award. (Answered: Jul 11, 2016 3:25:05

PM EDT)

- According to the Project Manager, “County providing the proposers with data that is outdated and/or incomplete is not in the best interest of the County or the proposers… . the information the proposers are seeking, tower load analysis, is irrelevant for the proposers to provide a bid.†(Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 49 Section 4.3, Pg. 50

“B. The console system shall support a minimum of 24 conventional resources interfaced to the radio backhaul network through conventional gateways at each of the three PSAPs (72 conventional resources total). The conventional resources need to be available to the consoles in the event of a loss of wide-area trunking.â€

Please be more specific about the nature of the conventional resources. In B above the ask is for a minimum of 24 conventional resources but afterwards 72 conventional resources are described. (Submitted: Jun 24, 2016 8:41:44

AM EDT)

Answer- There are to be 24 conventional resources at each of the three regional dispatch centers, providing 72 total conventional resources. The conventional gateway needs to support Analog, Digital and IP Interface to conventional resource. Analog: The analog interface needs to support the following: • 2-Wire input/output • 4-Wire • VOX and Carrier Operated Relay (COR) • PTT Relay Output • Line Operated Busy Light (LOBL) Detectors • Analog Logging Output • Secure/Clear Call input The interface needs to support the following types of conventional channels: • R1, T1R1, T2R2, T4R4, T4R4, T8R8, T12R12, T14R14, T16R16 • MDC1200 • P25 Conventional The interface needs to support the following types of control: • E&M Control • Tone Remote Control (TRC) • Digital Control via IP Link (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 50 Section 2.5.1

This section asks for coverage maps in hard copy format. Does the vendor need to ship hard copies of the maps in addition to uploading the PDFs to BidSync? If so, please advise where to ship to and how to mark the packaging. (Submitted: Jun 24, 2016 8:43:12 AM EDT)

Answer- Soft copies submitted through BidSync will be acceptable for proposal purposes. Soft and hard copies will be required from the selected vendor after contract award based on final County approved system design. (Answered:

Jul 11, 2016 3:25:05 PM EDT)

Question 51 Section 2.5 and 2.5.2

Section 2.5.C.2 requests audio files in .wav or .mp3 files. Section 2.5.2.C requests antenna pattern files in EDX or PLANET formats. Given this is an electronic proposal only and items like this are typically provided on CD or jump drive, how would the County like Vendors to provide these files? (Submitted: Jun 24, 2016 8:44:31 AM EDT)

Answer- Vendor should upload the files in BidSync. At the County's request, vendor shall provide the files within three business days. This has been addressed in an Addendum (Answered: Jul 15, 2016 11:00:03 AM EDT)

Question 52 Could the County please provide a list of service codes that Broward County wishes to use that support the

CBE goals for this procurement? (Submitted: Jun 24, 2016 8:44:56 AM EDT)

Answer- OESBD will be having a meet and greet with eligible firms to network with potential bidders. This meeting is being coordinated by OESBD and is being held on 7/12/2016, 3:30-4:30PM, Broward County Government Center 115 S Andrews Avenue, RM 302, Ft. Lauderdale, FL 33301. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- Broward County does not provide a list of service codes regarding CBE goal requirements for solicitations. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 53 Section 6.7 DC Power System

F. Performance Requirements 3. Minimum Duration of Supply – The DC power system shall provide eight hours of runtime with a 25-percent equipment growth factor. Question: Eight hours of runtime for the P25 base stations will require significant space and significant weight for battery plants assuming that it is sized for full load (all trunked stations transmitting) plus 25% growth factor. For sizing the DC Power system, are we to assume that all voice trunking stations are continuously transmitting? If not, what would be the duty cycle to assume for the trunked voice channels (i.e. 50% transmit / 50% receive)? Traditional designs are configured for 2 hours of battery back up, mainly because if there is a generator failure, equipment is probable to fail from over heating. Is the County open to adjusting the time requirement for the back up battery systems? (Submitted: Jun 24, 2016 5:07:35 PM EDT)

Answer- Regarding Section 5.7, DC Power System; Vendors should assume a 50% average repeater usage (transmit and receive) for 8 hour DC runtime calculations. Vendors must also ensure 4 hours of DC runtime under 100% load. The County understands the space and weight requirements. These factors should be considered within the proposals. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This has been addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 54 In order for Harris to comply with the Broward County RFP request to demonstrate CAD interface with Motorola

PremierOne CAD to pass radio user data between systems, including radio unit ID, messaging, and CAD entry data, we request that Broward County please supply all PremierOne API documentation. Thank you for your consideration of this request. We look forward to your prompt response so that we can begin the middleware development process as soon as possible. (Submitted: Jun 27, 2016 1:02:07 PM EDT)

Answer- The County is not licensed to provide API data for PremierOne CAD. Vendors must demonstrate their best effort to conduct the demonstrations, and absent the ability to provide a live demonstration the vendor may provide information to the review committee to indicate their ability to meet the requirements in the specifications. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 55 In regard to the price pages supplied with the RFP (Appendix D_Pricing_Workbook for Information Only), there

are no columns for extended price calculations. Does the County want bidders to add column(s) to show the calculated extended price for items whose quantity is larger than 1? (Submitted: Jun 27, 2016 1:28:29 PM EDT)

Answer- Regarding Appendix D - Pricing Workbook for Information Only, The County is not requesting bidders to add columns to show extended pricing. (Answered: Jun 27, 2016 2:17:07 PM EDT)

Question 56 The price pages have a column for unit price and a column for discount percent. Is the unit price intended to be

the list price (before application of the discount) or the net unit price (after application of the discount). (Submitted:

Jun 27, 2016 1:29:09 PM EDT)

Answer- Regarding Appendix D - Pricing Workbook for Information Only; The unit price is intended to be the net price after application of the discount. (Answered: Jun 27, 2016 2:17:08 PM EDT)

Question 57 The list of sites provided in the RFP includes Tamarac and Deerfield. During the mandatory pre -bid meeting of May 17 it was mentioned that these sites are not to be re-used. However, this was not communicated officially through an amendment to the RFP. Can the County provide clarification regarding these two sites? (Submitted: Jun

28, 2016 7:42:12 AM EDT)

Answer- The County's existing sites in Deerfield and Tamarac are receive-only locations that will not be reused. The County is looking to build new tower sites in these general areas. It is the new sites that are reflected in the site matrix. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- For further clarification, the Deerfield and Tamarac site locations listed in Appendix B - Site Information are not the County's existing receive-only locations. (Answered: Jul 25, 2016 11:32:51 AM EDT)

Question 58 Question: Requirement is for DC power system to provide -24/ -48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. (Submitted: Jun 29, 2016 1:25:17 PM EDT)

Answer- Please see response to question 26. These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 59 Jun 07, 2016 4:22:20 PM EDT

Question: Requirement is for DC power system to provide -24/-48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. "Answer - Jun 23, 2016 9:17:49 AM EDT These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level." ---Updated Question: In reference to the answered question, is 1 for N redundancy also required for these supplemental voltages of +12vdc, -24vdc and 120vac? (Submitted: Jun 29, 2016 2:21:17 PM EDT)

Answer- N+1 redundancy is required for all voltage levels. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 60 Coordinates given for Hard Rock in the RFP do not clearly identify the intended structure. There appears to be

three structures that make up the Hard Rock complex. There are buildings to the Northwest, Southwest and Southeast in the complex. Please identify which building in the Hard Rock complex is intended for use as the Hard Rock radio site. (Submitted: Jun 30, 2016 12:20:18 PM EDT)

Answer- The coordinates correspond to planned new construction. The coordinates provided should be utilized. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 61 4.5. VOICE LOGGER OUTPUT

The Vendor shall identify within its proposal all replay requirements necessary to complete the interface. Question: In addition to the API cost, is it the intent of the County for the respondents to include pricing of all necessary replay requirements (including additional server hardware, other recording license additions and the services) or just identify all necessary replay requirements to complete the interface? (Submitted: Jun 30, 2016

3:32:54 PM EDT)

Answer- The vendor shall work with Replay Systems Inc. to obtain a quote for hardware and software needed to upgrade or replace existing logging recorder in order to be able to record the radio system talkgroups, conventional resources and dispatch consoles audio. For the radio vendor, the pricing should include at a minimum: server, firewall, and software licenses needed to pull the audio from the radio network and interface to the Logging system at both Central Dispatch and North Dispatch. For the Replay quote, it should included at a minimum the following (QTY to be defined by Replay): 1) VPI P25 Interface; 2) P25 API; 3) P25 Codec (one required per 32 Channels); 4) Cost to upgrade or replace existing logging recorder; 5) Installation and configuration (need to support pretest and cutover); 5) Extended Hardware and Software Support for years 2 thru X. (Answered: Jul 11,

2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 62 RFP Section 4.5

1. Please describe by make and model/version the existing replay recorders located at dispatch positions and the system logging recorders with which vendors are being asked to interface. 2. Please provide the contact information of the manufacturer representative and/or service group that provides follow-on sales and service to the existing logging recorder and the replay recorders. (Submitted: Jul 1, 2016 10:02:36

AM EDT)

Answer- #1 Vendor to contact Replay Systems, Inc. for existing logging system information. #2 Eddie Guererri Vice President Sales and Customer Support Replay Systems, Inc. 6555 NW 9th Avenue | Suite 105 Fort Lauderdale, FL 33309 T 954-267-9199 | TF 800.722.3472 F 954.267.9184 (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 63 The Specifications for the RFP reference the EOC one time in regards to being a microwave site. Does the

County require the EOC to be included in the new microwave design? (Submitted: Jul 1, 2016 1:11:08 PM EDT)

Answer- Yes, the EOC is to be a microwave only site. Appendix D has been updated with the information for the EOC site. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed through an Addendum. (Answered: Jul 12, 2016 7:05:44 AM EDT)

Question 64 2.6.7. Backup and Interoperability Systems

D. Vendors shall propose a mobile communications trailer with the following elements: 1. Appropriately sized vehicle for towing the proposed trailer Question: Please identify if the County requires the vehicle's price included in the proposal or only the specifications of a vehicle to tow the trailer? (Submitted: Jul 1, 2016 1:12:14 PM EDT)

Answer- The vehicle's price must be included in the proposal. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 65 With the recent addition of the Hard Rock Site location requirement, for a Prime Site, will County provide contact

information to the Vendors? (Submitted: Jul 1, 2016 1:15:28 PM EDT)

Answer- Contact information will be provided to the selected vendor. Vendors should assume sufficient space and power will be available. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- The contact for the Hard Rock site location is: Bobby Brown, Seminole Tribe of Florida Network Administrator, Phone Number: 954-966-6300 x11340, E-mail: [email protected]. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 66 Is there a requirement in the emergency communications trailer for Radio Dispatch Operator position or

positions? (Submitted: Jul 1, 2016 3:47:59 PM EDT)

Answer- There is no requirement for a dispatch console position in the communications trailer (Answered: Jul 13, 2016

11:42:45 AM EDT)

Question 67 CBE Goal

The RFP states that the Vendor shall only address the base solicitation amount for CBE goal participation. Can the County further elaborate on what is defined as the base solicitation in terms of the CBE calculation? (Submitted:

Jul 8, 2016 11:48:49 AM EDT)

Answer- As stated in the Office of Economics and Small Business Requirements: CBE Goal Participation, C., "The Vendor shall address the base solicitation amount for the CBE goal participation. No alternate/optional item(s) shall be addressed...". The Base solicitation amount is interpreted to be Line Item numbers R1422515P1-01-01 through R1422515P1-01-09 in the Item Response Form. There are no alternate or optional line items in in the Item Response Form for this solicitation. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 68 Does the County already have agreements to use/occupy the FDOT site that is shown as a non -existing 800 MHz site? Or, does the vendor bear any responsibility in securing the approval to use this site and, if so, to what degree? For the FDOT site, please provide the County’s contact for the purpose of arranging a site survey. (Submitted:

Jul 8, 2016 11:50:07 AM EDT)

Answer- The County has not made significant progress to date in securing the FDOT site, and is also evaluating other sites in the area. Therefore, we do not have contact information at this time. It is expected that the vendors will make reasonable assumptions for candidate sites or other sites proposed by the vendors that cannot be surveyed. The County notes that the FDOT site is a candidate site, and vendors have the discretion to either use this site or not within their designs. Vendors may reach out to the site owners of candidate sites directly if they wish to conduct surveys. (Answered: Jul 15, 2016 8:22:06 AM EDT)

Question 69 Can the County please provide scoring details or evaluation criteria for the demonstrations so vendors

understand how the demos will be evaluated? (Submitted: Jul 8, 2016 12:45:51 PM EDT)

Answer- The Demonstration Requirements document will be provided to the Evaluation Committee for their review. (Answered: Jul 13, 2016 11:42:45 AM EDT)

Question 70 Coverage testing will be performed per TSB -88.3-D in all accessible test tiles as defined by the grid definitions in the RFP Section 10.6.B.4.b.ii. We define accessible as any land tile containing roads that are identified in the 2015 US Census Bureau’s

Tiger Road Database and is classified as: Primary Secondary Local Ramp Service Drive Vehicular Trail Private Service Road (if accessible) Tiles that are not land accessible but may be accessed via watercraft will also be included in the test. Does the County agree with these definitions? (Submitted: Jul 8, 2016 1:25:37 PM EDT)

Answer- While the County tends to agree with these requirements, the more broad definition defined in TSB-88.3-D of "Accessible test tiles" will be maintained in the specifications. Tiles that are accessible via watercraft (airboat, boat, etc.) shall be considered accessible, including areas over the Everglades. These areas shall be tested consistent with the County’s coverage requirements. (Answered: Jul 15, 2016 8:22:06 AM EDT)

Question 71 Part 1 of 3

LAW OFFICES MOSKOWITZ, MANDELL, SALIM & SIMOWITZ, P.A. 800 CORPORATE DRIVE, SUITE 500 FORT LAUDERDALE, FLORIDA 33334 July 8, 2016 Jose De Zayas, Project Manager Michael Mullen, Purchasing Agent Re: Broward County Solicitation #R1422515P1, Public Safety Radio APCO Project 25 700 MHz Communication System (the “Solicitation†) Gentlemen: This firm represents Harris Corporation (“Harris†) with respect to the above-referenced Solicitation. As we are aware that the Cone of Silence is in effect with respect to this Solicitation, we address this letter to you both in accordance with Mr. Mullen’s prior email to Harris and Section J of the Solicitation’s Special Instructions

to Vendors. Should this letter be addressed to any other person, we ask that you forward it accordingly and advise us as well for any future communications. In light of the importance of the public safety implications of this Solicitation, on behalf of Harris we write to request that Broward County provide a four week extension of the current July 8, 2016 deadline for the submission of questions, and a six week extension of the current submission deadline of August 3, 2016. We believe such an extension is in the best interests of the County, its residents and all interested vendors to ensure that complete and accurate, technically feasible, proposals are submitted in conformance with the requirements of the Solicitation. (Submitted: Jul 8, 2016 3:25:46 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- A two week extension from August 3, 2016 to August 17, 2016 for a submission deadline has been determined to be appropriate. The question and answer period will not be extended as requested. (Answered: Jul 26, 2016

3:17:40 PM EDT)

Question 72 Part 2 of 3

In particular, we note that some 70 questions have been submitted to date concerning the technical specifications of the Solicitation, and 24 of those questions remain unanswered as of this writing. The unanswered questions pose issues of tremendous concern with respect to the ability to properly design the required system and implement the same. For instance, the Solicitation requires the vendor to demonstrate a proper interface of the radio system and the CAD system. Technical questions regarding the existing proprietary CAD system have not been answered, nor relevant documentation provided to design and implement the proper interface. Further, there is insufficient information provided as to the availability of certain tower sites and the loading capacity of tower sites. The tower questions presented and documentation requested is critical to the appropriate design of the system to provide the required coverage. We also note that the City of Fort Lauderdale recently issued, on June 30, 2016, its Solicitation 769-11783, Enhanced 911 Public Safety Answering Point (PSAP) Implementation (the “RLI†). This Request for Letters of Interest concerns the process and phases necessary for the City to realize a fully functional Enhanced 911 (E911) Public Safety Answering Point (PSAP) with a focus on Next Generation (NG911) Capabilities. The City had joined the Broward County Consolidated Regional E911 Communications System in August of 2014, but now appears to be seeking its own solution in light of “ongoing issues with the regional system.†In light of the Solicitation’s County-wide application, Harris is very concerned as to what, if any, impact the City’s RLI will

have on the systems and processes to be designed, the areas to be covered and any changes to the overall scope of the Solicitation. (Submitted: Jul 8, 2016 3:26:43 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- As of July 18, all questions have been answered. Regarding tower loading, please see response to question 48. The City of Ft. Lauderdale's solicitation, Enhanced 911 Public Safety Answering Point (PSAP) Implementation, has no impact on any of the specifications or plans regarding Broward County's current solicitation RFP R1422515P1. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 73 Part 3 of 3

Finally, Harris understands the significant importance of supporting companies based in Broward County and will be engaging local companies as part of its project team. The vendor fair now scheduled for July 12 will introduce a number of new vendors to Harris that will help it meet the CBE criteria set forth in the Solicitation. While Harris will make every effort to evaluate the companies identified as potential partners for this project, the proposal deadline of August 3rd will not provide enough time to thoroughly appraise and validate these potential vendors as well as to get the subcontract proposals and inputs for their portions of the project. To Harris, a sound deployment of the P25 radio system for the County is its top priority, so the companies engaged must meet both Harris’ and the County’s high standards.

For the aforesaid reasons, we respectfully request that the County extend the current July 8, 2016 deadline for the submission of questions for four weeks, and the current submission deadline of August 3, 2016 for an additional six weeks. The provision of this extension will ensure that all vendors can submit complete proposals that meet and exceed all of the Solicitation’s technical, CBE and other specifications.

Very truly yours, _/s/ William G. Salim, Jr. WILLIAM G. SALIM, JR. WGS/cl cc: Client (Submitted: Jul 8, 2016 3:27:12 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- Broward County is pleased that the July 12, 2016 Office of Economic and Small Business Development Meet and Greet time was a success in bringing potential subcontractors and proposers together. As stated earlier question and answer 71, the question and answer period will not be extended as requested. The extension for submission deadline has been extended to August 17, 2016. We believe that this is a sufficient time for proposers to submit their responses. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 235

5

6

Question and Answers for Bid #R1422515P1 - Public Safety Radio APCO Project 25 700MHz Communication System

Overall Bid Questions

Question 1 Will the County provide an assigned storage facility or will this be the vendor's responsibility during Installation

Phase? (Submitted: May 16, 2016 5:44:32 PM EDT)

Answer- Please clarify the question by being more specific. (Answered: May 19, 2016 11:55:07 AM EDT)

- The Vendor will be responsible for providing storage for any equipment that is shipped prior to installation. The Vendor shall be liable for all equipment while it is housed at their storage facility. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 2 A. 1. Primary Trunked System

Last sentence: “A secondary simulcast cell or multicast site will be acceptable for coverage over the Everglades.â€

Question: What is the approximate expected traffic loading for this rural area/ Everglades? (Submitted: May 16, 2016

5:46:09 PM EDT)

Answer- Proposers should provide 10 talkpaths (6 RF channels) to cover the Everglades. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 3 Section 8.1 8.1. Overview, Section A

Question: Can the county provide a quantity breakdown for Portable and Mobiles based on the following: -Portable Radios -Remote Mobiles -Dual Head Mobiles -Dash Mobiles -Fire Truck Mobiles -Ambulance Mobiles -Boat Mobiles (Submitted: May 16, 2016 5:51:31 PM EDT)

Answer- A specific breakdown of portable and mobile radios by installation configuration is not available. It is noted that portable and mobile radio costs are not factored as part of the scoring, and user agencies will be responsible for purchasing radios directly. Pricing information should be provided for the full range of installation configurations offered by the proposer with the specific installation costs for each. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 4 Section 11.6 Coverage Testing, Section B. CATP

iv). A grid will be considered a “fail†if the outbound signal is measured at a BER greater than or equal to two percent. Question: Two percent (2.0%) is a DAQ3.4 for FDMA. DAQ3.4 for TDMA outbound is 2.4%. Should this read: A grid will be considered a “fail†if the outbound signal is measured at a BER greater than 2.4 percent. (Submitted:

May 16, 2016 5:53:12 PM EDT)

Answer- The County requires BER testing conducted at a failure rate of 2%. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 5 Section 8 Training Questions:

1. Dispatch Consoles: Is county seeking supervisor or user training? How many students will be trained? 2. Does the County prefer the Train-the-Trainer approach for Subscriber radio training? 3. How many students need Subscriber training? 4. How many Maintenance Technicians need training? 5. How many Technical Radio Managers need training? (Submitted: May 16, 2016 5:54:51 PM EDT)

Answer- 1. The County is seeking both supervisor and user training. An estimated 500 individuals will require training. 2. Train the trainer will be the best approach for the end user radios (portable/mobile). 3. An estimated 200 individuals will require mobile/portable training. 4. An estimated 12 maintenance technicians will require training. 5. An estimated 6 Radio Managers will require training. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 6 Section 3.0 Backhaul Network

3.2.1- Minimum Requirements Section G “Redundant landline-based Ethernet connectivity shall be provided to all critical infrastructure locations (system controllers, prime controllers, dispatch locations) as well as the EMS, Coconut Creek, Channel 2, and Davie locations identified in Appendix B. Radio backhaul must seamlessly route and self-heal between the combined microwave and landline network.â€

Question: Is this requirement to just provide an estimated cost for the leased landline connectivity or is it to be priced into the on-going maintenance of the system? (Submitted: May 16, 2016 5:56:32 PM EDT)

Answer- The County does not desire cost estimates for leased circuits. The County will be responsible for securing the leased circuits to provide the backhaul transport. The Vendor will be responsible for interfacing those links with the MPLS backhaul system and ensuring that the traffic can seamlessly route between the microwave and landline circuits. Vendors should factor in the costs of any maintenance required for equipment needed to interface with the landline connections within their proposals. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 7 Section 3.0 Backhaul Network

3.2.1- Minimum Requirements H Capacity (Part 3) Question: Since the current system is TDM based, please provide a T1 channel plan that will be required to be supported by the new microwave. (Submitted: May 16, 2016 5:57:45 PM EDT)

Answer- A copy of the T1 channel plan will be provided on BidSync. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 8 Section 2.0 Radio Communications System Requirements

2.6.7 Backup and Interoperability Requirements, D “Vendors shall propose a mobile communications trailer with the following elements:â€

Question: Is there any requirement to provide working space for personnel within the equipment area of the trailer? (Submitted: May 16, 2016 5:58:37 PM EDT)

Answer- The trailer should include seated workspace for one technician. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 9 Does Broward County have existing County owned facilities that have available space to support the storage of

equipment during the implementation period? If county owned storage space is available for use by the vendor during implementation then the cost to rent temporary storage would not be added to the project and ultimately incurred by the County. (Submitted: May 23, 2016 2:59:41 PM EDT)

Answer- The Vendor will be responsible for providing storage for any equipment that is shipped prior to installation. The Vendor shall be liable for all equipment while it is housed at their storage facility. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 10 B. The system shall meet a GoS of 1 percent, with 90 percent of units that are placed in queue receiving a

channel grant within two seconds. Vendors shall use the following information in developing their design: 1. Assume 4,772 active users on the system 2. Assume 5 calls per unit per hour 3. Assume a 4-second call duration. 4. If the Vendor’s proposed system contains multiple subsystems or cells, an additional loading increase

shall be included to account for calls that involve talkgroups on two or more cells. Vendors shall provide calculations and explain justifications. Question: This call rate would require 40 talk paths for a 1% GOS. Since Broward County has twenty 700 MHz frequencies which could provide the maximum 36 talk paths plus the control channel for a single simulcast cell, is there going to be additional traffic information that could be used to better analyze the traffic from 4772 active units? (Submitted: May 23, 2016 3:01:45 PM EDT)

Answer- The County has reviewed the projected system loading and has reduced the number of active users to 4272. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 11 RFP Section: 2.3.2.A, 2.3.2.B, 2.3.2.C

Question: Requirement is for system expansion of 10 percent by the addition of hardware and/or software. The combiner example provided in RFP Section 2.3.2.A is for “equipped†capacity and not the capability for expansion. Is the combiner a special case and the remainder of equipment shall be “capable†of 10

percent expansion? Sections 2.3.2.B and 2.3.2.C are in conflict with each other with respect to expanding the number of simulcast cells (30 vs. 5, respectively). Additionally, these sections conflict with Section 2.3.2.A (10 percent expansion requirement) relative to sites per simulcast cell. It is requested that hardware expansion as required by the affected RFP sections be limited to 10 percent of the Vendor system design. Please distinguish between “equipped vs. “capable†expansion. (Submitted: Jun

7, 2016 3:55:18 PM EDT)

Answer- Section 2.3.2.A states that the expansion capability shall be provided "where possible", so if expansion is not possible for certain components within a vendor's proposed design than the proposal will still be compliant. The expansion capability shall be provided as "equipped" capacity. Section 2.3.2.B has been removed. The specific expansion requirements listed in section 2.3.2.C supersede the 10% requirement in 2.3.2.A, and will not be eliminated. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 12 RFP Section: 2.6.2.B

Question: Reference to APCO P25 functional requirements, features, and performance objectives should be to Section 2.2.1, not 3.2.1. (Submitted: Jun 7, 2016 3:57:19 PM EDT)

Answer- The reference has been corrected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 13 RFP Section: 2.6.2.C

Question: Requirement is for the system controller to be placed at the County’s Sunrise PSAP. No mention is

made of a location for a redundant system controller. RFP Section 2.3.1.D indicates a desire for geographically separated system controllers, simulcast controllers, and voting equipment. Please clarify the requirement for geographically redundant components. (Submitted: Jun 7, 2016 3:59:21 PM EDT)

Answer- Geographically redundant components shall not be co- located within the same building. Vendors should provide the primary system controller at the Sunrise PSAP and the backup system controller at the Coconut Creek PSAP. The primary simulcast controller should be located at the Core site a backup should be located at the Hard Rock location. This does not preclude additional backup simulcast controller locations if proposed. This has been addressed in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 14 RFP Section: 2.6.6.B.4

Question: Return loss should be specified as 14 dB corresponding to a VSWR of 1.5:1. (Submitted: Jun 7, 2016

4:01:50 PM EDT)

Answer- The return loss has been corrected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 15 RFP Section: 2.6.7.A.5

Question: Requirement for the P25 trunked backup system is the greatest level of autonomy possible from the primary trunked system. Does this level of autonomy require a separate system controller from that furnished for the primary trunked system? If so, please state redundancy requirements, if any. Also, is there any requirement to link the backup trunked system with the primary trunked system at the system level? (Submitted: Jun 7, 2016 4:08:40

PM EDT)

Answer- A separate system controller is not required (single system ID). The backup system should have an independent simulcast controller with connected to both the primary and backup system controllers. (Answered:

Jun 23, 2016 9:04:21 AM EDT)

Question 16 RFP Section: 2.6.7.C

Question: Requirement is for a “narrowband†analog conventional simulcast repeater system for certain NPSPAC interoperability channels. NPSPAC is not narrowband but an offset channel methodology. For analog voice, NPSPAC emission would represent reduced bandwidth relative to standard wideband emission e.g. 14K0F3E vs. 16K0F3E, “occupied bandwidth.†Please clarify County’s required bandwidth for analog

NPSPAC operations. (Submitted: Jun 7, 2016 4:10:01 PM EDT)

Answer- The "narrowband" reference has been replaced with "wideband" in an Addendum. The channels shall operate with a 20K0F3E emission consistent with the NIFOG. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 17 RFP Section: 2.6.7.D.5

Question: Requirement for mobile communications trailer includes two 700 MHz repeaters operating in the P25 conventional mode. Are the repeaters to be single- or multi -channel? How are the repeaters to be controlled? (Submitted: Jun 7, 2016 4:10:50 PM EDT)

Answer- The repeaters shall be single-frequency units. The repeaters shall default in the repeat mode and shall be controlled locally. This is reflected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 18 RFP Section: 2.7.A

Question: Requirement is for a “narrowband†analog simulcast 800 MHz conventional repeater system. Use of narrowband analog modulation is not necessary at 800 MHz and would result in less coverage in a given system compared to wide-band emissions. (Submitted: Jun 7, 2016 4:11:44 PM EDT)

Answer- The "narrowband" reference has been replaced with "wideband" in an Addendum. The channels shall operate with a 20K0F3E emission consistent with the NIFOG. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 19 RFP Section: 3.2.1.H.3

Question: County desires that new microwave system be cutover in advance of the new radio system so that it may support the legacy SmartNet system. Please provide the route map and T1 channel plan including loop switch redundancy associated with the existing Tadiran microwave system currently supporting SmartNet. (Submitted: Jun 7, 2016 4:12:35 PM EDT)

Answer- The T1 channel plan will be provided in an addendum. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 20 RFP Section:1.1, 3.2.1.H.3

Question: Is it intended that system vendor build out the replacement SmartNet T1 transport to a point of demarcation from which County will interconnect to Smartnet TenSr channel banks, Larus route switches, etc.? If so, please define the hardware interface required as a point of demarcation at each SmartNet site. (Submitted: Jun

7, 2016 4:13:58 PM EDT)

Answer- It is the intent to cutover backhaul from the existing microwave system to the new microwave system prior to the radio system cutover. The demarcation point at each radio site will be the Larus route switches. All channel banks from each remote radio site terminate at the Public Safety Building, which is not currently planned for connectivity on the new microwave system. As part of the microwave cutover plan, the radios in the north and south microwave loops will be replaced with new microwave radios, but the existing eight (8) CM6 microwave radios between Core and PSB (4 radios at Core and 4 radios at PSB) will remain in place during the cutover to support the legacy system. These eight (8) CM6 microwave radios will be removed once the all radios users are migrated to the new P25 system. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 21 RFP Section: 3.2.1.N.5

Question: Requirement is for microwave antenna systems to be tested for low VSWR using return loss measurements. Please state minimum acceptable return loss. (Submitted: Jun 7, 2016 4:14:48 PM EDT)

Answer- VSWR of 1.5:1, and return loss of 14 dB. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 22 RFP Section: 1,9.H, 1.10.F, 5.1.F

Question: Requirement is for successful vendor to provide detailed drawings for structures and foundations sealed by a Florida P.E. at the time of the 45-day design. It is not practical to require sealed drawings for a design not yet approved by the County. Rather, tower profile drawings indicating antenna-mounting locations should be submitted at time of the 45-day design (see RFP Section 1.9.H). It is requested that the submittal of sealed drawings for new towers and tower structural analysis for existing towers be provided within 90 days from Final Design submittal such that the appropriate engineering analyses may be performed based on a County-accepted system design. (Submitted: Jun 7, 2016 4:16:46 PM EDT)

Answer- Detailed drawings for structures and foundations sealed by a Florida P.E will be permitted at the 90 day Final Design, with tower profile drawings indicating antenna-mounting locations provided at the 45-day design. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 23 RFP Section: 5.2.A.1

Question: Requirement is for vendor to update proposed solutions during negotiations if it is determined that existing towers must be replaced or modified. Whether an existing tower structure should be modified or replaced may not be known at the time of negotiation since structural analysis of existing structures will not yet have been conducted by the successful vendor. Similar to the request made in Question 13 above, is it acceptable to provide the recommendation to modify or replace following the structural analysis of existing tower structures within a 90-day period from Final Design submittal? (Submitted: Jun 7, 2016 4:18:09 PM EDT)

Answer- Recommendations to replace or upgrade a tower may be provided within a 90-day period during the Final Design submittal. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 24 RFP Section: 5.2.C.2

Question: Please clarify requirement for transmission line support to accommodate both snap-in and bolt - in cable hangers. RFP Section 2.6.6.E.1 does not permit the use of “snap-on kits.†Please resolve the conflict between RFP Sections 2.6.6.E.1 and 5.2.C.2. (Submitted: Jun 7, 2016 4:19:12 PM EDT)

Answer- The specifications have been updated in an Addendum to reflect that snap- in cable hangers are not permitted. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 25 RFP Section: 5.2.E.3, 5.3.1.5.a

Question: Harris Site Grounding and Lightning Protection Guidelines should be corrected to read AE/LZT 123 4618/1. (Submitted: Jun 7, 2016 4:21:04 PM EDT)

Answer- The reference has been updated through an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 26 RFP Section: 5.7F.2.b

Question: Requirement is for DC power system to provide -24/-48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. (Submitted: Jun 7, 2016 4:22:20 PM EDT)

Answer- These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level. (Answered: Jun 23, 2016 9:17:49 AM EDT)

Question 27 RFP Section: 7.2.1.E.2

Question: Requirement is for portable radio battery capacities of 2150, 2900, and 4200 mAh, which may be specific vendor capacities. Battery capacity by itself is not an accurate gauge of operating time. It is suggested that the County specify batteries based on portable radio operating time in accordance with the industry standard 5-5-90 duty cycle. (Submitted: Jun 7, 2016 4:23:11 PM EDT)

Answer- The specific battery capacity levels have been removed. This is reflected in an Addendum. The County desires options for various battery capacity levels for portable radios offered by each vendor. (Answered: Jun 29, 2016

12:57:46 PM EDT)

Question 28 RFP Section: 7.2.2.E

Question: Requirement is for up to 100 feet of coaxial cable for control stations. Please state quality reference or performance specification for coax cable. (Submitted: Jun 7, 2016 4:24:13 PM EDT)

Answer- Control station cables should be 1/2" LDF plenum rated cable with associated RF surge suppression, ground kit, and mounting hardware. This is reflected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 29 RFP Section: N/A

Question: Please provide the scheduled dates for planned demonstrations. (Submitted: Jun 7, 2016 4:25:22 PM EDT)

Answer- Plans are being made for the demonstrations, but the scheduled date will not be known until after the RFP bid end date deadline. (Answered: Jul 18, 2016 7:59:42 AM EDT)

Question 30 RFP Section: Evaluation Criteria 4.0

Question: The evaluation criteria includes 5 points for “Workload of the firm†. Please indicate how you plan to calculate “Workload of the firm†. Also, please describe how this benefits or affects Broward County and the selected company’s deployment efforts once the commitment to deploy within a specified time is made?

(Submitted: Jun 7, 2016 4:26:26 PM EDT)

Answer- Each Evaluation Committee Member will evaluate and allocate up to 5 points in regards to how much recent, current and projected work the firm has retained. This criteria will aid Broward County by indicating whether the firm can adequately manage a large project. Refer to Evaluation Criteria, question number four (4). (Answered: Jun

14, 2016 10:44:46 AM EDT)

Question 31 RFP Section: Evaluation Criteria 4.0

Question: The evaluation criteria includes 5 points for location. During the mandatory pre-bid meeting of May 17th, the county representative said that these 5 points would be given to a company if the company’s

Headquarters were located in Broward County. Please confirm that “Headquarters†means a firm’s

Corporate Headquarters. (Submitted: Jun 7, 2016 4:27:42 PM EDT)

Answer- Yes, Headquarters means the firm's Corporate Headquarters. (Answered: Jun 9, 2016 4:06:18 PM EDT)

Question 32 RFP Section: N/A

Question: Please provide radio traffic statistics for the current radio system during normal operation and busy hour to see how radio traffic was affected under real situations. (Submitted: Jun 7, 2016 4:28:25 PM EDT)

Answer- The current radio system traffic does not consider future loading, and is therefore not an accurate measure of system performance. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 33 Section 3.3 System Configuration

3.3.3 Grade of Service (GoS) – Trunked System B. The system shall meet a GoS of 1 percent, with 90 percent of units that are placed in queue receiving a channel grant within two seconds. Vendors shall use the following information in developing their design: 1. Assume 4,772 active users on the system 2. Assume 5 calls per unit per hour 3. Assume a 4 second call duration. 4. If the Vendor’s proposed system contains multiple subsystems or cells, an additional loading increase

shall be included to account for calls that involve talkgroups on two or more cells. Vendors shall provide calculations and explain justifications. Question: In reference to the item 3 above “Assume a 4 second call duration†, does this call duration represent the actual audio time without any call setup time included? (Submitted: Jun 7, 2016 4:28:58 PM EDT)

Answer- This represents the actual call audio time. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 34 Section 10.3.C – System Staging 3. The microwave subcontractor must make accommodations to stage its equipment at the P25 Vendor’s

facility, to allow staging of the complete radio and backup system simultaneously. Question: Would it be acceptable for the microwave MPLS network equipment to be staged at the Motorola Solutions facility (CCSi) without the complete microwave RF radio equipment? (Submitted: Jun 7, 2016 4:29:54 PM

EDT)

Answer- The full system must be configured at staging, including microwave MPLS and RF components. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 35 How many dispatch consoles will be dedicated for training? (Submitted: Jun 7, 2016 4:30:55 PM EDT)

Answer- The Vendor will be responsible for providing a local training facility at the Vendor's expense with a minimum of 20 dispatch positions. The training shall be conducted on a 24/7 basis to account for all Broward County dispatch shifts. There shall be a ratio of one student per dispatch console position. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 36 RFP Section:1.2, 1.4.A.2

Question: Requirement is for dispatch consoles and Motorola PremierOne CAD system to interface with the paging and FSA systems. System overview implies a requirement for vendor to furnish new UHF alphanumeric simulcast paging transmitters and a UHF fire station alerting system. Please clarify whether new UHF paging and fire station alerting subsystems are required as part of the procurement under Bid R1422515P1. If so, please provide full technical requirements including features, functions, and RF coverage. If new paging and FSA subsystems are not required under the Bid, please identify any need to interface to existing paging and FSA subsystems along with full technical descriptions and interface requirements. (Submitted: Jun 7, 2016 4:34:51 PM EDT)

Answer- The paging and FSA systems are not part of this procurement. The reference has been removed. (Answered: Jun

29, 2016 12:57:46 PM EDT)

Question 37 RFP Section: Bid Comments (Scope, Item 1), 1.3.C

Question: Scope Item 1 on RFP Page 2 requires a 700 MHz P25 Phase II System) to replace the County’s

existing 800 MHz Motorola SmartZone System while RFP Section 1.3.C requires a standalone 700/800 MHz, P25 DMM Phase I and Phase II trunked, simulcast system. Can the primary P25 trunked system be limited to one frequency band or must it be composed of both 700 and 800 MHz channels? (Submitted: Jun 7, 2016 4:36:46 PM EDT)

Answer- There are 20 700 MHz frequencies available to Broward County. If more than 20 frequencies are required, than it is likely 800 MHz frequencies utilized on the County's existing system will be required. (Answered: Jun 23, 2016

9:04:21 AM EDT)

Question 38 RFP Section:1.3.D

Question: Requirement is for a 4-site P25 Phase II, 7-channel fixed simulcast backup network supporting both voice and data. Please advise the frequency band of operation for the backup P25 trunked system. (Submitted: Jun

7, 2016 4:37:33 PM EDT)

Answer- Designs must account for either 700 MHz or 800 MHz frequencies based on frequency availability. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 39 RFP Section: 4.1.E

Question: Requirement is that the dispatch console system seamlessly integrate with the City of Fort Lauderdale’s Motorola P25 system and that the interface may be accomplished through CSSI or other

means that satisfy all identified requirements. Harris utilizes a virtualized CSSI within its ISSI interface. Does the Motorola hosted master site located at Motorola’s facility in Plantation, Florida provide the necessary ISSI interface to accommodate an interface to a

Harris ISSI? (Submitted: Jun 7, 2016 4:38:22 PM EDT)

Answer- It should be assumed that the Motorola Hosted Master Site will support the ISSI/CSSI connection at the time of system deployment. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 40 RFP Section: 4.5

Question: Requirement is for: The outputs from the console equipment shall be capable of being connected to the agency’s current replay

recording equipment. Please identify the existing replay equipment. A logging recorder link that will support a direct connection without requiring a conventional interface. Please identify each voice logging recorder to which vendor must link trunked and conventional audio resources and dispatch operator positions. To achieve a more efficient interface between the new trunked radio systems and the logging recorder, would the County accept new digital logging recorders in place of the County’s existing recorders? (Submitted: Jun 7, 2016

4:40:21 PM EDT)

Answer- A new digital logging recorder will not be accepted. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 41 Question: It is our expectation that the answers to these questions will have a significant impact on the system

design and the time required to complete a proposal. Therefore, Harris kindly requests that a 4 week extension be granted by Broward County. Such extension would go along with the 12 week period for proposal completion communicated during the RFQ selection committee meeting of April 26th. (Submitted: Jun 7, 2016 4:41:54 PM EDT)

Answer- the request to extend the bid end date by 4 weeks will not be granted. Any need to extend the bid end date will be determined as appropriate and as to the needs of Broward County. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 42 RFP Section 3.2.1.1 Microwave Engineering

A. Vendors shall conduct physical path surveys to assure that all proposed paths meet proper clearance criteria. Question: Is it correct to assume that physical path surveys referenced are to be completed by the successful vendor and not for the proposal stage? (Submitted: Jun 13, 2016 2:34:59 PM EDT)

Answer- Physical path surveys shall be conducted by the successful vendor after award, not during the proposal stage. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 43 Section 5.7 - DC Power System F. Performance Requirements: 3. Minimum Duration of Supply – The DC power system shall provide eight hours of run-time with a 25-percent equipment growth factor. Question: Is it correct to assume that the 25% equipment growth factor means that the proposed Charger-Rectifier and Battery Plant should be sized 25% higher than the required capacity? (Submitted: Jun 15, 2016 10:26:23

AM EDT)

Answer- Yes, correct. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 44 1. Lobbyist Registration Requirement Certification

Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be

deemed non-responsive for failure to fully comply within stated time frames. Question: This form is not on Bidsync, will it be added or is considered completed from Step 1 of the 2 Step process? (Submitted: Jun 15, 2016 8:09:35 PM EDT)

Answer- The Lobbyist Registration Requirement Certification Form has been added in an Addendum. (Answered: Jun 29,

2016 12:57:46 PM EDT)

Question 45 With regard to the requirement for backup radio systems that appears on page 10 section 1.2, page 12

paragraph D and page 24 section 2, which four (4) of the 12 sites listed as mandatory in Appendix B are the intended sites for these secondary systems? (Submitted: Jun 17, 2016 10:05:28 AM EDT)

Answer- The four sites listed in Column J of Appendix B. These include Core, Coconut Creek, Davie, and Channel 2. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 46 Section 5.3.F.3

The roof shall withstand the impact of ice falling from the adjacent tower without suffering any damage, or shall otherwise be protected from such damage. The Vendors shall describe in their proposals how this requirement will be met. Question: Please confirm the requirements for the Shelters per Section 5.3.F.3 to be a requirement of the specification. (Submitted: Jun 22, 2016 6:36:41 PM EDT)

Answer- While falling ice is not likely to be experienced, the requirement is intended to account for other falling objects or projectiles. The requirement remains. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 47 Section 7.3.2.A.3

The County has requested maintenance pricing to cover ‘Accidental Damage Replacement’ of subscriber

radios. a) Can the County please further define ‘Accidental Damage’ so respondents have a clear understanding

of what to include and b) Since there is not a specific line item in the price pages for Accidental Damage, are respondents to include this price in the overall maintenance pricing or provide it as a separate line item? (Submitted: Jun 24, 2016 8:29:35 AM EDT)

Answer- Accidental damage shall include any damage caused to the radio that impairs operation that is not directly the result of a manufacturer defect. The 'Accidental Damage' warranty plan shall cover the repair or replacement of these units as required. An updated pricing sheet has been provided for the Accidental Damage option. (Answered: Jul 11, 2016 3:25:05 PM

EDT)

- This will be addressed through an Addendum. (Answered: Jul 12, 2016 7:05:44 AM EDT)

Question 48 During the site surveys, Broward County indicated that it could provide a Tower Loading Analysis to vendors.

Can the County please provide this analysis for the existing towers? (Submitted: Jun 24, 2016 8:40:22 AM EDT)

Answer- Structural analyses shall be provided to the selected vendor after contract award. (Answered: Jul 11, 2016 3:25:05

PM EDT)

- According to the Project Manager, “County providing the proposers with data that is outdated and/or incomplete is not in the best interest of the County or the proposers… . the information the proposers are seeking, tower load analysis, is irrelevant for the proposers to provide a bid.†(Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 49 Section 4.3, Pg. 50

“B. The console system shall support a minimum of 24 conventional resources interfaced to the radio backhaul network through conventional gateways at each of the three PSAPs (72 conventional resources total). The conventional resources need to be available to the consoles in the event of a loss of wide-area trunking.â€

Please be more specific about the nature of the conventional resources. In B above the ask is for a minimum of 24 conventional resources but afterwards 72 conventional resources are described. (Submitted: Jun 24, 2016 8:41:44

AM EDT)

Answer- There are to be 24 conventional resources at each of the three regional dispatch centers, providing 72 total conventional resources. The conventional gateway needs to support Analog, Digital and IP Interface to conventional resource. Analog: The analog interface needs to support the following: • 2-Wire input/output • 4-Wire • VOX and Carrier Operated Relay (COR) • PTT Relay Output • Line Operated Busy Light (LOBL) Detectors • Analog Logging Output • Secure/Clear Call input The interface needs to support the following types of conventional channels: • R1, T1R1, T2R2, T4R4, T4R4, T8R8, T12R12, T14R14, T16R16 • MDC1200 • P25 Conventional The interface needs to support the following types of control: • E&M Control • Tone Remote Control (TRC) • Digital Control via IP Link (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 50 Section 2.5.1

This section asks for coverage maps in hard copy format. Does the vendor need to ship hard copies of the maps in addition to uploading the PDFs to BidSync? If so, please advise where to ship to and how to mark the packaging. (Submitted: Jun 24, 2016 8:43:12 AM EDT)

Answer- Soft copies submitted through BidSync will be acceptable for proposal purposes. Soft and hard copies will be required from the selected vendor after contract award based on final County approved system design. (Answered:

Jul 11, 2016 3:25:05 PM EDT)

Question 51 Section 2.5 and 2.5.2

Section 2.5.C.2 requests audio files in .wav or .mp3 files. Section 2.5.2.C requests antenna pattern files in EDX or PLANET formats. Given this is an electronic proposal only and items like this are typically provided on CD or jump drive, how would the County like Vendors to provide these files? (Submitted: Jun 24, 2016 8:44:31 AM EDT)

Answer- Vendor should upload the files in BidSync. At the County's request, vendor shall provide the files within three business days. This has been addressed in an Addendum (Answered: Jul 15, 2016 11:00:03 AM EDT)

Question 52 Could the County please provide a list of service codes that Broward County wishes to use that support the

CBE goals for this procurement? (Submitted: Jun 24, 2016 8:44:56 AM EDT)

Answer- OESBD will be having a meet and greet with eligible firms to network with potential bidders. This meeting is being coordinated by OESBD and is being held on 7/12/2016, 3:30-4:30PM, Broward County Government Center 115 S Andrews Avenue, RM 302, Ft. Lauderdale, FL 33301. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- Broward County does not provide a list of service codes regarding CBE goal requirements for solicitations. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 53 Section 6.7 DC Power System

F. Performance Requirements 3. Minimum Duration of Supply – The DC power system shall provide eight hours of runtime with a 25-percent equipment growth factor. Question: Eight hours of runtime for the P25 base stations will require significant space and significant weight for battery plants assuming that it is sized for full load (all trunked stations transmitting) plus 25% growth factor. For sizing the DC Power system, are we to assume that all voice trunking stations are continuously transmitting? If not, what would be the duty cycle to assume for the trunked voice channels (i.e. 50% transmit / 50% receive)? Traditional designs are configured for 2 hours of battery back up, mainly because if there is a generator failure, equipment is probable to fail from over heating. Is the County open to adjusting the time requirement for the back up battery systems? (Submitted: Jun 24, 2016 5:07:35 PM EDT)

Answer- Regarding Section 5.7, DC Power System; Vendors should assume a 50% average repeater usage (transmit and receive) for 8 hour DC runtime calculations. Vendors must also ensure 4 hours of DC runtime under 100% load. The County understands the space and weight requirements. These factors should be considered within the proposals. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This has been addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 54 In order for Harris to comply with the Broward County RFP request to demonstrate CAD interface with Motorola

PremierOne CAD to pass radio user data between systems, including radio unit ID, messaging, and CAD entry data, we request that Broward County please supply all PremierOne API documentation. Thank you for your consideration of this request. We look forward to your prompt response so that we can begin the middleware development process as soon as possible. (Submitted: Jun 27, 2016 1:02:07 PM EDT)

Answer- The County is not licensed to provide API data for PremierOne CAD. Vendors must demonstrate their best effort to conduct the demonstrations, and absent the ability to provide a live demonstration the vendor may provide information to the review committee to indicate their ability to meet the requirements in the specifications. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 55 In regard to the price pages supplied with the RFP (Appendix D_Pricing_Workbook for Information Only), there

are no columns for extended price calculations. Does the County want bidders to add column(s) to show the calculated extended price for items whose quantity is larger than 1? (Submitted: Jun 27, 2016 1:28:29 PM EDT)

Answer- Regarding Appendix D - Pricing Workbook for Information Only, The County is not requesting bidders to add columns to show extended pricing. (Answered: Jun 27, 2016 2:17:07 PM EDT)

Question 56 The price pages have a column for unit price and a column for discount percent. Is the unit price intended to be

the list price (before application of the discount) or the net unit price (after application of the discount). (Submitted:

Jun 27, 2016 1:29:09 PM EDT)

Answer- Regarding Appendix D - Pricing Workbook for Information Only; The unit price is intended to be the net price after application of the discount. (Answered: Jun 27, 2016 2:17:08 PM EDT)

Question 57 The list of sites provided in the RFP includes Tamarac and Deerfield. During the mandatory pre -bid meeting of May 17 it was mentioned that these sites are not to be re-used. However, this was not communicated officially through an amendment to the RFP. Can the County provide clarification regarding these two sites? (Submitted: Jun

28, 2016 7:42:12 AM EDT)

Answer- The County's existing sites in Deerfield and Tamarac are receive-only locations that will not be reused. The County is looking to build new tower sites in these general areas. It is the new sites that are reflected in the site matrix. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- For further clarification, the Deerfield and Tamarac site locations listed in Appendix B - Site Information are not the County's existing receive-only locations. (Answered: Jul 25, 2016 11:32:51 AM EDT)

Question 58 Question: Requirement is for DC power system to provide -24/ -48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. (Submitted: Jun 29, 2016 1:25:17 PM EDT)

Answer- Please see response to question 26. These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 59 Jun 07, 2016 4:22:20 PM EDT

Question: Requirement is for DC power system to provide -24/-48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. "Answer - Jun 23, 2016 9:17:49 AM EDT These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level." ---Updated Question: In reference to the answered question, is 1 for N redundancy also required for these supplemental voltages of +12vdc, -24vdc and 120vac? (Submitted: Jun 29, 2016 2:21:17 PM EDT)

Answer- N+1 redundancy is required for all voltage levels. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 60 Coordinates given for Hard Rock in the RFP do not clearly identify the intended structure. There appears to be

three structures that make up the Hard Rock complex. There are buildings to the Northwest, Southwest and Southeast in the complex. Please identify which building in the Hard Rock complex is intended for use as the Hard Rock radio site. (Submitted: Jun 30, 2016 12:20:18 PM EDT)

Answer- The coordinates correspond to planned new construction. The coordinates provided should be utilized. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 61 4.5. VOICE LOGGER OUTPUT

The Vendor shall identify within its proposal all replay requirements necessary to complete the interface. Question: In addition to the API cost, is it the intent of the County for the respondents to include pricing of all necessary replay requirements (including additional server hardware, other recording license additions and the services) or just identify all necessary replay requirements to complete the interface? (Submitted: Jun 30, 2016

3:32:54 PM EDT)

Answer- The vendor shall work with Replay Systems Inc. to obtain a quote for hardware and software needed to upgrade or replace existing logging recorder in order to be able to record the radio system talkgroups, conventional resources and dispatch consoles audio. For the radio vendor, the pricing should include at a minimum: server, firewall, and software licenses needed to pull the audio from the radio network and interface to the Logging system at both Central Dispatch and North Dispatch. For the Replay quote, it should included at a minimum the following (QTY to be defined by Replay): 1) VPI P25 Interface; 2) P25 API; 3) P25 Codec (one required per 32 Channels); 4) Cost to upgrade or replace existing logging recorder; 5) Installation and configuration (need to support pretest and cutover); 5) Extended Hardware and Software Support for years 2 thru X. (Answered: Jul 11,

2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 62 RFP Section 4.5

1. Please describe by make and model/version the existing replay recorders located at dispatch positions and the system logging recorders with which vendors are being asked to interface. 2. Please provide the contact information of the manufacturer representative and/or service group that provides follow-on sales and service to the existing logging recorder and the replay recorders. (Submitted: Jul 1, 2016 10:02:36

AM EDT)

Answer- #1 Vendor to contact Replay Systems, Inc. for existing logging system information. #2 Eddie Guererri Vice President Sales and Customer Support Replay Systems, Inc. 6555 NW 9th Avenue | Suite 105 Fort Lauderdale, FL 33309 T 954-267-9199 | TF 800.722.3472 F 954.267.9184 (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 63 The Specifications for the RFP reference the EOC one time in regards to being a microwave site. Does the

County require the EOC to be included in the new microwave design? (Submitted: Jul 1, 2016 1:11:08 PM EDT)

Answer- Yes, the EOC is to be a microwave only site. Appendix D has been updated with the information for the EOC site. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed through an Addendum. (Answered: Jul 12, 2016 7:05:44 AM EDT)

Question 64 2.6.7. Backup and Interoperability Systems

D. Vendors shall propose a mobile communications trailer with the following elements: 1. Appropriately sized vehicle for towing the proposed trailer Question: Please identify if the County requires the vehicle's price included in the proposal or only the specifications of a vehicle to tow the trailer? (Submitted: Jul 1, 2016 1:12:14 PM EDT)

Answer- The vehicle's price must be included in the proposal. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 65 With the recent addition of the Hard Rock Site location requirement, for a Prime Site, will County provide contact

information to the Vendors? (Submitted: Jul 1, 2016 1:15:28 PM EDT)

Answer- Contact information will be provided to the selected vendor. Vendors should assume sufficient space and power will be available. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- The contact for the Hard Rock site location is: Bobby Brown, Seminole Tribe of Florida Network Administrator, Phone Number: 954-966-6300 x11340, E-mail: [email protected]. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 66 Is there a requirement in the emergency communications trailer for Radio Dispatch Operator position or

positions? (Submitted: Jul 1, 2016 3:47:59 PM EDT)

Answer- There is no requirement for a dispatch console position in the communications trailer (Answered: Jul 13, 2016

11:42:45 AM EDT)

Question 67 CBE Goal

The RFP states that the Vendor shall only address the base solicitation amount for CBE goal participation. Can the County further elaborate on what is defined as the base solicitation in terms of the CBE calculation? (Submitted:

Jul 8, 2016 11:48:49 AM EDT)

Answer- As stated in the Office of Economics and Small Business Requirements: CBE Goal Participation, C., "The Vendor shall address the base solicitation amount for the CBE goal participation. No alternate/optional item(s) shall be addressed...". The Base solicitation amount is interpreted to be Line Item numbers R1422515P1-01-01 through R1422515P1-01-09 in the Item Response Form. There are no alternate or optional line items in in the Item Response Form for this solicitation. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 68 Does the County already have agreements to use/occupy the FDOT site that is shown as a non -existing 800 MHz site? Or, does the vendor bear any responsibility in securing the approval to use this site and, if so, to what degree? For the FDOT site, please provide the County’s contact for the purpose of arranging a site survey. (Submitted:

Jul 8, 2016 11:50:07 AM EDT)

Answer- The County has not made significant progress to date in securing the FDOT site, and is also evaluating other sites in the area. Therefore, we do not have contact information at this time. It is expected that the vendors will make reasonable assumptions for candidate sites or other sites proposed by the vendors that cannot be surveyed. The County notes that the FDOT site is a candidate site, and vendors have the discretion to either use this site or not within their designs. Vendors may reach out to the site owners of candidate sites directly if they wish to conduct surveys. (Answered: Jul 15, 2016 8:22:06 AM EDT)

Question 69 Can the County please provide scoring details or evaluation criteria for the demonstrations so vendors

understand how the demos will be evaluated? (Submitted: Jul 8, 2016 12:45:51 PM EDT)

Answer- The Demonstration Requirements document will be provided to the Evaluation Committee for their review. (Answered: Jul 13, 2016 11:42:45 AM EDT)

Question 70 Coverage testing will be performed per TSB -88.3-D in all accessible test tiles as defined by the grid definitions in the RFP Section 10.6.B.4.b.ii. We define accessible as any land tile containing roads that are identified in the 2015 US Census Bureau’s

Tiger Road Database and is classified as: Primary Secondary Local Ramp Service Drive Vehicular Trail Private Service Road (if accessible) Tiles that are not land accessible but may be accessed via watercraft will also be included in the test. Does the County agree with these definitions? (Submitted: Jul 8, 2016 1:25:37 PM EDT)

Answer- While the County tends to agree with these requirements, the more broad definition defined in TSB-88.3-D of "Accessible test tiles" will be maintained in the specifications. Tiles that are accessible via watercraft (airboat, boat, etc.) shall be considered accessible, including areas over the Everglades. These areas shall be tested consistent with the County’s coverage requirements. (Answered: Jul 15, 2016 8:22:06 AM EDT)

Question 71 Part 1 of 3

LAW OFFICES MOSKOWITZ, MANDELL, SALIM & SIMOWITZ, P.A. 800 CORPORATE DRIVE, SUITE 500 FORT LAUDERDALE, FLORIDA 33334 July 8, 2016 Jose De Zayas, Project Manager Michael Mullen, Purchasing Agent Re: Broward County Solicitation #R1422515P1, Public Safety Radio APCO Project 25 700 MHz Communication System (the “Solicitation†) Gentlemen: This firm represents Harris Corporation (“Harris†) with respect to the above-referenced Solicitation. As we are aware that the Cone of Silence is in effect with respect to this Solicitation, we address this letter to you both in accordance with Mr. Mullen’s prior email to Harris and Section J of the Solicitation’s Special Instructions

to Vendors. Should this letter be addressed to any other person, we ask that you forward it accordingly and advise us as well for any future communications. In light of the importance of the public safety implications of this Solicitation, on behalf of Harris we write to request that Broward County provide a four week extension of the current July 8, 2016 deadline for the submission of questions, and a six week extension of the current submission deadline of August 3, 2016. We believe such an extension is in the best interests of the County, its residents and all interested vendors to ensure that complete and accurate, technically feasible, proposals are submitted in conformance with the requirements of the Solicitation. (Submitted: Jul 8, 2016 3:25:46 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- A two week extension from August 3, 2016 to August 17, 2016 for a submission deadline has been determined to be appropriate. The question and answer period will not be extended as requested. (Answered: Jul 26, 2016

3:17:40 PM EDT)

Question 72 Part 2 of 3

In particular, we note that some 70 questions have been submitted to date concerning the technical specifications of the Solicitation, and 24 of those questions remain unanswered as of this writing. The unanswered questions pose issues of tremendous concern with respect to the ability to properly design the required system and implement the same. For instance, the Solicitation requires the vendor to demonstrate a proper interface of the radio system and the CAD system. Technical questions regarding the existing proprietary CAD system have not been answered, nor relevant documentation provided to design and implement the proper interface. Further, there is insufficient information provided as to the availability of certain tower sites and the loading capacity of tower sites. The tower questions presented and documentation requested is critical to the appropriate design of the system to provide the required coverage. We also note that the City of Fort Lauderdale recently issued, on June 30, 2016, its Solicitation 769-11783, Enhanced 911 Public Safety Answering Point (PSAP) Implementation (the “RLI†). This Request for Letters of Interest concerns the process and phases necessary for the City to realize a fully functional Enhanced 911 (E911) Public Safety Answering Point (PSAP) with a focus on Next Generation (NG911) Capabilities. The City had joined the Broward County Consolidated Regional E911 Communications System in August of 2014, but now appears to be seeking its own solution in light of “ongoing issues with the regional system.†In light of the Solicitation’s County-wide application, Harris is very concerned as to what, if any, impact the City’s RLI will

have on the systems and processes to be designed, the areas to be covered and any changes to the overall scope of the Solicitation. (Submitted: Jul 8, 2016 3:26:43 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- As of July 18, all questions have been answered. Regarding tower loading, please see response to question 48. The City of Ft. Lauderdale's solicitation, Enhanced 911 Public Safety Answering Point (PSAP) Implementation, has no impact on any of the specifications or plans regarding Broward County's current solicitation RFP R1422515P1. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 73 Part 3 of 3

Finally, Harris understands the significant importance of supporting companies based in Broward County and will be engaging local companies as part of its project team. The vendor fair now scheduled for July 12 will introduce a number of new vendors to Harris that will help it meet the CBE criteria set forth in the Solicitation. While Harris will make every effort to evaluate the companies identified as potential partners for this project, the proposal deadline of August 3rd will not provide enough time to thoroughly appraise and validate these potential vendors as well as to get the subcontract proposals and inputs for their portions of the project. To Harris, a sound deployment of the P25 radio system for the County is its top priority, so the companies engaged must meet both Harris’ and the County’s high standards.

For the aforesaid reasons, we respectfully request that the County extend the current July 8, 2016 deadline for the submission of questions for four weeks, and the current submission deadline of August 3, 2016 for an additional six weeks. The provision of this extension will ensure that all vendors can submit complete proposals that meet and exceed all of the Solicitation’s technical, CBE and other specifications.

Very truly yours, _/s/ William G. Salim, Jr. WILLIAM G. SALIM, JR. WGS/cl cc: Client (Submitted: Jul 8, 2016 3:27:12 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- Broward County is pleased that the July 12, 2016 Office of Economic and Small Business Development Meet and Greet time was a success in bringing potential subcontractors and proposers together. As stated earlier question and answer 71, the question and answer period will not be extended as requested. The extension for submission deadline has been extended to August 17, 2016. We believe that this is a sufficient time for proposers to submit their responses. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 236

5

6

Question and Answers for Bid #R1422515P1 - Public Safety Radio APCO Project 25 700MHz Communication System

Overall Bid Questions

Question 1 Will the County provide an assigned storage facility or will this be the vendor's responsibility during Installation

Phase? (Submitted: May 16, 2016 5:44:32 PM EDT)

Answer- Please clarify the question by being more specific. (Answered: May 19, 2016 11:55:07 AM EDT)

- The Vendor will be responsible for providing storage for any equipment that is shipped prior to installation. The Vendor shall be liable for all equipment while it is housed at their storage facility. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 2 A. 1. Primary Trunked System

Last sentence: “A secondary simulcast cell or multicast site will be acceptable for coverage over the Everglades.â€

Question: What is the approximate expected traffic loading for this rural area/ Everglades? (Submitted: May 16, 2016

5:46:09 PM EDT)

Answer- Proposers should provide 10 talkpaths (6 RF channels) to cover the Everglades. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 3 Section 8.1 8.1. Overview, Section A

Question: Can the county provide a quantity breakdown for Portable and Mobiles based on the following: -Portable Radios -Remote Mobiles -Dual Head Mobiles -Dash Mobiles -Fire Truck Mobiles -Ambulance Mobiles -Boat Mobiles (Submitted: May 16, 2016 5:51:31 PM EDT)

Answer- A specific breakdown of portable and mobile radios by installation configuration is not available. It is noted that portable and mobile radio costs are not factored as part of the scoring, and user agencies will be responsible for purchasing radios directly. Pricing information should be provided for the full range of installation configurations offered by the proposer with the specific installation costs for each. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 4 Section 11.6 Coverage Testing, Section B. CATP

iv). A grid will be considered a “fail†if the outbound signal is measured at a BER greater than or equal to two percent. Question: Two percent (2.0%) is a DAQ3.4 for FDMA. DAQ3.4 for TDMA outbound is 2.4%. Should this read: A grid will be considered a “fail†if the outbound signal is measured at a BER greater than 2.4 percent. (Submitted:

May 16, 2016 5:53:12 PM EDT)

Answer- The County requires BER testing conducted at a failure rate of 2%. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 5 Section 8 Training Questions:

1. Dispatch Consoles: Is county seeking supervisor or user training? How many students will be trained? 2. Does the County prefer the Train-the-Trainer approach for Subscriber radio training? 3. How many students need Subscriber training? 4. How many Maintenance Technicians need training? 5. How many Technical Radio Managers need training? (Submitted: May 16, 2016 5:54:51 PM EDT)

Answer- 1. The County is seeking both supervisor and user training. An estimated 500 individuals will require training. 2. Train the trainer will be the best approach for the end user radios (portable/mobile). 3. An estimated 200 individuals will require mobile/portable training. 4. An estimated 12 maintenance technicians will require training. 5. An estimated 6 Radio Managers will require training. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 6 Section 3.0 Backhaul Network

3.2.1- Minimum Requirements Section G “Redundant landline-based Ethernet connectivity shall be provided to all critical infrastructure locations (system controllers, prime controllers, dispatch locations) as well as the EMS, Coconut Creek, Channel 2, and Davie locations identified in Appendix B. Radio backhaul must seamlessly route and self-heal between the combined microwave and landline network.â€

Question: Is this requirement to just provide an estimated cost for the leased landline connectivity or is it to be priced into the on-going maintenance of the system? (Submitted: May 16, 2016 5:56:32 PM EDT)

Answer- The County does not desire cost estimates for leased circuits. The County will be responsible for securing the leased circuits to provide the backhaul transport. The Vendor will be responsible for interfacing those links with the MPLS backhaul system and ensuring that the traffic can seamlessly route between the microwave and landline circuits. Vendors should factor in the costs of any maintenance required for equipment needed to interface with the landline connections within their proposals. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 7 Section 3.0 Backhaul Network

3.2.1- Minimum Requirements H Capacity (Part 3) Question: Since the current system is TDM based, please provide a T1 channel plan that will be required to be supported by the new microwave. (Submitted: May 16, 2016 5:57:45 PM EDT)

Answer- A copy of the T1 channel plan will be provided on BidSync. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 8 Section 2.0 Radio Communications System Requirements

2.6.7 Backup and Interoperability Requirements, D “Vendors shall propose a mobile communications trailer with the following elements:â€

Question: Is there any requirement to provide working space for personnel within the equipment area of the trailer? (Submitted: May 16, 2016 5:58:37 PM EDT)

Answer- The trailer should include seated workspace for one technician. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 9 Does Broward County have existing County owned facilities that have available space to support the storage of

equipment during the implementation period? If county owned storage space is available for use by the vendor during implementation then the cost to rent temporary storage would not be added to the project and ultimately incurred by the County. (Submitted: May 23, 2016 2:59:41 PM EDT)

Answer- The Vendor will be responsible for providing storage for any equipment that is shipped prior to installation. The Vendor shall be liable for all equipment while it is housed at their storage facility. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 10 B. The system shall meet a GoS of 1 percent, with 90 percent of units that are placed in queue receiving a

channel grant within two seconds. Vendors shall use the following information in developing their design: 1. Assume 4,772 active users on the system 2. Assume 5 calls per unit per hour 3. Assume a 4-second call duration. 4. If the Vendor’s proposed system contains multiple subsystems or cells, an additional loading increase

shall be included to account for calls that involve talkgroups on two or more cells. Vendors shall provide calculations and explain justifications. Question: This call rate would require 40 talk paths for a 1% GOS. Since Broward County has twenty 700 MHz frequencies which could provide the maximum 36 talk paths plus the control channel for a single simulcast cell, is there going to be additional traffic information that could be used to better analyze the traffic from 4772 active units? (Submitted: May 23, 2016 3:01:45 PM EDT)

Answer- The County has reviewed the projected system loading and has reduced the number of active users to 4272. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 11 RFP Section: 2.3.2.A, 2.3.2.B, 2.3.2.C

Question: Requirement is for system expansion of 10 percent by the addition of hardware and/or software. The combiner example provided in RFP Section 2.3.2.A is for “equipped†capacity and not the capability for expansion. Is the combiner a special case and the remainder of equipment shall be “capable†of 10

percent expansion? Sections 2.3.2.B and 2.3.2.C are in conflict with each other with respect to expanding the number of simulcast cells (30 vs. 5, respectively). Additionally, these sections conflict with Section 2.3.2.A (10 percent expansion requirement) relative to sites per simulcast cell. It is requested that hardware expansion as required by the affected RFP sections be limited to 10 percent of the Vendor system design. Please distinguish between “equipped vs. “capable†expansion. (Submitted: Jun

7, 2016 3:55:18 PM EDT)

Answer- Section 2.3.2.A states that the expansion capability shall be provided "where possible", so if expansion is not possible for certain components within a vendor's proposed design than the proposal will still be compliant. The expansion capability shall be provided as "equipped" capacity. Section 2.3.2.B has been removed. The specific expansion requirements listed in section 2.3.2.C supersede the 10% requirement in 2.3.2.A, and will not be eliminated. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 12 RFP Section: 2.6.2.B

Question: Reference to APCO P25 functional requirements, features, and performance objectives should be to Section 2.2.1, not 3.2.1. (Submitted: Jun 7, 2016 3:57:19 PM EDT)

Answer- The reference has been corrected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 13 RFP Section: 2.6.2.C

Question: Requirement is for the system controller to be placed at the County’s Sunrise PSAP. No mention is

made of a location for a redundant system controller. RFP Section 2.3.1.D indicates a desire for geographically separated system controllers, simulcast controllers, and voting equipment. Please clarify the requirement for geographically redundant components. (Submitted: Jun 7, 2016 3:59:21 PM EDT)

Answer- Geographically redundant components shall not be co- located within the same building. Vendors should provide the primary system controller at the Sunrise PSAP and the backup system controller at the Coconut Creek PSAP. The primary simulcast controller should be located at the Core site a backup should be located at the Hard Rock location. This does not preclude additional backup simulcast controller locations if proposed. This has been addressed in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 14 RFP Section: 2.6.6.B.4

Question: Return loss should be specified as 14 dB corresponding to a VSWR of 1.5:1. (Submitted: Jun 7, 2016

4:01:50 PM EDT)

Answer- The return loss has been corrected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 15 RFP Section: 2.6.7.A.5

Question: Requirement for the P25 trunked backup system is the greatest level of autonomy possible from the primary trunked system. Does this level of autonomy require a separate system controller from that furnished for the primary trunked system? If so, please state redundancy requirements, if any. Also, is there any requirement to link the backup trunked system with the primary trunked system at the system level? (Submitted: Jun 7, 2016 4:08:40

PM EDT)

Answer- A separate system controller is not required (single system ID). The backup system should have an independent simulcast controller with connected to both the primary and backup system controllers. (Answered:

Jun 23, 2016 9:04:21 AM EDT)

Question 16 RFP Section: 2.6.7.C

Question: Requirement is for a “narrowband†analog conventional simulcast repeater system for certain NPSPAC interoperability channels. NPSPAC is not narrowband but an offset channel methodology. For analog voice, NPSPAC emission would represent reduced bandwidth relative to standard wideband emission e.g. 14K0F3E vs. 16K0F3E, “occupied bandwidth.†Please clarify County’s required bandwidth for analog

NPSPAC operations. (Submitted: Jun 7, 2016 4:10:01 PM EDT)

Answer- The "narrowband" reference has been replaced with "wideband" in an Addendum. The channels shall operate with a 20K0F3E emission consistent with the NIFOG. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 17 RFP Section: 2.6.7.D.5

Question: Requirement for mobile communications trailer includes two 700 MHz repeaters operating in the P25 conventional mode. Are the repeaters to be single- or multi -channel? How are the repeaters to be controlled? (Submitted: Jun 7, 2016 4:10:50 PM EDT)

Answer- The repeaters shall be single-frequency units. The repeaters shall default in the repeat mode and shall be controlled locally. This is reflected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 18 RFP Section: 2.7.A

Question: Requirement is for a “narrowband†analog simulcast 800 MHz conventional repeater system. Use of narrowband analog modulation is not necessary at 800 MHz and would result in less coverage in a given system compared to wide-band emissions. (Submitted: Jun 7, 2016 4:11:44 PM EDT)

Answer- The "narrowband" reference has been replaced with "wideband" in an Addendum. The channels shall operate with a 20K0F3E emission consistent with the NIFOG. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 19 RFP Section: 3.2.1.H.3

Question: County desires that new microwave system be cutover in advance of the new radio system so that it may support the legacy SmartNet system. Please provide the route map and T1 channel plan including loop switch redundancy associated with the existing Tadiran microwave system currently supporting SmartNet. (Submitted: Jun 7, 2016 4:12:35 PM EDT)

Answer- The T1 channel plan will be provided in an addendum. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 20 RFP Section:1.1, 3.2.1.H.3

Question: Is it intended that system vendor build out the replacement SmartNet T1 transport to a point of demarcation from which County will interconnect to Smartnet TenSr channel banks, Larus route switches, etc.? If so, please define the hardware interface required as a point of demarcation at each SmartNet site. (Submitted: Jun

7, 2016 4:13:58 PM EDT)

Answer- It is the intent to cutover backhaul from the existing microwave system to the new microwave system prior to the radio system cutover. The demarcation point at each radio site will be the Larus route switches. All channel banks from each remote radio site terminate at the Public Safety Building, which is not currently planned for connectivity on the new microwave system. As part of the microwave cutover plan, the radios in the north and south microwave loops will be replaced with new microwave radios, but the existing eight (8) CM6 microwave radios between Core and PSB (4 radios at Core and 4 radios at PSB) will remain in place during the cutover to support the legacy system. These eight (8) CM6 microwave radios will be removed once the all radios users are migrated to the new P25 system. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 21 RFP Section: 3.2.1.N.5

Question: Requirement is for microwave antenna systems to be tested for low VSWR using return loss measurements. Please state minimum acceptable return loss. (Submitted: Jun 7, 2016 4:14:48 PM EDT)

Answer- VSWR of 1.5:1, and return loss of 14 dB. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 22 RFP Section: 1,9.H, 1.10.F, 5.1.F

Question: Requirement is for successful vendor to provide detailed drawings for structures and foundations sealed by a Florida P.E. at the time of the 45-day design. It is not practical to require sealed drawings for a design not yet approved by the County. Rather, tower profile drawings indicating antenna-mounting locations should be submitted at time of the 45-day design (see RFP Section 1.9.H). It is requested that the submittal of sealed drawings for new towers and tower structural analysis for existing towers be provided within 90 days from Final Design submittal such that the appropriate engineering analyses may be performed based on a County-accepted system design. (Submitted: Jun 7, 2016 4:16:46 PM EDT)

Answer- Detailed drawings for structures and foundations sealed by a Florida P.E will be permitted at the 90 day Final Design, with tower profile drawings indicating antenna-mounting locations provided at the 45-day design. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 23 RFP Section: 5.2.A.1

Question: Requirement is for vendor to update proposed solutions during negotiations if it is determined that existing towers must be replaced or modified. Whether an existing tower structure should be modified or replaced may not be known at the time of negotiation since structural analysis of existing structures will not yet have been conducted by the successful vendor. Similar to the request made in Question 13 above, is it acceptable to provide the recommendation to modify or replace following the structural analysis of existing tower structures within a 90-day period from Final Design submittal? (Submitted: Jun 7, 2016 4:18:09 PM EDT)

Answer- Recommendations to replace or upgrade a tower may be provided within a 90-day period during the Final Design submittal. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 24 RFP Section: 5.2.C.2

Question: Please clarify requirement for transmission line support to accommodate both snap-in and bolt - in cable hangers. RFP Section 2.6.6.E.1 does not permit the use of “snap-on kits.†Please resolve the conflict between RFP Sections 2.6.6.E.1 and 5.2.C.2. (Submitted: Jun 7, 2016 4:19:12 PM EDT)

Answer- The specifications have been updated in an Addendum to reflect that snap- in cable hangers are not permitted. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 25 RFP Section: 5.2.E.3, 5.3.1.5.a

Question: Harris Site Grounding and Lightning Protection Guidelines should be corrected to read AE/LZT 123 4618/1. (Submitted: Jun 7, 2016 4:21:04 PM EDT)

Answer- The reference has been updated through an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 26 RFP Section: 5.7F.2.b

Question: Requirement is for DC power system to provide -24/-48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. (Submitted: Jun 7, 2016 4:22:20 PM EDT)

Answer- These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level. (Answered: Jun 23, 2016 9:17:49 AM EDT)

Question 27 RFP Section: 7.2.1.E.2

Question: Requirement is for portable radio battery capacities of 2150, 2900, and 4200 mAh, which may be specific vendor capacities. Battery capacity by itself is not an accurate gauge of operating time. It is suggested that the County specify batteries based on portable radio operating time in accordance with the industry standard 5-5-90 duty cycle. (Submitted: Jun 7, 2016 4:23:11 PM EDT)

Answer- The specific battery capacity levels have been removed. This is reflected in an Addendum. The County desires options for various battery capacity levels for portable radios offered by each vendor. (Answered: Jun 29, 2016

12:57:46 PM EDT)

Question 28 RFP Section: 7.2.2.E

Question: Requirement is for up to 100 feet of coaxial cable for control stations. Please state quality reference or performance specification for coax cable. (Submitted: Jun 7, 2016 4:24:13 PM EDT)

Answer- Control station cables should be 1/2" LDF plenum rated cable with associated RF surge suppression, ground kit, and mounting hardware. This is reflected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 29 RFP Section: N/A

Question: Please provide the scheduled dates for planned demonstrations. (Submitted: Jun 7, 2016 4:25:22 PM EDT)

Answer- Plans are being made for the demonstrations, but the scheduled date will not be known until after the RFP bid end date deadline. (Answered: Jul 18, 2016 7:59:42 AM EDT)

Question 30 RFP Section: Evaluation Criteria 4.0

Question: The evaluation criteria includes 5 points for “Workload of the firm†. Please indicate how you plan to calculate “Workload of the firm†. Also, please describe how this benefits or affects Broward County and the selected company’s deployment efforts once the commitment to deploy within a specified time is made?

(Submitted: Jun 7, 2016 4:26:26 PM EDT)

Answer- Each Evaluation Committee Member will evaluate and allocate up to 5 points in regards to how much recent, current and projected work the firm has retained. This criteria will aid Broward County by indicating whether the firm can adequately manage a large project. Refer to Evaluation Criteria, question number four (4). (Answered: Jun

14, 2016 10:44:46 AM EDT)

Question 31 RFP Section: Evaluation Criteria 4.0

Question: The evaluation criteria includes 5 points for location. During the mandatory pre-bid meeting of May 17th, the county representative said that these 5 points would be given to a company if the company’s

Headquarters were located in Broward County. Please confirm that “Headquarters†means a firm’s

Corporate Headquarters. (Submitted: Jun 7, 2016 4:27:42 PM EDT)

Answer- Yes, Headquarters means the firm's Corporate Headquarters. (Answered: Jun 9, 2016 4:06:18 PM EDT)

Question 32 RFP Section: N/A

Question: Please provide radio traffic statistics for the current radio system during normal operation and busy hour to see how radio traffic was affected under real situations. (Submitted: Jun 7, 2016 4:28:25 PM EDT)

Answer- The current radio system traffic does not consider future loading, and is therefore not an accurate measure of system performance. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 33 Section 3.3 System Configuration

3.3.3 Grade of Service (GoS) – Trunked System B. The system shall meet a GoS of 1 percent, with 90 percent of units that are placed in queue receiving a channel grant within two seconds. Vendors shall use the following information in developing their design: 1. Assume 4,772 active users on the system 2. Assume 5 calls per unit per hour 3. Assume a 4 second call duration. 4. If the Vendor’s proposed system contains multiple subsystems or cells, an additional loading increase

shall be included to account for calls that involve talkgroups on two or more cells. Vendors shall provide calculations and explain justifications. Question: In reference to the item 3 above “Assume a 4 second call duration†, does this call duration represent the actual audio time without any call setup time included? (Submitted: Jun 7, 2016 4:28:58 PM EDT)

Answer- This represents the actual call audio time. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 34 Section 10.3.C – System Staging 3. The microwave subcontractor must make accommodations to stage its equipment at the P25 Vendor’s

facility, to allow staging of the complete radio and backup system simultaneously. Question: Would it be acceptable for the microwave MPLS network equipment to be staged at the Motorola Solutions facility (CCSi) without the complete microwave RF radio equipment? (Submitted: Jun 7, 2016 4:29:54 PM

EDT)

Answer- The full system must be configured at staging, including microwave MPLS and RF components. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 35 How many dispatch consoles will be dedicated for training? (Submitted: Jun 7, 2016 4:30:55 PM EDT)

Answer- The Vendor will be responsible for providing a local training facility at the Vendor's expense with a minimum of 20 dispatch positions. The training shall be conducted on a 24/7 basis to account for all Broward County dispatch shifts. There shall be a ratio of one student per dispatch console position. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 36 RFP Section:1.2, 1.4.A.2

Question: Requirement is for dispatch consoles and Motorola PremierOne CAD system to interface with the paging and FSA systems. System overview implies a requirement for vendor to furnish new UHF alphanumeric simulcast paging transmitters and a UHF fire station alerting system. Please clarify whether new UHF paging and fire station alerting subsystems are required as part of the procurement under Bid R1422515P1. If so, please provide full technical requirements including features, functions, and RF coverage. If new paging and FSA subsystems are not required under the Bid, please identify any need to interface to existing paging and FSA subsystems along with full technical descriptions and interface requirements. (Submitted: Jun 7, 2016 4:34:51 PM EDT)

Answer- The paging and FSA systems are not part of this procurement. The reference has been removed. (Answered: Jun

29, 2016 12:57:46 PM EDT)

Question 37 RFP Section: Bid Comments (Scope, Item 1), 1.3.C

Question: Scope Item 1 on RFP Page 2 requires a 700 MHz P25 Phase II System) to replace the County’s

existing 800 MHz Motorola SmartZone System while RFP Section 1.3.C requires a standalone 700/800 MHz, P25 DMM Phase I and Phase II trunked, simulcast system. Can the primary P25 trunked system be limited to one frequency band or must it be composed of both 700 and 800 MHz channels? (Submitted: Jun 7, 2016 4:36:46 PM EDT)

Answer- There are 20 700 MHz frequencies available to Broward County. If more than 20 frequencies are required, than it is likely 800 MHz frequencies utilized on the County's existing system will be required. (Answered: Jun 23, 2016

9:04:21 AM EDT)

Question 38 RFP Section:1.3.D

Question: Requirement is for a 4-site P25 Phase II, 7-channel fixed simulcast backup network supporting both voice and data. Please advise the frequency band of operation for the backup P25 trunked system. (Submitted: Jun

7, 2016 4:37:33 PM EDT)

Answer- Designs must account for either 700 MHz or 800 MHz frequencies based on frequency availability. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 39 RFP Section: 4.1.E

Question: Requirement is that the dispatch console system seamlessly integrate with the City of Fort Lauderdale’s Motorola P25 system and that the interface may be accomplished through CSSI or other

means that satisfy all identified requirements. Harris utilizes a virtualized CSSI within its ISSI interface. Does the Motorola hosted master site located at Motorola’s facility in Plantation, Florida provide the necessary ISSI interface to accommodate an interface to a

Harris ISSI? (Submitted: Jun 7, 2016 4:38:22 PM EDT)

Answer- It should be assumed that the Motorola Hosted Master Site will support the ISSI/CSSI connection at the time of system deployment. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 40 RFP Section: 4.5

Question: Requirement is for: The outputs from the console equipment shall be capable of being connected to the agency’s current replay

recording equipment. Please identify the existing replay equipment. A logging recorder link that will support a direct connection without requiring a conventional interface. Please identify each voice logging recorder to which vendor must link trunked and conventional audio resources and dispatch operator positions. To achieve a more efficient interface between the new trunked radio systems and the logging recorder, would the County accept new digital logging recorders in place of the County’s existing recorders? (Submitted: Jun 7, 2016

4:40:21 PM EDT)

Answer- A new digital logging recorder will not be accepted. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 41 Question: It is our expectation that the answers to these questions will have a significant impact on the system

design and the time required to complete a proposal. Therefore, Harris kindly requests that a 4 week extension be granted by Broward County. Such extension would go along with the 12 week period for proposal completion communicated during the RFQ selection committee meeting of April 26th. (Submitted: Jun 7, 2016 4:41:54 PM EDT)

Answer- the request to extend the bid end date by 4 weeks will not be granted. Any need to extend the bid end date will be determined as appropriate and as to the needs of Broward County. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 42 RFP Section 3.2.1.1 Microwave Engineering

A. Vendors shall conduct physical path surveys to assure that all proposed paths meet proper clearance criteria. Question: Is it correct to assume that physical path surveys referenced are to be completed by the successful vendor and not for the proposal stage? (Submitted: Jun 13, 2016 2:34:59 PM EDT)

Answer- Physical path surveys shall be conducted by the successful vendor after award, not during the proposal stage. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 43 Section 5.7 - DC Power System F. Performance Requirements: 3. Minimum Duration of Supply – The DC power system shall provide eight hours of run-time with a 25-percent equipment growth factor. Question: Is it correct to assume that the 25% equipment growth factor means that the proposed Charger-Rectifier and Battery Plant should be sized 25% higher than the required capacity? (Submitted: Jun 15, 2016 10:26:23

AM EDT)

Answer- Yes, correct. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 44 1. Lobbyist Registration Requirement Certification

Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be

deemed non-responsive for failure to fully comply within stated time frames. Question: This form is not on Bidsync, will it be added or is considered completed from Step 1 of the 2 Step process? (Submitted: Jun 15, 2016 8:09:35 PM EDT)

Answer- The Lobbyist Registration Requirement Certification Form has been added in an Addendum. (Answered: Jun 29,

2016 12:57:46 PM EDT)

Question 45 With regard to the requirement for backup radio systems that appears on page 10 section 1.2, page 12

paragraph D and page 24 section 2, which four (4) of the 12 sites listed as mandatory in Appendix B are the intended sites for these secondary systems? (Submitted: Jun 17, 2016 10:05:28 AM EDT)

Answer- The four sites listed in Column J of Appendix B. These include Core, Coconut Creek, Davie, and Channel 2. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 46 Section 5.3.F.3

The roof shall withstand the impact of ice falling from the adjacent tower without suffering any damage, or shall otherwise be protected from such damage. The Vendors shall describe in their proposals how this requirement will be met. Question: Please confirm the requirements for the Shelters per Section 5.3.F.3 to be a requirement of the specification. (Submitted: Jun 22, 2016 6:36:41 PM EDT)

Answer- While falling ice is not likely to be experienced, the requirement is intended to account for other falling objects or projectiles. The requirement remains. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 47 Section 7.3.2.A.3

The County has requested maintenance pricing to cover ‘Accidental Damage Replacement’ of subscriber

radios. a) Can the County please further define ‘Accidental Damage’ so respondents have a clear understanding

of what to include and b) Since there is not a specific line item in the price pages for Accidental Damage, are respondents to include this price in the overall maintenance pricing or provide it as a separate line item? (Submitted: Jun 24, 2016 8:29:35 AM EDT)

Answer- Accidental damage shall include any damage caused to the radio that impairs operation that is not directly the result of a manufacturer defect. The 'Accidental Damage' warranty plan shall cover the repair or replacement of these units as required. An updated pricing sheet has been provided for the Accidental Damage option. (Answered: Jul 11, 2016 3:25:05 PM

EDT)

- This will be addressed through an Addendum. (Answered: Jul 12, 2016 7:05:44 AM EDT)

Question 48 During the site surveys, Broward County indicated that it could provide a Tower Loading Analysis to vendors.

Can the County please provide this analysis for the existing towers? (Submitted: Jun 24, 2016 8:40:22 AM EDT)

Answer- Structural analyses shall be provided to the selected vendor after contract award. (Answered: Jul 11, 2016 3:25:05

PM EDT)

- According to the Project Manager, “County providing the proposers with data that is outdated and/or incomplete is not in the best interest of the County or the proposers… . the information the proposers are seeking, tower load analysis, is irrelevant for the proposers to provide a bid.†(Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 49 Section 4.3, Pg. 50

“B. The console system shall support a minimum of 24 conventional resources interfaced to the radio backhaul network through conventional gateways at each of the three PSAPs (72 conventional resources total). The conventional resources need to be available to the consoles in the event of a loss of wide-area trunking.â€

Please be more specific about the nature of the conventional resources. In B above the ask is for a minimum of 24 conventional resources but afterwards 72 conventional resources are described. (Submitted: Jun 24, 2016 8:41:44

AM EDT)

Answer- There are to be 24 conventional resources at each of the three regional dispatch centers, providing 72 total conventional resources. The conventional gateway needs to support Analog, Digital and IP Interface to conventional resource. Analog: The analog interface needs to support the following: • 2-Wire input/output • 4-Wire • VOX and Carrier Operated Relay (COR) • PTT Relay Output • Line Operated Busy Light (LOBL) Detectors • Analog Logging Output • Secure/Clear Call input The interface needs to support the following types of conventional channels: • R1, T1R1, T2R2, T4R4, T4R4, T8R8, T12R12, T14R14, T16R16 • MDC1200 • P25 Conventional The interface needs to support the following types of control: • E&M Control • Tone Remote Control (TRC) • Digital Control via IP Link (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 50 Section 2.5.1

This section asks for coverage maps in hard copy format. Does the vendor need to ship hard copies of the maps in addition to uploading the PDFs to BidSync? If so, please advise where to ship to and how to mark the packaging. (Submitted: Jun 24, 2016 8:43:12 AM EDT)

Answer- Soft copies submitted through BidSync will be acceptable for proposal purposes. Soft and hard copies will be required from the selected vendor after contract award based on final County approved system design. (Answered:

Jul 11, 2016 3:25:05 PM EDT)

Question 51 Section 2.5 and 2.5.2

Section 2.5.C.2 requests audio files in .wav or .mp3 files. Section 2.5.2.C requests antenna pattern files in EDX or PLANET formats. Given this is an electronic proposal only and items like this are typically provided on CD or jump drive, how would the County like Vendors to provide these files? (Submitted: Jun 24, 2016 8:44:31 AM EDT)

Answer- Vendor should upload the files in BidSync. At the County's request, vendor shall provide the files within three business days. This has been addressed in an Addendum (Answered: Jul 15, 2016 11:00:03 AM EDT)

Question 52 Could the County please provide a list of service codes that Broward County wishes to use that support the

CBE goals for this procurement? (Submitted: Jun 24, 2016 8:44:56 AM EDT)

Answer- OESBD will be having a meet and greet with eligible firms to network with potential bidders. This meeting is being coordinated by OESBD and is being held on 7/12/2016, 3:30-4:30PM, Broward County Government Center 115 S Andrews Avenue, RM 302, Ft. Lauderdale, FL 33301. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- Broward County does not provide a list of service codes regarding CBE goal requirements for solicitations. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 53 Section 6.7 DC Power System

F. Performance Requirements 3. Minimum Duration of Supply – The DC power system shall provide eight hours of runtime with a 25-percent equipment growth factor. Question: Eight hours of runtime for the P25 base stations will require significant space and significant weight for battery plants assuming that it is sized for full load (all trunked stations transmitting) plus 25% growth factor. For sizing the DC Power system, are we to assume that all voice trunking stations are continuously transmitting? If not, what would be the duty cycle to assume for the trunked voice channels (i.e. 50% transmit / 50% receive)? Traditional designs are configured for 2 hours of battery back up, mainly because if there is a generator failure, equipment is probable to fail from over heating. Is the County open to adjusting the time requirement for the back up battery systems? (Submitted: Jun 24, 2016 5:07:35 PM EDT)

Answer- Regarding Section 5.7, DC Power System; Vendors should assume a 50% average repeater usage (transmit and receive) for 8 hour DC runtime calculations. Vendors must also ensure 4 hours of DC runtime under 100% load. The County understands the space and weight requirements. These factors should be considered within the proposals. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This has been addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 54 In order for Harris to comply with the Broward County RFP request to demonstrate CAD interface with Motorola

PremierOne CAD to pass radio user data between systems, including radio unit ID, messaging, and CAD entry data, we request that Broward County please supply all PremierOne API documentation. Thank you for your consideration of this request. We look forward to your prompt response so that we can begin the middleware development process as soon as possible. (Submitted: Jun 27, 2016 1:02:07 PM EDT)

Answer- The County is not licensed to provide API data for PremierOne CAD. Vendors must demonstrate their best effort to conduct the demonstrations, and absent the ability to provide a live demonstration the vendor may provide information to the review committee to indicate their ability to meet the requirements in the specifications. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 55 In regard to the price pages supplied with the RFP (Appendix D_Pricing_Workbook for Information Only), there

are no columns for extended price calculations. Does the County want bidders to add column(s) to show the calculated extended price for items whose quantity is larger than 1? (Submitted: Jun 27, 2016 1:28:29 PM EDT)

Answer- Regarding Appendix D - Pricing Workbook for Information Only, The County is not requesting bidders to add columns to show extended pricing. (Answered: Jun 27, 2016 2:17:07 PM EDT)

Question 56 The price pages have a column for unit price and a column for discount percent. Is the unit price intended to be

the list price (before application of the discount) or the net unit price (after application of the discount). (Submitted:

Jun 27, 2016 1:29:09 PM EDT)

Answer- Regarding Appendix D - Pricing Workbook for Information Only; The unit price is intended to be the net price after application of the discount. (Answered: Jun 27, 2016 2:17:08 PM EDT)

Question 57 The list of sites provided in the RFP includes Tamarac and Deerfield. During the mandatory pre -bid meeting of May 17 it was mentioned that these sites are not to be re-used. However, this was not communicated officially through an amendment to the RFP. Can the County provide clarification regarding these two sites? (Submitted: Jun

28, 2016 7:42:12 AM EDT)

Answer- The County's existing sites in Deerfield and Tamarac are receive-only locations that will not be reused. The County is looking to build new tower sites in these general areas. It is the new sites that are reflected in the site matrix. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- For further clarification, the Deerfield and Tamarac site locations listed in Appendix B - Site Information are not the County's existing receive-only locations. (Answered: Jul 25, 2016 11:32:51 AM EDT)

Question 58 Question: Requirement is for DC power system to provide -24/ -48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. (Submitted: Jun 29, 2016 1:25:17 PM EDT)

Answer- Please see response to question 26. These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 59 Jun 07, 2016 4:22:20 PM EDT

Question: Requirement is for DC power system to provide -24/-48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. "Answer - Jun 23, 2016 9:17:49 AM EDT These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level." ---Updated Question: In reference to the answered question, is 1 for N redundancy also required for these supplemental voltages of +12vdc, -24vdc and 120vac? (Submitted: Jun 29, 2016 2:21:17 PM EDT)

Answer- N+1 redundancy is required for all voltage levels. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 60 Coordinates given for Hard Rock in the RFP do not clearly identify the intended structure. There appears to be

three structures that make up the Hard Rock complex. There are buildings to the Northwest, Southwest and Southeast in the complex. Please identify which building in the Hard Rock complex is intended for use as the Hard Rock radio site. (Submitted: Jun 30, 2016 12:20:18 PM EDT)

Answer- The coordinates correspond to planned new construction. The coordinates provided should be utilized. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 61 4.5. VOICE LOGGER OUTPUT

The Vendor shall identify within its proposal all replay requirements necessary to complete the interface. Question: In addition to the API cost, is it the intent of the County for the respondents to include pricing of all necessary replay requirements (including additional server hardware, other recording license additions and the services) or just identify all necessary replay requirements to complete the interface? (Submitted: Jun 30, 2016

3:32:54 PM EDT)

Answer- The vendor shall work with Replay Systems Inc. to obtain a quote for hardware and software needed to upgrade or replace existing logging recorder in order to be able to record the radio system talkgroups, conventional resources and dispatch consoles audio. For the radio vendor, the pricing should include at a minimum: server, firewall, and software licenses needed to pull the audio from the radio network and interface to the Logging system at both Central Dispatch and North Dispatch. For the Replay quote, it should included at a minimum the following (QTY to be defined by Replay): 1) VPI P25 Interface; 2) P25 API; 3) P25 Codec (one required per 32 Channels); 4) Cost to upgrade or replace existing logging recorder; 5) Installation and configuration (need to support pretest and cutover); 5) Extended Hardware and Software Support for years 2 thru X. (Answered: Jul 11,

2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 62 RFP Section 4.5

1. Please describe by make and model/version the existing replay recorders located at dispatch positions and the system logging recorders with which vendors are being asked to interface. 2. Please provide the contact information of the manufacturer representative and/or service group that provides follow-on sales and service to the existing logging recorder and the replay recorders. (Submitted: Jul 1, 2016 10:02:36

AM EDT)

Answer- #1 Vendor to contact Replay Systems, Inc. for existing logging system information. #2 Eddie Guererri Vice President Sales and Customer Support Replay Systems, Inc. 6555 NW 9th Avenue | Suite 105 Fort Lauderdale, FL 33309 T 954-267-9199 | TF 800.722.3472 F 954.267.9184 (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 63 The Specifications for the RFP reference the EOC one time in regards to being a microwave site. Does the

County require the EOC to be included in the new microwave design? (Submitted: Jul 1, 2016 1:11:08 PM EDT)

Answer- Yes, the EOC is to be a microwave only site. Appendix D has been updated with the information for the EOC site. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed through an Addendum. (Answered: Jul 12, 2016 7:05:44 AM EDT)

Question 64 2.6.7. Backup and Interoperability Systems

D. Vendors shall propose a mobile communications trailer with the following elements: 1. Appropriately sized vehicle for towing the proposed trailer Question: Please identify if the County requires the vehicle's price included in the proposal or only the specifications of a vehicle to tow the trailer? (Submitted: Jul 1, 2016 1:12:14 PM EDT)

Answer- The vehicle's price must be included in the proposal. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 65 With the recent addition of the Hard Rock Site location requirement, for a Prime Site, will County provide contact

information to the Vendors? (Submitted: Jul 1, 2016 1:15:28 PM EDT)

Answer- Contact information will be provided to the selected vendor. Vendors should assume sufficient space and power will be available. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- The contact for the Hard Rock site location is: Bobby Brown, Seminole Tribe of Florida Network Administrator, Phone Number: 954-966-6300 x11340, E-mail: [email protected]. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 66 Is there a requirement in the emergency communications trailer for Radio Dispatch Operator position or

positions? (Submitted: Jul 1, 2016 3:47:59 PM EDT)

Answer- There is no requirement for a dispatch console position in the communications trailer (Answered: Jul 13, 2016

11:42:45 AM EDT)

Question 67 CBE Goal

The RFP states that the Vendor shall only address the base solicitation amount for CBE goal participation. Can the County further elaborate on what is defined as the base solicitation in terms of the CBE calculation? (Submitted:

Jul 8, 2016 11:48:49 AM EDT)

Answer- As stated in the Office of Economics and Small Business Requirements: CBE Goal Participation, C., "The Vendor shall address the base solicitation amount for the CBE goal participation. No alternate/optional item(s) shall be addressed...". The Base solicitation amount is interpreted to be Line Item numbers R1422515P1-01-01 through R1422515P1-01-09 in the Item Response Form. There are no alternate or optional line items in in the Item Response Form for this solicitation. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 68 Does the County already have agreements to use/occupy the FDOT site that is shown as a non -existing 800 MHz site? Or, does the vendor bear any responsibility in securing the approval to use this site and, if so, to what degree? For the FDOT site, please provide the County’s contact for the purpose of arranging a site survey. (Submitted:

Jul 8, 2016 11:50:07 AM EDT)

Answer- The County has not made significant progress to date in securing the FDOT site, and is also evaluating other sites in the area. Therefore, we do not have contact information at this time. It is expected that the vendors will make reasonable assumptions for candidate sites or other sites proposed by the vendors that cannot be surveyed. The County notes that the FDOT site is a candidate site, and vendors have the discretion to either use this site or not within their designs. Vendors may reach out to the site owners of candidate sites directly if they wish to conduct surveys. (Answered: Jul 15, 2016 8:22:06 AM EDT)

Question 69 Can the County please provide scoring details or evaluation criteria for the demonstrations so vendors

understand how the demos will be evaluated? (Submitted: Jul 8, 2016 12:45:51 PM EDT)

Answer- The Demonstration Requirements document will be provided to the Evaluation Committee for their review. (Answered: Jul 13, 2016 11:42:45 AM EDT)

Question 70 Coverage testing will be performed per TSB -88.3-D in all accessible test tiles as defined by the grid definitions in the RFP Section 10.6.B.4.b.ii. We define accessible as any land tile containing roads that are identified in the 2015 US Census Bureau’s

Tiger Road Database and is classified as: Primary Secondary Local Ramp Service Drive Vehicular Trail Private Service Road (if accessible) Tiles that are not land accessible but may be accessed via watercraft will also be included in the test. Does the County agree with these definitions? (Submitted: Jul 8, 2016 1:25:37 PM EDT)

Answer- While the County tends to agree with these requirements, the more broad definition defined in TSB-88.3-D of "Accessible test tiles" will be maintained in the specifications. Tiles that are accessible via watercraft (airboat, boat, etc.) shall be considered accessible, including areas over the Everglades. These areas shall be tested consistent with the County’s coverage requirements. (Answered: Jul 15, 2016 8:22:06 AM EDT)

Question 71 Part 1 of 3

LAW OFFICES MOSKOWITZ, MANDELL, SALIM & SIMOWITZ, P.A. 800 CORPORATE DRIVE, SUITE 500 FORT LAUDERDALE, FLORIDA 33334 July 8, 2016 Jose De Zayas, Project Manager Michael Mullen, Purchasing Agent Re: Broward County Solicitation #R1422515P1, Public Safety Radio APCO Project 25 700 MHz Communication System (the “Solicitation†) Gentlemen: This firm represents Harris Corporation (“Harris†) with respect to the above-referenced Solicitation. As we are aware that the Cone of Silence is in effect with respect to this Solicitation, we address this letter to you both in accordance with Mr. Mullen’s prior email to Harris and Section J of the Solicitation’s Special Instructions

to Vendors. Should this letter be addressed to any other person, we ask that you forward it accordingly and advise us as well for any future communications. In light of the importance of the public safety implications of this Solicitation, on behalf of Harris we write to request that Broward County provide a four week extension of the current July 8, 2016 deadline for the submission of questions, and a six week extension of the current submission deadline of August 3, 2016. We believe such an extension is in the best interests of the County, its residents and all interested vendors to ensure that complete and accurate, technically feasible, proposals are submitted in conformance with the requirements of the Solicitation. (Submitted: Jul 8, 2016 3:25:46 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- A two week extension from August 3, 2016 to August 17, 2016 for a submission deadline has been determined to be appropriate. The question and answer period will not be extended as requested. (Answered: Jul 26, 2016

3:17:40 PM EDT)

Question 72 Part 2 of 3

In particular, we note that some 70 questions have been submitted to date concerning the technical specifications of the Solicitation, and 24 of those questions remain unanswered as of this writing. The unanswered questions pose issues of tremendous concern with respect to the ability to properly design the required system and implement the same. For instance, the Solicitation requires the vendor to demonstrate a proper interface of the radio system and the CAD system. Technical questions regarding the existing proprietary CAD system have not been answered, nor relevant documentation provided to design and implement the proper interface. Further, there is insufficient information provided as to the availability of certain tower sites and the loading capacity of tower sites. The tower questions presented and documentation requested is critical to the appropriate design of the system to provide the required coverage. We also note that the City of Fort Lauderdale recently issued, on June 30, 2016, its Solicitation 769-11783, Enhanced 911 Public Safety Answering Point (PSAP) Implementation (the “RLI†). This Request for Letters of Interest concerns the process and phases necessary for the City to realize a fully functional Enhanced 911 (E911) Public Safety Answering Point (PSAP) with a focus on Next Generation (NG911) Capabilities. The City had joined the Broward County Consolidated Regional E911 Communications System in August of 2014, but now appears to be seeking its own solution in light of “ongoing issues with the regional system.†In light of the Solicitation’s County-wide application, Harris is very concerned as to what, if any, impact the City’s RLI will

have on the systems and processes to be designed, the areas to be covered and any changes to the overall scope of the Solicitation. (Submitted: Jul 8, 2016 3:26:43 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- As of July 18, all questions have been answered. Regarding tower loading, please see response to question 48. The City of Ft. Lauderdale's solicitation, Enhanced 911 Public Safety Answering Point (PSAP) Implementation, has no impact on any of the specifications or plans regarding Broward County's current solicitation RFP R1422515P1. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 73 Part 3 of 3

Finally, Harris understands the significant importance of supporting companies based in Broward County and will be engaging local companies as part of its project team. The vendor fair now scheduled for July 12 will introduce a number of new vendors to Harris that will help it meet the CBE criteria set forth in the Solicitation. While Harris will make every effort to evaluate the companies identified as potential partners for this project, the proposal deadline of August 3rd will not provide enough time to thoroughly appraise and validate these potential vendors as well as to get the subcontract proposals and inputs for their portions of the project. To Harris, a sound deployment of the P25 radio system for the County is its top priority, so the companies engaged must meet both Harris’ and the County’s high standards.

For the aforesaid reasons, we respectfully request that the County extend the current July 8, 2016 deadline for the submission of questions for four weeks, and the current submission deadline of August 3, 2016 for an additional six weeks. The provision of this extension will ensure that all vendors can submit complete proposals that meet and exceed all of the Solicitation’s technical, CBE and other specifications.

Very truly yours, _/s/ William G. Salim, Jr. WILLIAM G. SALIM, JR. WGS/cl cc: Client (Submitted: Jul 8, 2016 3:27:12 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- Broward County is pleased that the July 12, 2016 Office of Economic and Small Business Development Meet and Greet time was a success in bringing potential subcontractors and proposers together. As stated earlier question and answer 71, the question and answer period will not be extended as requested. The extension for submission deadline has been extended to August 17, 2016. We believe that this is a sufficient time for proposers to submit their responses. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 237

5

6

Question and Answers for Bid #R1422515P1 - Public Safety Radio APCO Project 25 700MHz Communication System

Overall Bid Questions

Question 1 Will the County provide an assigned storage facility or will this be the vendor's responsibility during Installation

Phase? (Submitted: May 16, 2016 5:44:32 PM EDT)

Answer- Please clarify the question by being more specific. (Answered: May 19, 2016 11:55:07 AM EDT)

- The Vendor will be responsible for providing storage for any equipment that is shipped prior to installation. The Vendor shall be liable for all equipment while it is housed at their storage facility. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 2 A. 1. Primary Trunked System

Last sentence: “A secondary simulcast cell or multicast site will be acceptable for coverage over the Everglades.â€

Question: What is the approximate expected traffic loading for this rural area/ Everglades? (Submitted: May 16, 2016

5:46:09 PM EDT)

Answer- Proposers should provide 10 talkpaths (6 RF channels) to cover the Everglades. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 3 Section 8.1 8.1. Overview, Section A

Question: Can the county provide a quantity breakdown for Portable and Mobiles based on the following: -Portable Radios -Remote Mobiles -Dual Head Mobiles -Dash Mobiles -Fire Truck Mobiles -Ambulance Mobiles -Boat Mobiles (Submitted: May 16, 2016 5:51:31 PM EDT)

Answer- A specific breakdown of portable and mobile radios by installation configuration is not available. It is noted that portable and mobile radio costs are not factored as part of the scoring, and user agencies will be responsible for purchasing radios directly. Pricing information should be provided for the full range of installation configurations offered by the proposer with the specific installation costs for each. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 4 Section 11.6 Coverage Testing, Section B. CATP

iv). A grid will be considered a “fail†if the outbound signal is measured at a BER greater than or equal to two percent. Question: Two percent (2.0%) is a DAQ3.4 for FDMA. DAQ3.4 for TDMA outbound is 2.4%. Should this read: A grid will be considered a “fail†if the outbound signal is measured at a BER greater than 2.4 percent. (Submitted:

May 16, 2016 5:53:12 PM EDT)

Answer- The County requires BER testing conducted at a failure rate of 2%. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 5 Section 8 Training Questions:

1. Dispatch Consoles: Is county seeking supervisor or user training? How many students will be trained? 2. Does the County prefer the Train-the-Trainer approach for Subscriber radio training? 3. How many students need Subscriber training? 4. How many Maintenance Technicians need training? 5. How many Technical Radio Managers need training? (Submitted: May 16, 2016 5:54:51 PM EDT)

Answer- 1. The County is seeking both supervisor and user training. An estimated 500 individuals will require training. 2. Train the trainer will be the best approach for the end user radios (portable/mobile). 3. An estimated 200 individuals will require mobile/portable training. 4. An estimated 12 maintenance technicians will require training. 5. An estimated 6 Radio Managers will require training. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 6 Section 3.0 Backhaul Network

3.2.1- Minimum Requirements Section G “Redundant landline-based Ethernet connectivity shall be provided to all critical infrastructure locations (system controllers, prime controllers, dispatch locations) as well as the EMS, Coconut Creek, Channel 2, and Davie locations identified in Appendix B. Radio backhaul must seamlessly route and self-heal between the combined microwave and landline network.â€

Question: Is this requirement to just provide an estimated cost for the leased landline connectivity or is it to be priced into the on-going maintenance of the system? (Submitted: May 16, 2016 5:56:32 PM EDT)

Answer- The County does not desire cost estimates for leased circuits. The County will be responsible for securing the leased circuits to provide the backhaul transport. The Vendor will be responsible for interfacing those links with the MPLS backhaul system and ensuring that the traffic can seamlessly route between the microwave and landline circuits. Vendors should factor in the costs of any maintenance required for equipment needed to interface with the landline connections within their proposals. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 7 Section 3.0 Backhaul Network

3.2.1- Minimum Requirements H Capacity (Part 3) Question: Since the current system is TDM based, please provide a T1 channel plan that will be required to be supported by the new microwave. (Submitted: May 16, 2016 5:57:45 PM EDT)

Answer- A copy of the T1 channel plan will be provided on BidSync. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 8 Section 2.0 Radio Communications System Requirements

2.6.7 Backup and Interoperability Requirements, D “Vendors shall propose a mobile communications trailer with the following elements:â€

Question: Is there any requirement to provide working space for personnel within the equipment area of the trailer? (Submitted: May 16, 2016 5:58:37 PM EDT)

Answer- The trailer should include seated workspace for one technician. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 9 Does Broward County have existing County owned facilities that have available space to support the storage of

equipment during the implementation period? If county owned storage space is available for use by the vendor during implementation then the cost to rent temporary storage would not be added to the project and ultimately incurred by the County. (Submitted: May 23, 2016 2:59:41 PM EDT)

Answer- The Vendor will be responsible for providing storage for any equipment that is shipped prior to installation. The Vendor shall be liable for all equipment while it is housed at their storage facility. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 10 B. The system shall meet a GoS of 1 percent, with 90 percent of units that are placed in queue receiving a

channel grant within two seconds. Vendors shall use the following information in developing their design: 1. Assume 4,772 active users on the system 2. Assume 5 calls per unit per hour 3. Assume a 4-second call duration. 4. If the Vendor’s proposed system contains multiple subsystems or cells, an additional loading increase

shall be included to account for calls that involve talkgroups on two or more cells. Vendors shall provide calculations and explain justifications. Question: This call rate would require 40 talk paths for a 1% GOS. Since Broward County has twenty 700 MHz frequencies which could provide the maximum 36 talk paths plus the control channel for a single simulcast cell, is there going to be additional traffic information that could be used to better analyze the traffic from 4772 active units? (Submitted: May 23, 2016 3:01:45 PM EDT)

Answer- The County has reviewed the projected system loading and has reduced the number of active users to 4272. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 11 RFP Section: 2.3.2.A, 2.3.2.B, 2.3.2.C

Question: Requirement is for system expansion of 10 percent by the addition of hardware and/or software. The combiner example provided in RFP Section 2.3.2.A is for “equipped†capacity and not the capability for expansion. Is the combiner a special case and the remainder of equipment shall be “capable†of 10 percent expansion? Sections 2.3.2.B and 2.3.2.C are in conflict with each other with respect to expanding the number of simulcast cells (30 vs. 5, respectively). Additionally, these sections conflict with Section 2.3.2.A (10 percent expansion requirement) relative to sites per simulcast cell. It is requested that hardware expansion as required by the affected RFP sections be limited to 10 percent of the Vendor system design. Please distinguish between “equipped vs. “capable†expansion. (Submitted: Jun

7, 2016 3:55:18 PM EDT)

Answer- Section 2.3.2.A states that the expansion capability shall be provided "where possible", so if expansion is not possible for certain components within a vendor's proposed design than the proposal will still be compliant. The expansion capability shall be provided as "equipped" capacity. Section 2.3.2.B has been removed. The specific expansion requirements listed in section 2.3.2.C supersede the 10% requirement in 2.3.2.A, and will not be eliminated. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 12 RFP Section: 2.6.2.B

Question: Reference to APCO P25 functional requirements, features, and performance objectives should be to Section 2.2.1, not 3.2.1. (Submitted: Jun 7, 2016 3:57:19 PM EDT)

Answer- The reference has been corrected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 13 RFP Section: 2.6.2.C

Question: Requirement is for the system controller to be placed at the County’s Sunrise PSAP. No mention is

made of a location for a redundant system controller. RFP Section 2.3.1.D indicates a desire for geographically separated system controllers, simulcast controllers, and voting equipment. Please clarify the requirement for geographically redundant components. (Submitted: Jun 7, 2016 3:59:21 PM EDT)

Answer- Geographically redundant components shall not be co- located within the same building. Vendors should provide the primary system controller at the Sunrise PSAP and the backup system controller at the Coconut Creek PSAP. The primary simulcast controller should be located at the Core site a backup should be located at the Hard Rock location. This does not preclude additional backup simulcast controller locations if proposed. This has been addressed in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 14 RFP Section: 2.6.6.B.4

Question: Return loss should be specified as 14 dB corresponding to a VSWR of 1.5:1. (Submitted: Jun 7, 2016

4:01:50 PM EDT)

Answer- The return loss has been corrected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 15 RFP Section: 2.6.7.A.5

Question: Requirement for the P25 trunked backup system is the greatest level of autonomy possible from the primary trunked system. Does this level of autonomy require a separate system controller from that furnished for the primary trunked system? If so, please state redundancy requirements, if any. Also, is there any requirement to link the backup trunked system with the primary trunked system at the system level? (Submitted: Jun 7, 2016 4:08:40

PM EDT)

Answer- A separate system controller is not required (single system ID). The backup system should have an independent simulcast controller with connected to both the primary and backup system controllers. (Answered:

Jun 23, 2016 9:04:21 AM EDT)

Question 16 RFP Section: 2.6.7.C

Question: Requirement is for a “narrowband†analog conventional simulcast repeater system for certain NPSPAC interoperability channels. NPSPAC is not narrowband but an offset channel methodology. For analog voice, NPSPAC emission would represent reduced bandwidth relative to standard wideband emission e.g. 14K0F3E vs. 16K0F3E, “occupied bandwidth.†Please clarify County’s required bandwidth for analog

NPSPAC operations. (Submitted: Jun 7, 2016 4:10:01 PM EDT)

Answer- The "narrowband" reference has been replaced with "wideband" in an Addendum. The channels shall operate with a 20K0F3E emission consistent with the NIFOG. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 17 RFP Section: 2.6.7.D.5

Question: Requirement for mobile communications trailer includes two 700 MHz repeaters operating in the P25 conventional mode. Are the repeaters to be single- or multi -channel? How are the repeaters to be controlled? (Submitted: Jun 7, 2016 4:10:50 PM EDT)

Answer- The repeaters shall be single-frequency units. The repeaters shall default in the repeat mode and shall be controlled locally. This is reflected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 18 RFP Section: 2.7.A

Question: Requirement is for a “narrowband†analog simulcast 800 MHz conventional repeater system. Use of narrowband analog modulation is not necessary at 800 MHz and would result in less coverage in a given system compared to wide-band emissions. (Submitted: Jun 7, 2016 4:11:44 PM EDT)

Answer- The "narrowband" reference has been replaced with "wideband" in an Addendum. The channels shall operate with a 20K0F3E emission consistent with the NIFOG. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 19 RFP Section: 3.2.1.H.3

Question: County desires that new microwave system be cutover in advance of the new radio system so that it may support the legacy SmartNet system. Please provide the route map and T1 channel plan including loop switch redundancy associated with the existing Tadiran microwave system currently supporting SmartNet. (Submitted: Jun 7, 2016 4:12:35 PM EDT)

Answer- The T1 channel plan will be provided in an addendum. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 20 RFP Section:1.1, 3.2.1.H.3

Question: Is it intended that system vendor build out the replacement SmartNet T1 transport to a point of demarcation from which County will interconnect to Smartnet TenSr channel banks, Larus route switches, etc.? If so, please define the hardware interface required as a point of demarcation at each SmartNet site. (Submitted: Jun

7, 2016 4:13:58 PM EDT)

Answer- It is the intent to cutover backhaul from the existing microwave system to the new microwave system prior to the radio system cutover. The demarcation point at each radio site will be the Larus route switches. All channel banks from each remote radio site terminate at the Public Safety Building, which is not currently planned for connectivity on the new microwave system. As part of the microwave cutover plan, the radios in the north and south microwave loops will be replaced with new microwave radios, but the existing eight (8) CM6 microwave radios between Core and PSB (4 radios at Core and 4 radios at PSB) will remain in place during the cutover to support the legacy system. These eight (8) CM6 microwave radios will be removed once the all radios users are migrated to the new P25 system. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 21 RFP Section: 3.2.1.N.5

Question: Requirement is for microwave antenna systems to be tested for low VSWR using return loss measurements. Please state minimum acceptable return loss. (Submitted: Jun 7, 2016 4:14:48 PM EDT)

Answer- VSWR of 1.5:1, and return loss of 14 dB. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 22 RFP Section: 1,9.H, 1.10.F, 5.1.F

Question: Requirement is for successful vendor to provide detailed drawings for structures and foundations sealed by a Florida P.E. at the time of the 45-day design. It is not practical to require sealed drawings for a design not yet approved by the County. Rather, tower profile drawings indicating antenna-mounting locations should be submitted at time of the 45-day design (see RFP Section 1.9.H). It is requested that the submittal of sealed drawings for new towers and tower structural analysis for existing towers be provided within 90 days from Final Design submittal such that the appropriate engineering analyses may be performed based on a County-accepted system design. (Submitted: Jun 7, 2016 4:16:46 PM EDT)

Answer- Detailed drawings for structures and foundations sealed by a Florida P.E will be permitted at the 90 day Final Design, with tower profile drawings indicating antenna-mounting locations provided at the 45-day design. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 23 RFP Section: 5.2.A.1

Question: Requirement is for vendor to update proposed solutions during negotiations if it is determined that existing towers must be replaced or modified. Whether an existing tower structure should be modified or replaced may not be known at the time of negotiation since structural analysis of existing structures will not yet have been conducted by the successful vendor. Similar to the request made in Question 13 above, is it acceptable to provide the recommendation to modify or replace following the structural analysis of existing tower structures within a 90-day period from Final Design submittal? (Submitted: Jun 7, 2016 4:18:09 PM EDT)

Answer- Recommendations to replace or upgrade a tower may be provided within a 90-day period during the Final Design submittal. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 24 RFP Section: 5.2.C.2

Question: Please clarify requirement for transmission line support to accommodate both snap-in and bolt - in cable hangers. RFP Section 2.6.6.E.1 does not permit the use of “snap-on kits.†Please resolve the conflict between RFP Sections 2.6.6.E.1 and 5.2.C.2. (Submitted: Jun 7, 2016 4:19:12 PM EDT)

Answer- The specifications have been updated in an Addendum to reflect that snap- in cable hangers are not permitted. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 25 RFP Section: 5.2.E.3, 5.3.1.5.a

Question: Harris Site Grounding and Lightning Protection Guidelines should be corrected to read AE/LZT 123 4618/1. (Submitted: Jun 7, 2016 4:21:04 PM EDT)

Answer- The reference has been updated through an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 26 RFP Section: 5.7F.2.b

Question: Requirement is for DC power system to provide -24/-48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. (Submitted: Jun 7, 2016 4:22:20 PM EDT)

Answer- These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level. (Answered: Jun 23, 2016 9:17:49 AM EDT)

Question 27 RFP Section: 7.2.1.E.2

Question: Requirement is for portable radio battery capacities of 2150, 2900, and 4200 mAh, which may be specific vendor capacities. Battery capacity by itself is not an accurate gauge of operating time. It is suggested that the County specify batteries based on portable radio operating time in accordance with the industry standard 5-5-90 duty cycle. (Submitted: Jun 7, 2016 4:23:11 PM EDT)

Answer- The specific battery capacity levels have been removed. This is reflected in an Addendum. The County desires options for various battery capacity levels for portable radios offered by each vendor. (Answered: Jun 29, 2016

12:57:46 PM EDT)

Question 28 RFP Section: 7.2.2.E

Question: Requirement is for up to 100 feet of coaxial cable for control stations. Please state quality reference or performance specification for coax cable. (Submitted: Jun 7, 2016 4:24:13 PM EDT)

Answer- Control station cables should be 1/2" LDF plenum rated cable with associated RF surge suppression, ground kit, and mounting hardware. This is reflected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 29 RFP Section: N/A

Question: Please provide the scheduled dates for planned demonstrations. (Submitted: Jun 7, 2016 4:25:22 PM EDT)

Answer- Plans are being made for the demonstrations, but the scheduled date will not be known until after the RFP bid end date deadline. (Answered: Jul 18, 2016 7:59:42 AM EDT)

Question 30 RFP Section: Evaluation Criteria 4.0

Question: The evaluation criteria includes 5 points for “Workload of the firm†. Please indicate how you plan to calculate “Workload of the firm†. Also, please describe how this benefits or affects Broward County and the selected company’s deployment efforts once the commitment to deploy within a specified time is made?

(Submitted: Jun 7, 2016 4:26:26 PM EDT)

Answer- Each Evaluation Committee Member will evaluate and allocate up to 5 points in regards to how much recent, current and projected work the firm has retained. This criteria will aid Broward County by indicating whether the firm can adequately manage a large project. Refer to Evaluation Criteria, question number four (4). (Answered: Jun

14, 2016 10:44:46 AM EDT)

Question 31 RFP Section: Evaluation Criteria 4.0

Question: The evaluation criteria includes 5 points for location. During the mandatory pre-bid meeting of May 17th, the county representative said that these 5 points would be given to a company if the company’s

Headquarters were located in Broward County. Please confirm that “Headquarters†means a firm’s

Corporate Headquarters. (Submitted: Jun 7, 2016 4:27:42 PM EDT)

Answer- Yes, Headquarters means the firm's Corporate Headquarters. (Answered: Jun 9, 2016 4:06:18 PM EDT)

Question 32 RFP Section: N/A

Question: Please provide radio traffic statistics for the current radio system during normal operation and busy hour to see how radio traffic was affected under real situations. (Submitted: Jun 7, 2016 4:28:25 PM EDT)

Answer- The current radio system traffic does not consider future loading, and is therefore not an accurate measure of system performance. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 33 Section 3.3 System Configuration

3.3.3 Grade of Service (GoS) – Trunked System B. The system shall meet a GoS of 1 percent, with 90 percent of units that are placed in queue receiving a channel grant within two seconds. Vendors shall use the following information in developing their design: 1. Assume 4,772 active users on the system 2. Assume 5 calls per unit per hour 3. Assume a 4 second call duration. 4. If the Vendor’s proposed system contains multiple subsystems or cells, an additional loading increase

shall be included to account for calls that involve talkgroups on two or more cells. Vendors shall provide calculations and explain justifications. Question: In reference to the item 3 above “Assume a 4 second call duration†, does this call duration represent the actual audio time without any call setup time included? (Submitted: Jun 7, 2016 4:28:58 PM EDT)

Answer- This represents the actual call audio time. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 34 Section 10.3.C – System Staging 3. The microwave subcontractor must make accommodations to stage its equipment at the P25 Vendor’s

facility, to allow staging of the complete radio and backup system simultaneously. Question: Would it be acceptable for the microwave MPLS network equipment to be staged at the Motorola Solutions facility (CCSi) without the complete microwave RF radio equipment? (Submitted: Jun 7, 2016 4:29:54 PM

EDT)

Answer- The full system must be configured at staging, including microwave MPLS and RF components. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 35 How many dispatch consoles will be dedicated for training? (Submitted: Jun 7, 2016 4:30:55 PM EDT)

Answer- The Vendor will be responsible for providing a local training facility at the Vendor's expense with a minimum of 20 dispatch positions. The training shall be conducted on a 24/7 basis to account for all Broward County dispatch shifts. There shall be a ratio of one student per dispatch console position. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 36 RFP Section:1.2, 1.4.A.2

Question: Requirement is for dispatch consoles and Motorola PremierOne CAD system to interface with the paging and FSA systems. System overview implies a requirement for vendor to furnish new UHF alphanumeric simulcast paging transmitters and a UHF fire station alerting system. Please clarify whether new UHF paging and fire station alerting subsystems are required as part of the procurement under Bid R1422515P1. If so, please provide full technical requirements including features, functions, and RF coverage. If new paging and FSA subsystems are not required under the Bid, please identify any need to interface to existing paging and FSA subsystems along with full technical descriptions and interface requirements. (Submitted: Jun 7, 2016 4:34:51 PM EDT)

Answer- The paging and FSA systems are not part of this procurement. The reference has been removed. (Answered: Jun

29, 2016 12:57:46 PM EDT)

Question 37 RFP Section: Bid Comments (Scope, Item 1), 1.3.C

Question: Scope Item 1 on RFP Page 2 requires a 700 MHz P25 Phase II System) to replace the County’s

existing 800 MHz Motorola SmartZone System while RFP Section 1.3.C requires a standalone 700/800 MHz, P25 DMM Phase I and Phase II trunked, simulcast system. Can the primary P25 trunked system be limited to one frequency band or must it be composed of both 700 and 800 MHz channels? (Submitted: Jun 7, 2016 4:36:46 PM EDT)

Answer- There are 20 700 MHz frequencies available to Broward County. If more than 20 frequencies are required, than it is likely 800 MHz frequencies utilized on the County's existing system will be required. (Answered: Jun 23, 2016

9:04:21 AM EDT)

Question 38 RFP Section:1.3.D

Question: Requirement is for a 4-site P25 Phase II, 7-channel fixed simulcast backup network supporting both voice and data. Please advise the frequency band of operation for the backup P25 trunked system. (Submitted: Jun

7, 2016 4:37:33 PM EDT)

Answer- Designs must account for either 700 MHz or 800 MHz frequencies based on frequency availability. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 39 RFP Section: 4.1.E

Question: Requirement is that the dispatch console system seamlessly integrate with the City of Fort Lauderdale’s Motorola P25 system and that the interface may be accomplished through CSSI or other

means that satisfy all identified requirements. Harris utilizes a virtualized CSSI within its ISSI interface. Does the Motorola hosted master site located at Motorola’s facility in Plantation, Florida provide the necessary ISSI interface to accommodate an interface to a

Harris ISSI? (Submitted: Jun 7, 2016 4:38:22 PM EDT)

Answer- It should be assumed that the Motorola Hosted Master Site will support the ISSI/CSSI connection at the time of system deployment. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 40 RFP Section: 4.5

Question: Requirement is for: The outputs from the console equipment shall be capable of being connected to the agency’s current replay

recording equipment. Please identify the existing replay equipment. A logging recorder link that will support a direct connection without requiring a conventional interface. Please identify each voice logging recorder to which vendor must link trunked and conventional audio resources and dispatch operator positions. To achieve a more efficient interface between the new trunked radio systems and the logging recorder, would the County accept new digital logging recorders in place of the County’s existing recorders? (Submitted: Jun 7, 2016

4:40:21 PM EDT)

Answer- A new digital logging recorder will not be accepted. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 41 Question: It is our expectation that the answers to these questions will have a significant impact on the system

design and the time required to complete a proposal. Therefore, Harris kindly requests that a 4 week extension be granted by Broward County. Such extension would go along with the 12 week period for proposal completion communicated during the RFQ selection committee meeting of April 26th. (Submitted: Jun 7, 2016 4:41:54 PM EDT)

Answer- the request to extend the bid end date by 4 weeks will not be granted. Any need to extend the bid end date will be determined as appropriate and as to the needs of Broward County. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 42 RFP Section 3.2.1.1 Microwave Engineering

A. Vendors shall conduct physical path surveys to assure that all proposed paths meet proper clearance criteria. Question: Is it correct to assume that physical path surveys referenced are to be completed by the successful vendor and not for the proposal stage? (Submitted: Jun 13, 2016 2:34:59 PM EDT)

Answer- Physical path surveys shall be conducted by the successful vendor after award, not during the proposal stage. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 43 Section 5.7 - DC Power System F. Performance Requirements: 3. Minimum Duration of Supply – The DC power system shall provide eight hours of run-time with a 25-percent equipment growth factor. Question: Is it correct to assume that the 25% equipment growth factor means that the proposed Charger-Rectifier and Battery Plant should be sized 25% higher than the required capacity? (Submitted: Jun 15, 2016 10:26:23

AM EDT)

Answer- Yes, correct. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 44 1. Lobbyist Registration Requirement Certification

Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be

deemed non-responsive for failure to fully comply within stated time frames. Question: This form is not on Bidsync, will it be added or is considered completed from Step 1 of the 2 Step process? (Submitted: Jun 15, 2016 8:09:35 PM EDT)

Answer- The Lobbyist Registration Requirement Certification Form has been added in an Addendum. (Answered: Jun 29,

2016 12:57:46 PM EDT)

Question 45 With regard to the requirement for backup radio systems that appears on page 10 section 1.2, page 12

paragraph D and page 24 section 2, which four (4) of the 12 sites listed as mandatory in Appendix B are the intended sites for these secondary systems? (Submitted: Jun 17, 2016 10:05:28 AM EDT)

Answer- The four sites listed in Column J of Appendix B. These include Core, Coconut Creek, Davie, and Channel 2. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 46 Section 5.3.F.3

The roof shall withstand the impact of ice falling from the adjacent tower without suffering any damage, or shall otherwise be protected from such damage. The Vendors shall describe in their proposals how this requirement will be met. Question: Please confirm the requirements for the Shelters per Section 5.3.F.3 to be a requirement of the specification. (Submitted: Jun 22, 2016 6:36:41 PM EDT)

Answer- While falling ice is not likely to be experienced, the requirement is intended to account for other falling objects or projectiles. The requirement remains. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 47 Section 7.3.2.A.3

The County has requested maintenance pricing to cover ‘Accidental Damage Replacement’ of subscriber

radios. a) Can the County please further define ‘Accidental Damage’ so respondents have a clear understanding

of what to include and b) Since there is not a specific line item in the price pages for Accidental Damage, are respondents to include this price in the overall maintenance pricing or provide it as a separate line item? (Submitted: Jun 24, 2016 8:29:35 AM EDT)

Answer- Accidental damage shall include any damage caused to the radio that impairs operation that is not directly the result of a manufacturer defect. The 'Accidental Damage' warranty plan shall cover the repair or replacement of these units as required. An updated pricing sheet has been provided for the Accidental Damage option. (Answered: Jul 11, 2016 3:25:05 PM

EDT)

- This will be addressed through an Addendum. (Answered: Jul 12, 2016 7:05:44 AM EDT)

Question 48 During the site surveys, Broward County indicated that it could provide a Tower Loading Analysis to vendors.

Can the County please provide this analysis for the existing towers? (Submitted: Jun 24, 2016 8:40:22 AM EDT)

Answer- Structural analyses shall be provided to the selected vendor after contract award. (Answered: Jul 11, 2016 3:25:05

PM EDT)

- According to the Project Manager, “County providing the proposers with data that is outdated and/or incomplete is not in the best interest of the County or the proposers… . the information the proposers are seeking, tower load analysis, is irrelevant for the proposers to provide a bid.†(Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 49 Section 4.3, Pg. 50

“B. The console system shall support a minimum of 24 conventional resources interfaced to the radio backhaul network through conventional gateways at each of the three PSAPs (72 conventional resources total). The conventional resources need to be available to the consoles in the event of a loss of wide-area trunking.â€

Please be more specific about the nature of the conventional resources. In B above the ask is for a minimum of 24 conventional resources but afterwards 72 conventional resources are described. (Submitted: Jun 24, 2016 8:41:44

AM EDT)

Answer- There are to be 24 conventional resources at each of the three regional dispatch centers, providing 72 total conventional resources. The conventional gateway needs to support Analog, Digital and IP Interface to conventional resource. Analog: The analog interface needs to support the following: • 2-Wire input/output • 4-Wire • VOX and Carrier Operated Relay (COR) • PTT Relay Output • Line Operated Busy Light (LOBL) Detectors • Analog Logging Output • Secure/Clear Call input The interface needs to support the following types of conventional channels: • R1, T1R1, T2R2, T4R4, T4R4, T8R8, T12R12, T14R14, T16R16 • MDC1200 • P25 Conventional The interface needs to support the following types of control: • E&M Control • Tone Remote Control (TRC) • Digital Control via IP Link (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 50 Section 2.5.1

This section asks for coverage maps in hard copy format. Does the vendor need to ship hard copies of the maps in addition to uploading the PDFs to BidSync? If so, please advise where to ship to and how to mark the packaging. (Submitted: Jun 24, 2016 8:43:12 AM EDT)

Answer- Soft copies submitted through BidSync will be acceptable for proposal purposes. Soft and hard copies will be required from the selected vendor after contract award based on final County approved system design. (Answered:

Jul 11, 2016 3:25:05 PM EDT)

Question 51 Section 2.5 and 2.5.2

Section 2.5.C.2 requests audio files in .wav or .mp3 files. Section 2.5.2.C requests antenna pattern files in EDX or PLANET formats. Given this is an electronic proposal only and items like this are typically provided on CD or jump drive, how would the County like Vendors to provide these files? (Submitted: Jun 24, 2016 8:44:31 AM EDT)

Answer- Vendor should upload the files in BidSync. At the County's request, vendor shall provide the files within three business days. This has been addressed in an Addendum (Answered: Jul 15, 2016 11:00:03 AM EDT)

Question 52 Could the County please provide a list of service codes that Broward County wishes to use that support the

CBE goals for this procurement? (Submitted: Jun 24, 2016 8:44:56 AM EDT)

Answer- OESBD will be having a meet and greet with eligible firms to network with potential bidders. This meeting is being coordinated by OESBD and is being held on 7/12/2016, 3:30-4:30PM, Broward County Government Center 115 S Andrews Avenue, RM 302, Ft. Lauderdale, FL 33301. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- Broward County does not provide a list of service codes regarding CBE goal requirements for solicitations. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 53 Section 6.7 DC Power System

F. Performance Requirements 3. Minimum Duration of Supply – The DC power system shall provide eight hours of runtime with a 25-percent equipment growth factor. Question: Eight hours of runtime for the P25 base stations will require significant space and significant weight for battery plants assuming that it is sized for full load (all trunked stations transmitting) plus 25% growth factor. For sizing the DC Power system, are we to assume that all voice trunking stations are continuously transmitting? If not, what would be the duty cycle to assume for the trunked voice channels (i.e. 50% transmit / 50% receive)? Traditional designs are configured for 2 hours of battery back up, mainly because if there is a generator failure, equipment is probable to fail from over heating. Is the County open to adjusting the time requirement for the back up battery systems? (Submitted: Jun 24, 2016 5:07:35 PM EDT)

Answer- Regarding Section 5.7, DC Power System; Vendors should assume a 50% average repeater usage (transmit and receive) for 8 hour DC runtime calculations. Vendors must also ensure 4 hours of DC runtime under 100% load. The County understands the space and weight requirements. These factors should be considered within the proposals. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This has been addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 54 In order for Harris to comply with the Broward County RFP request to demonstrate CAD interface with Motorola

PremierOne CAD to pass radio user data between systems, including radio unit ID, messaging, and CAD entry data, we request that Broward County please supply all PremierOne API documentation. Thank you for your consideration of this request. We look forward to your prompt response so that we can begin the middleware development process as soon as possible. (Submitted: Jun 27, 2016 1:02:07 PM EDT)

Answer- The County is not licensed to provide API data for PremierOne CAD. Vendors must demonstrate their best effort to conduct the demonstrations, and absent the ability to provide a live demonstration the vendor may provide information to the review committee to indicate their ability to meet the requirements in the specifications. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 55 In regard to the price pages supplied with the RFP (Appendix D_Pricing_Workbook for Information Only), there

are no columns for extended price calculations. Does the County want bidders to add column(s) to show the calculated extended price for items whose quantity is larger than 1? (Submitted: Jun 27, 2016 1:28:29 PM EDT)

Answer- Regarding Appendix D - Pricing Workbook for Information Only, The County is not requesting bidders to add columns to show extended pricing. (Answered: Jun 27, 2016 2:17:07 PM EDT)

Question 56 The price pages have a column for unit price and a column for discount percent. Is the unit price intended to be

the list price (before application of the discount) or the net unit price (after application of the discount). (Submitted:

Jun 27, 2016 1:29:09 PM EDT)

Answer- Regarding Appendix D - Pricing Workbook for Information Only; The unit price is intended to be the net price after application of the discount. (Answered: Jun 27, 2016 2:17:08 PM EDT)

Question 57 The list of sites provided in the RFP includes Tamarac and Deerfield. During the mandatory pre -bid meeting of May 17 it was mentioned that these sites are not to be re-used. However, this was not communicated officially through an amendment to the RFP. Can the County provide clarification regarding these two sites? (Submitted: Jun

28, 2016 7:42:12 AM EDT)

Answer- The County's existing sites in Deerfield and Tamarac are receive-only locations that will not be reused. The County is looking to build new tower sites in these general areas. It is the new sites that are reflected in the site matrix. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- For further clarification, the Deerfield and Tamarac site locations listed in Appendix B - Site Information are not the County's existing receive-only locations. (Answered: Jul 25, 2016 11:32:51 AM EDT)

Question 58 Question: Requirement is for DC power system to provide -24/ -48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. (Submitted: Jun 29, 2016 1:25:17 PM EDT)

Answer- Please see response to question 26. These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 59 Jun 07, 2016 4:22:20 PM EDT

Question: Requirement is for DC power system to provide -24/-48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. "Answer - Jun 23, 2016 9:17:49 AM EDT These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level." ---Updated Question: In reference to the answered question, is 1 for N redundancy also required for these supplemental voltages of +12vdc, -24vdc and 120vac? (Submitted: Jun 29, 2016 2:21:17 PM EDT)

Answer- N+1 redundancy is required for all voltage levels. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 60 Coordinates given for Hard Rock in the RFP do not clearly identify the intended structure. There appears to be

three structures that make up the Hard Rock complex. There are buildings to the Northwest, Southwest and Southeast in the complex. Please identify which building in the Hard Rock complex is intended for use as the Hard Rock radio site. (Submitted: Jun 30, 2016 12:20:18 PM EDT)

Answer- The coordinates correspond to planned new construction. The coordinates provided should be utilized. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 61 4.5. VOICE LOGGER OUTPUT

The Vendor shall identify within its proposal all replay requirements necessary to complete the interface. Question: In addition to the API cost, is it the intent of the County for the respondents to include pricing of all necessary replay requirements (including additional server hardware, other recording license additions and the services) or just identify all necessary replay requirements to complete the interface? (Submitted: Jun 30, 2016

3:32:54 PM EDT)

Answer- The vendor shall work with Replay Systems Inc. to obtain a quote for hardware and software needed to upgrade or replace existing logging recorder in order to be able to record the radio system talkgroups, conventional resources and dispatch consoles audio. For the radio vendor, the pricing should include at a minimum: server, firewall, and software licenses needed to pull the audio from the radio network and interface to the Logging system at both Central Dispatch and North Dispatch. For the Replay quote, it should included at a minimum the following (QTY to be defined by Replay): 1) VPI P25 Interface; 2) P25 API; 3) P25 Codec (one required per 32 Channels); 4) Cost to upgrade or replace existing logging recorder; 5) Installation and configuration (need to support pretest and cutover); 5) Extended Hardware and Software Support for years 2 thru X. (Answered: Jul 11,

2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 62 RFP Section 4.5

1. Please describe by make and model/version the existing replay recorders located at dispatch positions and the system logging recorders with which vendors are being asked to interface. 2. Please provide the contact information of the manufacturer representative and/or service group that provides follow-on sales and service to the existing logging recorder and the replay recorders. (Submitted: Jul 1, 2016 10:02:36

AM EDT)

Answer- #1 Vendor to contact Replay Systems, Inc. for existing logging system information. #2 Eddie Guererri Vice President Sales and Customer Support Replay Systems, Inc. 6555 NW 9th Avenue | Suite 105 Fort Lauderdale, FL 33309 T 954-267-9199 | TF 800.722.3472 F 954.267.9184 (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 63 The Specifications for the RFP reference the EOC one time in regards to being a microwave site. Does the

County require the EOC to be included in the new microwave design? (Submitted: Jul 1, 2016 1:11:08 PM EDT)

Answer- Yes, the EOC is to be a microwave only site. Appendix D has been updated with the information for the EOC site. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed through an Addendum. (Answered: Jul 12, 2016 7:05:44 AM EDT)

Question 64 2.6.7. Backup and Interoperability Systems

D. Vendors shall propose a mobile communications trailer with the following elements: 1. Appropriately sized vehicle for towing the proposed trailer Question: Please identify if the County requires the vehicle's price included in the proposal or only the specifications of a vehicle to tow the trailer? (Submitted: Jul 1, 2016 1:12:14 PM EDT)

Answer- The vehicle's price must be included in the proposal. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 65 With the recent addition of the Hard Rock Site location requirement, for a Prime Site, will County provide contact

information to the Vendors? (Submitted: Jul 1, 2016 1:15:28 PM EDT)

Answer- Contact information will be provided to the selected vendor. Vendors should assume sufficient space and power will be available. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- The contact for the Hard Rock site location is: Bobby Brown, Seminole Tribe of Florida Network Administrator, Phone Number: 954-966-6300 x11340, E-mail: [email protected]. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 66 Is there a requirement in the emergency communications trailer for Radio Dispatch Operator position or

positions? (Submitted: Jul 1, 2016 3:47:59 PM EDT)

Answer- There is no requirement for a dispatch console position in the communications trailer (Answered: Jul 13, 2016

11:42:45 AM EDT)

Question 67 CBE Goal

The RFP states that the Vendor shall only address the base solicitation amount for CBE goal participation. Can the County further elaborate on what is defined as the base solicitation in terms of the CBE calculation? (Submitted:

Jul 8, 2016 11:48:49 AM EDT)

Answer- As stated in the Office of Economics and Small Business Requirements: CBE Goal Participation, C., "The Vendor shall address the base solicitation amount for the CBE goal participation. No alternate/optional item(s) shall be addressed...". The Base solicitation amount is interpreted to be Line Item numbers R1422515P1-01-01 through R1422515P1-01-09 in the Item Response Form. There are no alternate or optional line items in in the Item Response Form for this solicitation. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 68 Does the County already have agreements to use/occupy the FDOT site that is shown as a non -existing 800 MHz site? Or, does the vendor bear any responsibility in securing the approval to use this site and, if so, to what degree? For the FDOT site, please provide the County’s contact for the purpose of arranging a site survey. (Submitted:

Jul 8, 2016 11:50:07 AM EDT)

Answer- The County has not made significant progress to date in securing the FDOT site, and is also evaluating other sites in the area. Therefore, we do not have contact information at this time. It is expected that the vendors will make reasonable assumptions for candidate sites or other sites proposed by the vendors that cannot be surveyed. The County notes that the FDOT site is a candidate site, and vendors have the discretion to either use this site or not within their designs. Vendors may reach out to the site owners of candidate sites directly if they wish to conduct surveys. (Answered: Jul 15, 2016 8:22:06 AM EDT)

Question 69 Can the County please provide scoring details or evaluation criteria for the demonstrations so vendors

understand how the demos will be evaluated? (Submitted: Jul 8, 2016 12:45:51 PM EDT)

Answer- The Demonstration Requirements document will be provided to the Evaluation Committee for their review. (Answered: Jul 13, 2016 11:42:45 AM EDT)

Question 70 Coverage testing will be performed per TSB -88.3-D in all accessible test tiles as defined by the grid definitions in the RFP Section 10.6.B.4.b.ii. We define accessible as any land tile containing roads that are identified in the 2015 US Census Bureau’s

Tiger Road Database and is classified as: Primary Secondary Local Ramp Service Drive Vehicular Trail Private Service Road (if accessible) Tiles that are not land accessible but may be accessed via watercraft will also be included in the test. Does the County agree with these definitions? (Submitted: Jul 8, 2016 1:25:37 PM EDT)

Answer- While the County tends to agree with these requirements, the more broad definition defined in TSB-88.3-D of "Accessible test tiles" will be maintained in the specifications. Tiles that are accessible via watercraft (airboat, boat, etc.) shall be considered accessible, including areas over the Everglades. These areas shall be tested consistent with the County’s coverage requirements. (Answered: Jul 15, 2016 8:22:06 AM EDT)

Question 71 Part 1 of 3

LAW OFFICES MOSKOWITZ, MANDELL, SALIM & SIMOWITZ, P.A. 800 CORPORATE DRIVE, SUITE 500 FORT LAUDERDALE, FLORIDA 33334 July 8, 2016 Jose De Zayas, Project Manager Michael Mullen, Purchasing Agent Re: Broward County Solicitation #R1422515P1, Public Safety Radio APCO Project 25 700 MHz Communication System (the “Solicitation†) Gentlemen: This firm represents Harris Corporation (“Harris†) with respect to the above-referenced Solicitation. As we are aware that the Cone of Silence is in effect with respect to this Solicitation, we address this letter to you both in accordance with Mr. Mullen’s prior email to Harris and Section J of the Solicitation’s Special Instructions

to Vendors. Should this letter be addressed to any other person, we ask that you forward it accordingly and advise us as well for any future communications. In light of the importance of the public safety implications of this Solicitation, on behalf of Harris we write to request that Broward County provide a four week extension of the current July 8, 2016 deadline for the submission of questions, and a six week extension of the current submission deadline of August 3, 2016. We believe such an extension is in the best interests of the County, its residents and all interested vendors to ensure that complete and accurate, technically feasible, proposals are submitted in conformance with the requirements of the Solicitation. (Submitted: Jul 8, 2016 3:25:46 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- A two week extension from August 3, 2016 to August 17, 2016 for a submission deadline has been determined to be appropriate. The question and answer period will not be extended as requested. (Answered: Jul 26, 2016

3:17:40 PM EDT)

Question 72 Part 2 of 3

In particular, we note that some 70 questions have been submitted to date concerning the technical specifications of the Solicitation, and 24 of those questions remain unanswered as of this writing. The unanswered questions pose issues of tremendous concern with respect to the ability to properly design the required system and implement the same. For instance, the Solicitation requires the vendor to demonstrate a proper interface of the radio system and the CAD system. Technical questions regarding the existing proprietary CAD system have not been answered, nor relevant documentation provided to design and implement the proper interface. Further, there is insufficient information provided as to the availability of certain tower sites and the loading capacity of tower sites. The tower questions presented and documentation requested is critical to the appropriate design of the system to provide the required coverage. We also note that the City of Fort Lauderdale recently issued, on June 30, 2016, its Solicitation 769-11783, Enhanced 911 Public Safety Answering Point (PSAP) Implementation (the “RLI†). This Request for Letters of Interest concerns the process and phases necessary for the City to realize a fully functional Enhanced 911 (E911) Public Safety Answering Point (PSAP) with a focus on Next Generation (NG911) Capabilities. The City had joined the Broward County Consolidated Regional E911 Communications System in August of 2014, but now appears to be seeking its own solution in light of “ongoing issues with the regional system.†In light of the Solicitation’s County-wide application, Harris is very concerned as to what, if any, impact the City’s RLI will

have on the systems and processes to be designed, the areas to be covered and any changes to the overall scope of the Solicitation. (Submitted: Jul 8, 2016 3:26:43 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- As of July 18, all questions have been answered. Regarding tower loading, please see response to question 48. The City of Ft. Lauderdale's solicitation, Enhanced 911 Public Safety Answering Point (PSAP) Implementation, has no impact on any of the specifications or plans regarding Broward County's current solicitation RFP R1422515P1. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 73 Part 3 of 3

Finally, Harris understands the significant importance of supporting companies based in Broward County and will be engaging local companies as part of its project team. The vendor fair now scheduled for July 12 will introduce a number of new vendors to Harris that will help it meet the CBE criteria set forth in the Solicitation. While Harris will make every effort to evaluate the companies identified as potential partners for this project, the proposal deadline of August 3rd will not provide enough time to thoroughly appraise and validate these potential vendors as well as to get the subcontract proposals and inputs for their portions of the project. To Harris, a sound deployment of the P25 radio system for the County is its top priority, so the companies engaged must meet both Harris’ and the County’s high standards.

For the aforesaid reasons, we respectfully request that the County extend the current July 8, 2016 deadline for the submission of questions for four weeks, and the current submission deadline of August 3, 2016 for an additional six weeks. The provision of this extension will ensure that all vendors can submit complete proposals that meet and exceed all of the Solicitation’s technical, CBE and other specifications.

Very truly yours, _/s/ William G. Salim, Jr. WILLIAM G. SALIM, JR. WGS/cl cc: Client (Submitted: Jul 8, 2016 3:27:12 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- Broward County is pleased that the July 12, 2016 Office of Economic and Small Business Development Meet and Greet time was a success in bringing potential subcontractors and proposers together. As stated earlier question and answer 71, the question and answer period will not be extended as requested. The extension for submission deadline has been extended to August 17, 2016. We believe that this is a sufficient time for proposers to submit their responses. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 238

5

6

Question and Answers for Bid #R1422515P1 - Public Safety Radio APCO Project 25 700MHz Communication System

Overall Bid Questions

Question 1 Will the County provide an assigned storage facility or will this be the vendor's responsibility during Installation

Phase? (Submitted: May 16, 2016 5:44:32 PM EDT)

Answer- Please clarify the question by being more specific. (Answered: May 19, 2016 11:55:07 AM EDT)

- The Vendor will be responsible for providing storage for any equipment that is shipped prior to installation. The Vendor shall be liable for all equipment while it is housed at their storage facility. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 2 A. 1. Primary Trunked System

Last sentence: “A secondary simulcast cell or multicast site will be acceptable for coverage over the Everglades.â€

Question: What is the approximate expected traffic loading for this rural area/ Everglades? (Submitted: May 16, 2016

5:46:09 PM EDT)

Answer- Proposers should provide 10 talkpaths (6 RF channels) to cover the Everglades. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 3 Section 8.1 8.1. Overview, Section A

Question: Can the county provide a quantity breakdown for Portable and Mobiles based on the following: -Portable Radios -Remote Mobiles -Dual Head Mobiles -Dash Mobiles -Fire Truck Mobiles -Ambulance Mobiles -Boat Mobiles (Submitted: May 16, 2016 5:51:31 PM EDT)

Answer- A specific breakdown of portable and mobile radios by installation configuration is not available. It is noted that portable and mobile radio costs are not factored as part of the scoring, and user agencies will be responsible for purchasing radios directly. Pricing information should be provided for the full range of installation configurations offered by the proposer with the specific installation costs for each. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 4 Section 11.6 Coverage Testing, Section B. CATP

iv). A grid will be considered a “fail†if the outbound signal is measured at a BER greater than or equal to two percent. Question: Two percent (2.0%) is a DAQ3.4 for FDMA. DAQ3.4 for TDMA outbound is 2.4%. Should this read: A grid will be considered a “fail†if the outbound signal is measured at a BER greater than 2.4 percent. (Submitted:

May 16, 2016 5:53:12 PM EDT)

Answer- The County requires BER testing conducted at a failure rate of 2%. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 5 Section 8 Training Questions:

1. Dispatch Consoles: Is county seeking supervisor or user training? How many students will be trained? 2. Does the County prefer the Train-the-Trainer approach for Subscriber radio training? 3. How many students need Subscriber training? 4. How many Maintenance Technicians need training? 5. How many Technical Radio Managers need training? (Submitted: May 16, 2016 5:54:51 PM EDT)

Answer- 1. The County is seeking both supervisor and user training. An estimated 500 individuals will require training. 2. Train the trainer will be the best approach for the end user radios (portable/mobile). 3. An estimated 200 individuals will require mobile/portable training. 4. An estimated 12 maintenance technicians will require training. 5. An estimated 6 Radio Managers will require training. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 6 Section 3.0 Backhaul Network

3.2.1- Minimum Requirements Section G “Redundant landline-based Ethernet connectivity shall be provided to all critical infrastructure locations (system controllers, prime controllers, dispatch locations) as well as the EMS, Coconut Creek, Channel 2, and Davie locations identified in Appendix B. Radio backhaul must seamlessly route and self-heal between the combined microwave and landline network.â€

Question: Is this requirement to just provide an estimated cost for the leased landline connectivity or is it to be priced into the on-going maintenance of the system? (Submitted: May 16, 2016 5:56:32 PM EDT)

Answer- The County does not desire cost estimates for leased circuits. The County will be responsible for securing the leased circuits to provide the backhaul transport. The Vendor will be responsible for interfacing those links with the MPLS backhaul system and ensuring that the traffic can seamlessly route between the microwave and landline circuits. Vendors should factor in the costs of any maintenance required for equipment needed to interface with the landline connections within their proposals. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 7 Section 3.0 Backhaul Network

3.2.1- Minimum Requirements H Capacity (Part 3) Question: Since the current system is TDM based, please provide a T1 channel plan that will be required to be supported by the new microwave. (Submitted: May 16, 2016 5:57:45 PM EDT)

Answer- A copy of the T1 channel plan will be provided on BidSync. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 8 Section 2.0 Radio Communications System Requirements

2.6.7 Backup and Interoperability Requirements, D “Vendors shall propose a mobile communications trailer with the following elements:â€

Question: Is there any requirement to provide working space for personnel within the equipment area of the trailer? (Submitted: May 16, 2016 5:58:37 PM EDT)

Answer- The trailer should include seated workspace for one technician. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 9 Does Broward County have existing County owned facilities that have available space to support the storage of

equipment during the implementation period? If county owned storage space is available for use by the vendor during implementation then the cost to rent temporary storage would not be added to the project and ultimately incurred by the County. (Submitted: May 23, 2016 2:59:41 PM EDT)

Answer- The Vendor will be responsible for providing storage for any equipment that is shipped prior to installation. The Vendor shall be liable for all equipment while it is housed at their storage facility. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 10 B. The system shall meet a GoS of 1 percent, with 90 percent of units that are placed in queue receiving a

channel grant within two seconds. Vendors shall use the following information in developing their design: 1. Assume 4,772 active users on the system 2. Assume 5 calls per unit per hour 3. Assume a 4-second call duration. 4. If the Vendor’s proposed system contains multiple subsystems or cells, an additional loading increase

shall be included to account for calls that involve talkgroups on two or more cells. Vendors shall provide calculations and explain justifications. Question: This call rate would require 40 talk paths for a 1% GOS. Since Broward County has twenty 700 MHz frequencies which could provide the maximum 36 talk paths plus the control channel for a single simulcast cell, is there going to be additional traffic information that could be used to better analyze the traffic from 4772 active units? (Submitted: May 23, 2016 3:01:45 PM EDT)

Answer- The County has reviewed the projected system loading and has reduced the number of active users to 4272. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 11 RFP Section: 2.3.2.A, 2.3.2.B, 2.3.2.C

Question: Requirement is for system expansion of 10 percent by the addition of hardware and/or software. The combiner example provided in RFP Section 2.3.2.A is for “equipped†capacity and not the capability for expansion. Is the combiner a special case and the remainder of equipment shall be “capable†of 10 percent expansion? Sections 2.3.2.B and 2.3.2.C are in conflict with each other with respect to expanding the number of simulcast cells (30 vs. 5, respectively). Additionally, these sections conflict with Section 2.3.2.A (10 percent expansion requirement) relative to sites per simulcast cell. It is requested that hardware expansion as required by the affected RFP sections be limited to 10 percent of the Vendor system design. Please distinguish between “equipped vs. “capable†expansion. (Submitted: Jun

7, 2016 3:55:18 PM EDT)

Answer- Section 2.3.2.A states that the expansion capability shall be provided "where possible", so if expansion is not possible for certain components within a vendor's proposed design than the proposal will still be compliant. The expansion capability shall be provided as "equipped" capacity. Section 2.3.2.B has been removed. The specific expansion requirements listed in section 2.3.2.C supersede the 10% requirement in 2.3.2.A, and will not be eliminated. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 12 RFP Section: 2.6.2.B

Question: Reference to APCO P25 functional requirements, features, and performance objectives should be to Section 2.2.1, not 3.2.1. (Submitted: Jun 7, 2016 3:57:19 PM EDT)

Answer- The reference has been corrected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 13 RFP Section: 2.6.2.C

Question: Requirement is for the system controller to be placed at the County’s Sunrise PSAP. No mention is

made of a location for a redundant system controller. RFP Section 2.3.1.D indicates a desire for geographically separated system controllers, simulcast controllers, and voting equipment. Please clarify the requirement for geographically redundant components. (Submitted: Jun 7, 2016 3:59:21 PM EDT)

Answer- Geographically redundant components shall not be co- located within the same building. Vendors should provide the primary system controller at the Sunrise PSAP and the backup system controller at the Coconut Creek PSAP. The primary simulcast controller should be located at the Core site a backup should be located at the Hard Rock location. This does not preclude additional backup simulcast controller locations if proposed. This has been addressed in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 14 RFP Section: 2.6.6.B.4

Question: Return loss should be specified as 14 dB corresponding to a VSWR of 1.5:1. (Submitted: Jun 7, 2016

4:01:50 PM EDT)

Answer- The return loss has been corrected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 15 RFP Section: 2.6.7.A.5

Question: Requirement for the P25 trunked backup system is the greatest level of autonomy possible from the primary trunked system. Does this level of autonomy require a separate system controller from that furnished for the primary trunked system? If so, please state redundancy requirements, if any. Also, is there any requirement to link the backup trunked system with the primary trunked system at the system level? (Submitted: Jun 7, 2016 4:08:40

PM EDT)

Answer- A separate system controller is not required (single system ID). The backup system should have an independent simulcast controller with connected to both the primary and backup system controllers. (Answered:

Jun 23, 2016 9:04:21 AM EDT)

Question 16 RFP Section: 2.6.7.C

Question: Requirement is for a “narrowband†analog conventional simulcast repeater system for certain NPSPAC interoperability channels. NPSPAC is not narrowband but an offset channel methodology. For analog voice, NPSPAC emission would represent reduced bandwidth relative to standard wideband emission e.g. 14K0F3E vs. 16K0F3E, “occupied bandwidth.†Please clarify County’s required bandwidth for analog

NPSPAC operations. (Submitted: Jun 7, 2016 4:10:01 PM EDT)

Answer- The "narrowband" reference has been replaced with "wideband" in an Addendum. The channels shall operate with a 20K0F3E emission consistent with the NIFOG. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 17 RFP Section: 2.6.7.D.5

Question: Requirement for mobile communications trailer includes two 700 MHz repeaters operating in the P25 conventional mode. Are the repeaters to be single- or multi -channel? How are the repeaters to be controlled? (Submitted: Jun 7, 2016 4:10:50 PM EDT)

Answer- The repeaters shall be single-frequency units. The repeaters shall default in the repeat mode and shall be controlled locally. This is reflected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 18 RFP Section: 2.7.A

Question: Requirement is for a “narrowband†analog simulcast 800 MHz conventional repeater system. Use of narrowband analog modulation is not necessary at 800 MHz and would result in less coverage in a given system compared to wide-band emissions. (Submitted: Jun 7, 2016 4:11:44 PM EDT)

Answer- The "narrowband" reference has been replaced with "wideband" in an Addendum. The channels shall operate with a 20K0F3E emission consistent with the NIFOG. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 19 RFP Section: 3.2.1.H.3

Question: County desires that new microwave system be cutover in advance of the new radio system so that it may support the legacy SmartNet system. Please provide the route map and T1 channel plan including loop switch redundancy associated with the existing Tadiran microwave system currently supporting SmartNet. (Submitted: Jun 7, 2016 4:12:35 PM EDT)

Answer- The T1 channel plan will be provided in an addendum. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 20 RFP Section:1.1, 3.2.1.H.3

Question: Is it intended that system vendor build out the replacement SmartNet T1 transport to a point of demarcation from which County will interconnect to Smartnet TenSr channel banks, Larus route switches, etc.? If so, please define the hardware interface required as a point of demarcation at each SmartNet site. (Submitted: Jun

7, 2016 4:13:58 PM EDT)

Answer- It is the intent to cutover backhaul from the existing microwave system to the new microwave system prior to the radio system cutover. The demarcation point at each radio site will be the Larus route switches. All channel banks from each remote radio site terminate at the Public Safety Building, which is not currently planned for connectivity on the new microwave system. As part of the microwave cutover plan, the radios in the north and south microwave loops will be replaced with new microwave radios, but the existing eight (8) CM6 microwave radios between Core and PSB (4 radios at Core and 4 radios at PSB) will remain in place during the cutover to support the legacy system. These eight (8) CM6 microwave radios will be removed once the all radios users are migrated to the new P25 system. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 21 RFP Section: 3.2.1.N.5

Question: Requirement is for microwave antenna systems to be tested for low VSWR using return loss measurements. Please state minimum acceptable return loss. (Submitted: Jun 7, 2016 4:14:48 PM EDT)

Answer- VSWR of 1.5:1, and return loss of 14 dB. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 22 RFP Section: 1,9.H, 1.10.F, 5.1.F

Question: Requirement is for successful vendor to provide detailed drawings for structures and foundations sealed by a Florida P.E. at the time of the 45-day design. It is not practical to require sealed drawings for a design not yet approved by the County. Rather, tower profile drawings indicating antenna-mounting locations should be submitted at time of the 45-day design (see RFP Section 1.9.H). It is requested that the submittal of sealed drawings for new towers and tower structural analysis for existing towers be provided within 90 days from Final Design submittal such that the appropriate engineering analyses may be performed based on a County-accepted system design. (Submitted: Jun 7, 2016 4:16:46 PM EDT)

Answer- Detailed drawings for structures and foundations sealed by a Florida P.E will be permitted at the 90 day Final Design, with tower profile drawings indicating antenna-mounting locations provided at the 45-day design. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 23 RFP Section: 5.2.A.1

Question: Requirement is for vendor to update proposed solutions during negotiations if it is determined that existing towers must be replaced or modified. Whether an existing tower structure should be modified or replaced may not be known at the time of negotiation since structural analysis of existing structures will not yet have been conducted by the successful vendor. Similar to the request made in Question 13 above, is it acceptable to provide the recommendation to modify or replace following the structural analysis of existing tower structures within a 90-day period from Final Design submittal? (Submitted: Jun 7, 2016 4:18:09 PM EDT)

Answer- Recommendations to replace or upgrade a tower may be provided within a 90-day period during the Final Design submittal. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 24 RFP Section: 5.2.C.2

Question: Please clarify requirement for transmission line support to accommodate both snap-in and bolt - in cable hangers. RFP Section 2.6.6.E.1 does not permit the use of “snap-on kits.†Please resolve the conflict between RFP Sections 2.6.6.E.1 and 5.2.C.2. (Submitted: Jun 7, 2016 4:19:12 PM EDT)

Answer- The specifications have been updated in an Addendum to reflect that snap- in cable hangers are not permitted. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 25 RFP Section: 5.2.E.3, 5.3.1.5.a

Question: Harris Site Grounding and Lightning Protection Guidelines should be corrected to read AE/LZT 123 4618/1. (Submitted: Jun 7, 2016 4:21:04 PM EDT)

Answer- The reference has been updated through an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 26 RFP Section: 5.7F.2.b

Question: Requirement is for DC power system to provide -24/-48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. (Submitted: Jun 7, 2016 4:22:20 PM EDT)

Answer- These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level. (Answered: Jun 23, 2016 9:17:49 AM EDT)

Question 27 RFP Section: 7.2.1.E.2

Question: Requirement is for portable radio battery capacities of 2150, 2900, and 4200 mAh, which may be specific vendor capacities. Battery capacity by itself is not an accurate gauge of operating time. It is suggested that the County specify batteries based on portable radio operating time in accordance with the industry standard 5-5-90 duty cycle. (Submitted: Jun 7, 2016 4:23:11 PM EDT)

Answer- The specific battery capacity levels have been removed. This is reflected in an Addendum. The County desires options for various battery capacity levels for portable radios offered by each vendor. (Answered: Jun 29, 2016

12:57:46 PM EDT)

Question 28 RFP Section: 7.2.2.E

Question: Requirement is for up to 100 feet of coaxial cable for control stations. Please state quality reference or performance specification for coax cable. (Submitted: Jun 7, 2016 4:24:13 PM EDT)

Answer- Control station cables should be 1/2" LDF plenum rated cable with associated RF surge suppression, ground kit, and mounting hardware. This is reflected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 29 RFP Section: N/A

Question: Please provide the scheduled dates for planned demonstrations. (Submitted: Jun 7, 2016 4:25:22 PM EDT)

Answer- Plans are being made for the demonstrations, but the scheduled date will not be known until after the RFP bid end date deadline. (Answered: Jul 18, 2016 7:59:42 AM EDT)

Question 30 RFP Section: Evaluation Criteria 4.0

Question: The evaluation criteria includes 5 points for “Workload of the firm†. Please indicate how you plan to calculate “Workload of the firm†. Also, please describe how this benefits or affects Broward County and the selected company’s deployment efforts once the commitment to deploy within a specified time is made?

(Submitted: Jun 7, 2016 4:26:26 PM EDT)

Answer- Each Evaluation Committee Member will evaluate and allocate up to 5 points in regards to how much recent, current and projected work the firm has retained. This criteria will aid Broward County by indicating whether the firm can adequately manage a large project. Refer to Evaluation Criteria, question number four (4). (Answered: Jun

14, 2016 10:44:46 AM EDT)

Question 31 RFP Section: Evaluation Criteria 4.0

Question: The evaluation criteria includes 5 points for location. During the mandatory pre-bid meeting of May 17th, the county representative said that these 5 points would be given to a company if the company’s

Headquarters were located in Broward County. Please confirm that “Headquarters†means a firm’s

Corporate Headquarters. (Submitted: Jun 7, 2016 4:27:42 PM EDT)

Answer- Yes, Headquarters means the firm's Corporate Headquarters. (Answered: Jun 9, 2016 4:06:18 PM EDT)

Question 32 RFP Section: N/A

Question: Please provide radio traffic statistics for the current radio system during normal operation and busy hour to see how radio traffic was affected under real situations. (Submitted: Jun 7, 2016 4:28:25 PM EDT)

Answer- The current radio system traffic does not consider future loading, and is therefore not an accurate measure of system performance. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 33 Section 3.3 System Configuration

3.3.3 Grade of Service (GoS) – Trunked System B. The system shall meet a GoS of 1 percent, with 90 percent of units that are placed in queue receiving a channel grant within two seconds. Vendors shall use the following information in developing their design: 1. Assume 4,772 active users on the system 2. Assume 5 calls per unit per hour 3. Assume a 4 second call duration. 4. If the Vendor’s proposed system contains multiple subsystems or cells, an additional loading increase

shall be included to account for calls that involve talkgroups on two or more cells. Vendors shall provide calculations and explain justifications. Question: In reference to the item 3 above “Assume a 4 second call duration†, does this call duration represent the actual audio time without any call setup time included? (Submitted: Jun 7, 2016 4:28:58 PM EDT)

Answer- This represents the actual call audio time. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 34 Section 10.3.C – System Staging 3. The microwave subcontractor must make accommodations to stage its equipment at the P25 Vendor’s

facility, to allow staging of the complete radio and backup system simultaneously. Question: Would it be acceptable for the microwave MPLS network equipment to be staged at the Motorola Solutions facility (CCSi) without the complete microwave RF radio equipment? (Submitted: Jun 7, 2016 4:29:54 PM

EDT)

Answer- The full system must be configured at staging, including microwave MPLS and RF components. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 35 How many dispatch consoles will be dedicated for training? (Submitted: Jun 7, 2016 4:30:55 PM EDT)

Answer- The Vendor will be responsible for providing a local training facility at the Vendor's expense with a minimum of 20 dispatch positions. The training shall be conducted on a 24/7 basis to account for all Broward County dispatch shifts. There shall be a ratio of one student per dispatch console position. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 36 RFP Section:1.2, 1.4.A.2

Question: Requirement is for dispatch consoles and Motorola PremierOne CAD system to interface with the paging and FSA systems. System overview implies a requirement for vendor to furnish new UHF alphanumeric simulcast paging transmitters and a UHF fire station alerting system. Please clarify whether new UHF paging and fire station alerting subsystems are required as part of the procurement under Bid R1422515P1. If so, please provide full technical requirements including features, functions, and RF coverage. If new paging and FSA subsystems are not required under the Bid, please identify any need to interface to existing paging and FSA subsystems along with full technical descriptions and interface requirements. (Submitted: Jun 7, 2016 4:34:51 PM EDT)

Answer- The paging and FSA systems are not part of this procurement. The reference has been removed. (Answered: Jun

29, 2016 12:57:46 PM EDT)

Question 37 RFP Section: Bid Comments (Scope, Item 1), 1.3.C

Question: Scope Item 1 on RFP Page 2 requires a 700 MHz P25 Phase II System) to replace the County’s

existing 800 MHz Motorola SmartZone System while RFP Section 1.3.C requires a standalone 700/800 MHz, P25 DMM Phase I and Phase II trunked, simulcast system. Can the primary P25 trunked system be limited to one frequency band or must it be composed of both 700 and 800 MHz channels? (Submitted: Jun 7, 2016 4:36:46 PM EDT)

Answer- There are 20 700 MHz frequencies available to Broward County. If more than 20 frequencies are required, than it is likely 800 MHz frequencies utilized on the County's existing system will be required. (Answered: Jun 23, 2016

9:04:21 AM EDT)

Question 38 RFP Section:1.3.D

Question: Requirement is for a 4-site P25 Phase II, 7-channel fixed simulcast backup network supporting both voice and data. Please advise the frequency band of operation for the backup P25 trunked system. (Submitted: Jun

7, 2016 4:37:33 PM EDT)

Answer- Designs must account for either 700 MHz or 800 MHz frequencies based on frequency availability. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 39 RFP Section: 4.1.E

Question: Requirement is that the dispatch console system seamlessly integrate with the City of Fort Lauderdale’s Motorola P25 system and that the interface may be accomplished through CSSI or other

means that satisfy all identified requirements. Harris utilizes a virtualized CSSI within its ISSI interface. Does the Motorola hosted master site located at Motorola’s facility in Plantation, Florida provide the necessary ISSI interface to accommodate an interface to a

Harris ISSI? (Submitted: Jun 7, 2016 4:38:22 PM EDT)

Answer- It should be assumed that the Motorola Hosted Master Site will support the ISSI/CSSI connection at the time of system deployment. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 40 RFP Section: 4.5

Question: Requirement is for: The outputs from the console equipment shall be capable of being connected to the agency’s current replay

recording equipment. Please identify the existing replay equipment. A logging recorder link that will support a direct connection without requiring a conventional interface. Please identify each voice logging recorder to which vendor must link trunked and conventional audio resources and dispatch operator positions. To achieve a more efficient interface between the new trunked radio systems and the logging recorder, would the County accept new digital logging recorders in place of the County’s existing recorders? (Submitted: Jun 7, 2016

4:40:21 PM EDT)

Answer- A new digital logging recorder will not be accepted. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 41 Question: It is our expectation that the answers to these questions will have a significant impact on the system

design and the time required to complete a proposal. Therefore, Harris kindly requests that a 4 week extension be granted by Broward County. Such extension would go along with the 12 week period for proposal completion communicated during the RFQ selection committee meeting of April 26th. (Submitted: Jun 7, 2016 4:41:54 PM EDT)

Answer- the request to extend the bid end date by 4 weeks will not be granted. Any need to extend the bid end date will be determined as appropriate and as to the needs of Broward County. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 42 RFP Section 3.2.1.1 Microwave Engineering

A. Vendors shall conduct physical path surveys to assure that all proposed paths meet proper clearance criteria. Question: Is it correct to assume that physical path surveys referenced are to be completed by the successful vendor and not for the proposal stage? (Submitted: Jun 13, 2016 2:34:59 PM EDT)

Answer- Physical path surveys shall be conducted by the successful vendor after award, not during the proposal stage. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 43 Section 5.7 - DC Power System F. Performance Requirements: 3. Minimum Duration of Supply – The DC power system shall provide eight hours of run-time with a 25-percent equipment growth factor. Question: Is it correct to assume that the 25% equipment growth factor means that the proposed Charger-Rectifier and Battery Plant should be sized 25% higher than the required capacity? (Submitted: Jun 15, 2016 10:26:23

AM EDT)

Answer- Yes, correct. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 44 1. Lobbyist Registration Requirement Certification

Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be

deemed non-responsive for failure to fully comply within stated time frames. Question: This form is not on Bidsync, will it be added or is considered completed from Step 1 of the 2 Step process? (Submitted: Jun 15, 2016 8:09:35 PM EDT)

Answer- The Lobbyist Registration Requirement Certification Form has been added in an Addendum. (Answered: Jun 29,

2016 12:57:46 PM EDT)

Question 45 With regard to the requirement for backup radio systems that appears on page 10 section 1.2, page 12

paragraph D and page 24 section 2, which four (4) of the 12 sites listed as mandatory in Appendix B are the intended sites for these secondary systems? (Submitted: Jun 17, 2016 10:05:28 AM EDT)

Answer- The four sites listed in Column J of Appendix B. These include Core, Coconut Creek, Davie, and Channel 2. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 46 Section 5.3.F.3

The roof shall withstand the impact of ice falling from the adjacent tower without suffering any damage, or shall otherwise be protected from such damage. The Vendors shall describe in their proposals how this requirement will be met. Question: Please confirm the requirements for the Shelters per Section 5.3.F.3 to be a requirement of the specification. (Submitted: Jun 22, 2016 6:36:41 PM EDT)

Answer- While falling ice is not likely to be experienced, the requirement is intended to account for other falling objects or projectiles. The requirement remains. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 47 Section 7.3.2.A.3

The County has requested maintenance pricing to cover ‘Accidental Damage Replacement’ of subscriber

radios. a) Can the County please further define ‘Accidental Damage’ so respondents have a clear understanding

of what to include and b) Since there is not a specific line item in the price pages for Accidental Damage, are respondents to include this price in the overall maintenance pricing or provide it as a separate line item? (Submitted: Jun 24, 2016 8:29:35 AM EDT)

Answer- Accidental damage shall include any damage caused to the radio that impairs operation that is not directly the result of a manufacturer defect. The 'Accidental Damage' warranty plan shall cover the repair or replacement of these units as required. An updated pricing sheet has been provided for the Accidental Damage option. (Answered: Jul 11, 2016 3:25:05 PM

EDT)

- This will be addressed through an Addendum. (Answered: Jul 12, 2016 7:05:44 AM EDT)

Question 48 During the site surveys, Broward County indicated that it could provide a Tower Loading Analysis to vendors.

Can the County please provide this analysis for the existing towers? (Submitted: Jun 24, 2016 8:40:22 AM EDT)

Answer- Structural analyses shall be provided to the selected vendor after contract award. (Answered: Jul 11, 2016 3:25:05

PM EDT)

- According to the Project Manager, “County providing the proposers with data that is outdated and/or incomplete is not in the best interest of the County or the proposers… . the information the proposers are seeking, tower load analysis, is irrelevant for the proposers to provide a bid.†(Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 49 Section 4.3, Pg. 50

“B. The console system shall support a minimum of 24 conventional resources interfaced to the radio backhaul network through conventional gateways at each of the three PSAPs (72 conventional resources total). The conventional resources need to be available to the consoles in the event of a loss of wide-area trunking.â€

Please be more specific about the nature of the conventional resources. In B above the ask is for a minimum of 24 conventional resources but afterwards 72 conventional resources are described. (Submitted: Jun 24, 2016 8:41:44

AM EDT)

Answer- There are to be 24 conventional resources at each of the three regional dispatch centers, providing 72 total conventional resources. The conventional gateway needs to support Analog, Digital and IP Interface to conventional resource. Analog: The analog interface needs to support the following: • 2-Wire input/output • 4-Wire • VOX and Carrier Operated Relay (COR) • PTT Relay Output • Line Operated Busy Light (LOBL) Detectors • Analog Logging Output • Secure/Clear Call input The interface needs to support the following types of conventional channels: • R1, T1R1, T2R2, T4R4, T4R4, T8R8, T12R12, T14R14, T16R16 • MDC1200 • P25 Conventional The interface needs to support the following types of control: • E&M Control • Tone Remote Control (TRC) • Digital Control via IP Link (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 50 Section 2.5.1

This section asks for coverage maps in hard copy format. Does the vendor need to ship hard copies of the maps in addition to uploading the PDFs to BidSync? If so, please advise where to ship to and how to mark the packaging. (Submitted: Jun 24, 2016 8:43:12 AM EDT)

Answer- Soft copies submitted through BidSync will be acceptable for proposal purposes. Soft and hard copies will be required from the selected vendor after contract award based on final County approved system design. (Answered:

Jul 11, 2016 3:25:05 PM EDT)

Question 51 Section 2.5 and 2.5.2

Section 2.5.C.2 requests audio files in .wav or .mp3 files. Section 2.5.2.C requests antenna pattern files in EDX or PLANET formats. Given this is an electronic proposal only and items like this are typically provided on CD or jump drive, how would the County like Vendors to provide these files? (Submitted: Jun 24, 2016 8:44:31 AM EDT)

Answer- Vendor should upload the files in BidSync. At the County's request, vendor shall provide the files within three business days. This has been addressed in an Addendum (Answered: Jul 15, 2016 11:00:03 AM EDT)

Question 52 Could the County please provide a list of service codes that Broward County wishes to use that support the

CBE goals for this procurement? (Submitted: Jun 24, 2016 8:44:56 AM EDT)

Answer- OESBD will be having a meet and greet with eligible firms to network with potential bidders. This meeting is being coordinated by OESBD and is being held on 7/12/2016, 3:30-4:30PM, Broward County Government Center 115 S Andrews Avenue, RM 302, Ft. Lauderdale, FL 33301. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- Broward County does not provide a list of service codes regarding CBE goal requirements for solicitations. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 53 Section 6.7 DC Power System

F. Performance Requirements 3. Minimum Duration of Supply – The DC power system shall provide eight hours of runtime with a 25-percent equipment growth factor. Question: Eight hours of runtime for the P25 base stations will require significant space and significant weight for battery plants assuming that it is sized for full load (all trunked stations transmitting) plus 25% growth factor. For sizing the DC Power system, are we to assume that all voice trunking stations are continuously transmitting? If not, what would be the duty cycle to assume for the trunked voice channels (i.e. 50% transmit / 50% receive)? Traditional designs are configured for 2 hours of battery back up, mainly because if there is a generator failure, equipment is probable to fail from over heating. Is the County open to adjusting the time requirement for the back up battery systems? (Submitted: Jun 24, 2016 5:07:35 PM EDT)

Answer- Regarding Section 5.7, DC Power System; Vendors should assume a 50% average repeater usage (transmit and receive) for 8 hour DC runtime calculations. Vendors must also ensure 4 hours of DC runtime under 100% load. The County understands the space and weight requirements. These factors should be considered within the proposals. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This has been addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 54 In order for Harris to comply with the Broward County RFP request to demonstrate CAD interface with Motorola

PremierOne CAD to pass radio user data between systems, including radio unit ID, messaging, and CAD entry data, we request that Broward County please supply all PremierOne API documentation. Thank you for your consideration of this request. We look forward to your prompt response so that we can begin the middleware development process as soon as possible. (Submitted: Jun 27, 2016 1:02:07 PM EDT)

Answer- The County is not licensed to provide API data for PremierOne CAD. Vendors must demonstrate their best effort to conduct the demonstrations, and absent the ability to provide a live demonstration the vendor may provide information to the review committee to indicate their ability to meet the requirements in the specifications. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 55 In regard to the price pages supplied with the RFP (Appendix D_Pricing_Workbook for Information Only), there

are no columns for extended price calculations. Does the County want bidders to add column(s) to show the calculated extended price for items whose quantity is larger than 1? (Submitted: Jun 27, 2016 1:28:29 PM EDT)

Answer- Regarding Appendix D - Pricing Workbook for Information Only, The County is not requesting bidders to add columns to show extended pricing. (Answered: Jun 27, 2016 2:17:07 PM EDT)

Question 56 The price pages have a column for unit price and a column for discount percent. Is the unit price intended to be

the list price (before application of the discount) or the net unit price (after application of the discount). (Submitted:

Jun 27, 2016 1:29:09 PM EDT)

Answer- Regarding Appendix D - Pricing Workbook for Information Only; The unit price is intended to be the net price after application of the discount. (Answered: Jun 27, 2016 2:17:08 PM EDT)

Question 57 The list of sites provided in the RFP includes Tamarac and Deerfield. During the mandatory pre -bid meeting of May 17 it was mentioned that these sites are not to be re-used. However, this was not communicated officially through an amendment to the RFP. Can the County provide clarification regarding these two sites? (Submitted: Jun

28, 2016 7:42:12 AM EDT)

Answer- The County's existing sites in Deerfield and Tamarac are receive-only locations that will not be reused. The County is looking to build new tower sites in these general areas. It is the new sites that are reflected in the site matrix. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- For further clarification, the Deerfield and Tamarac site locations listed in Appendix B - Site Information are not the County's existing receive-only locations. (Answered: Jul 25, 2016 11:32:51 AM EDT)

Question 58 Question: Requirement is for DC power system to provide -24/ -48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. (Submitted: Jun 29, 2016 1:25:17 PM EDT)

Answer- Please see response to question 26. These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 59 Jun 07, 2016 4:22:20 PM EDT

Question: Requirement is for DC power system to provide -24/-48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. "Answer - Jun 23, 2016 9:17:49 AM EDT These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level." ---Updated Question: In reference to the answered question, is 1 for N redundancy also required for these supplemental voltages of +12vdc, -24vdc and 120vac? (Submitted: Jun 29, 2016 2:21:17 PM EDT)

Answer- N+1 redundancy is required for all voltage levels. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 60 Coordinates given for Hard Rock in the RFP do not clearly identify the intended structure. There appears to be

three structures that make up the Hard Rock complex. There are buildings to the Northwest, Southwest and Southeast in the complex. Please identify which building in the Hard Rock complex is intended for use as the Hard Rock radio site. (Submitted: Jun 30, 2016 12:20:18 PM EDT)

Answer- The coordinates correspond to planned new construction. The coordinates provided should be utilized. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 61 4.5. VOICE LOGGER OUTPUT

The Vendor shall identify within its proposal all replay requirements necessary to complete the interface. Question: In addition to the API cost, is it the intent of the County for the respondents to include pricing of all necessary replay requirements (including additional server hardware, other recording license additions and the services) or just identify all necessary replay requirements to complete the interface? (Submitted: Jun 30, 2016

3:32:54 PM EDT)

Answer- The vendor shall work with Replay Systems Inc. to obtain a quote for hardware and software needed to upgrade or replace existing logging recorder in order to be able to record the radio system talkgroups, conventional resources and dispatch consoles audio. For the radio vendor, the pricing should include at a minimum: server, firewall, and software licenses needed to pull the audio from the radio network and interface to the Logging system at both Central Dispatch and North Dispatch. For the Replay quote, it should included at a minimum the following (QTY to be defined by Replay): 1) VPI P25 Interface; 2) P25 API; 3) P25 Codec (one required per 32 Channels); 4) Cost to upgrade or replace existing logging recorder; 5) Installation and configuration (need to support pretest and cutover); 5) Extended Hardware and Software Support for years 2 thru X. (Answered: Jul 11,

2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 62 RFP Section 4.5

1. Please describe by make and model/version the existing replay recorders located at dispatch positions and the system logging recorders with which vendors are being asked to interface. 2. Please provide the contact information of the manufacturer representative and/or service group that provides follow-on sales and service to the existing logging recorder and the replay recorders. (Submitted: Jul 1, 2016 10:02:36

AM EDT)

Answer- #1 Vendor to contact Replay Systems, Inc. for existing logging system information. #2 Eddie Guererri Vice President Sales and Customer Support Replay Systems, Inc. 6555 NW 9th Avenue | Suite 105 Fort Lauderdale, FL 33309 T 954-267-9199 | TF 800.722.3472 F 954.267.9184 (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 63 The Specifications for the RFP reference the EOC one time in regards to being a microwave site. Does the

County require the EOC to be included in the new microwave design? (Submitted: Jul 1, 2016 1:11:08 PM EDT)

Answer- Yes, the EOC is to be a microwave only site. Appendix D has been updated with the information for the EOC site. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed through an Addendum. (Answered: Jul 12, 2016 7:05:44 AM EDT)

Question 64 2.6.7. Backup and Interoperability Systems

D. Vendors shall propose a mobile communications trailer with the following elements: 1. Appropriately sized vehicle for towing the proposed trailer Question: Please identify if the County requires the vehicle's price included in the proposal or only the specifications of a vehicle to tow the trailer? (Submitted: Jul 1, 2016 1:12:14 PM EDT)

Answer- The vehicle's price must be included in the proposal. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 65 With the recent addition of the Hard Rock Site location requirement, for a Prime Site, will County provide contact

information to the Vendors? (Submitted: Jul 1, 2016 1:15:28 PM EDT)

Answer- Contact information will be provided to the selected vendor. Vendors should assume sufficient space and power will be available. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- The contact for the Hard Rock site location is: Bobby Brown, Seminole Tribe of Florida Network Administrator, Phone Number: 954-966-6300 x11340, E-mail: [email protected]. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 66 Is there a requirement in the emergency communications trailer for Radio Dispatch Operator position or

positions? (Submitted: Jul 1, 2016 3:47:59 PM EDT)

Answer- There is no requirement for a dispatch console position in the communications trailer (Answered: Jul 13, 2016

11:42:45 AM EDT)

Question 67 CBE Goal

The RFP states that the Vendor shall only address the base solicitation amount for CBE goal participation. Can the County further elaborate on what is defined as the base solicitation in terms of the CBE calculation? (Submitted:

Jul 8, 2016 11:48:49 AM EDT)

Answer- As stated in the Office of Economics and Small Business Requirements: CBE Goal Participation, C., "The Vendor shall address the base solicitation amount for the CBE goal participation. No alternate/optional item(s) shall be addressed...". The Base solicitation amount is interpreted to be Line Item numbers R1422515P1-01-01 through R1422515P1-01-09 in the Item Response Form. There are no alternate or optional line items in in the Item Response Form for this solicitation. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 68 Does the County already have agreements to use/occupy the FDOT site that is shown as a non -existing 800 MHz site? Or, does the vendor bear any responsibility in securing the approval to use this site and, if so, to what degree? For the FDOT site, please provide the County’s contact for the purpose of arranging a site survey. (Submitted:

Jul 8, 2016 11:50:07 AM EDT)

Answer- The County has not made significant progress to date in securing the FDOT site, and is also evaluating other sites in the area. Therefore, we do not have contact information at this time. It is expected that the vendors will make reasonable assumptions for candidate sites or other sites proposed by the vendors that cannot be surveyed. The County notes that the FDOT site is a candidate site, and vendors have the discretion to either use this site or not within their designs. Vendors may reach out to the site owners of candidate sites directly if they wish to conduct surveys. (Answered: Jul 15, 2016 8:22:06 AM EDT)

Question 69 Can the County please provide scoring details or evaluation criteria for the demonstrations so vendors

understand how the demos will be evaluated? (Submitted: Jul 8, 2016 12:45:51 PM EDT)

Answer- The Demonstration Requirements document will be provided to the Evaluation Committee for their review. (Answered: Jul 13, 2016 11:42:45 AM EDT)

Question 70 Coverage testing will be performed per TSB -88.3-D in all accessible test tiles as defined by the grid definitions in the RFP Section 10.6.B.4.b.ii. We define accessible as any land tile containing roads that are identified in the 2015 US Census Bureau’s

Tiger Road Database and is classified as: Primary Secondary Local Ramp Service Drive Vehicular Trail Private Service Road (if accessible) Tiles that are not land accessible but may be accessed via watercraft will also be included in the test. Does the County agree with these definitions? (Submitted: Jul 8, 2016 1:25:37 PM EDT)

Answer- While the County tends to agree with these requirements, the more broad definition defined in TSB-88.3-D of "Accessible test tiles" will be maintained in the specifications. Tiles that are accessible via watercraft (airboat, boat, etc.) shall be considered accessible, including areas over the Everglades. These areas shall be tested consistent with the County’s coverage requirements. (Answered: Jul 15, 2016 8:22:06 AM EDT)

Question 71 Part 1 of 3

LAW OFFICES MOSKOWITZ, MANDELL, SALIM & SIMOWITZ, P.A. 800 CORPORATE DRIVE, SUITE 500 FORT LAUDERDALE, FLORIDA 33334 July 8, 2016 Jose De Zayas, Project Manager Michael Mullen, Purchasing Agent Re: Broward County Solicitation #R1422515P1, Public Safety Radio APCO Project 25 700 MHz Communication System (the “Solicitation†) Gentlemen: This firm represents Harris Corporation (“Harris†) with respect to the above-referenced Solicitation. As we are aware that the Cone of Silence is in effect with respect to this Solicitation, we address this letter to you both in accordance with Mr. Mullen’s prior email to Harris and Section J of the Solicitation’s Special Instructions

to Vendors. Should this letter be addressed to any other person, we ask that you forward it accordingly and advise us as well for any future communications. In light of the importance of the public safety implications of this Solicitation, on behalf of Harris we write to request that Broward County provide a four week extension of the current July 8, 2016 deadline for the submission of questions, and a six week extension of the current submission deadline of August 3, 2016. We believe such an extension is in the best interests of the County, its residents and all interested vendors to ensure that complete and accurate, technically feasible, proposals are submitted in conformance with the requirements of the Solicitation. (Submitted: Jul 8, 2016 3:25:46 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- A two week extension from August 3, 2016 to August 17, 2016 for a submission deadline has been determined to be appropriate. The question and answer period will not be extended as requested. (Answered: Jul 26, 2016

3:17:40 PM EDT)

Question 72 Part 2 of 3

In particular, we note that some 70 questions have been submitted to date concerning the technical specifications of the Solicitation, and 24 of those questions remain unanswered as of this writing. The unanswered questions pose issues of tremendous concern with respect to the ability to properly design the required system and implement the same. For instance, the Solicitation requires the vendor to demonstrate a proper interface of the radio system and the CAD system. Technical questions regarding the existing proprietary CAD system have not been answered, nor relevant documentation provided to design and implement the proper interface. Further, there is insufficient information provided as to the availability of certain tower sites and the loading capacity of tower sites. The tower questions presented and documentation requested is critical to the appropriate design of the system to provide the required coverage. We also note that the City of Fort Lauderdale recently issued, on June 30, 2016, its Solicitation 769-11783, Enhanced 911 Public Safety Answering Point (PSAP) Implementation (the “RLI†). This Request for Letters of Interest concerns the process and phases necessary for the City to realize a fully functional Enhanced 911 (E911) Public Safety Answering Point (PSAP) with a focus on Next Generation (NG911) Capabilities. The City had joined the Broward County Consolidated Regional E911 Communications System in August of 2014, but now appears to be seeking its own solution in light of “ongoing issues with the regional system.†In light of the Solicitation’s County-wide application, Harris is very concerned as to what, if any, impact the City’s RLI will

have on the systems and processes to be designed, the areas to be covered and any changes to the overall scope of the Solicitation. (Submitted: Jul 8, 2016 3:26:43 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- As of July 18, all questions have been answered. Regarding tower loading, please see response to question 48. The City of Ft. Lauderdale's solicitation, Enhanced 911 Public Safety Answering Point (PSAP) Implementation, has no impact on any of the specifications or plans regarding Broward County's current solicitation RFP R1422515P1. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 73 Part 3 of 3

Finally, Harris understands the significant importance of supporting companies based in Broward County and will be engaging local companies as part of its project team. The vendor fair now scheduled for July 12 will introduce a number of new vendors to Harris that will help it meet the CBE criteria set forth in the Solicitation. While Harris will make every effort to evaluate the companies identified as potential partners for this project, the proposal deadline of August 3rd will not provide enough time to thoroughly appraise and validate these potential vendors as well as to get the subcontract proposals and inputs for their portions of the project. To Harris, a sound deployment of the P25 radio system for the County is its top priority, so the companies engaged must meet both Harris’ and the County’s high standards.

For the aforesaid reasons, we respectfully request that the County extend the current July 8, 2016 deadline for the submission of questions for four weeks, and the current submission deadline of August 3, 2016 for an additional six weeks. The provision of this extension will ensure that all vendors can submit complete proposals that meet and exceed all of the Solicitation’s technical, CBE and other specifications.

Very truly yours, _/s/ William G. Salim, Jr. WILLIAM G. SALIM, JR. WGS/cl cc: Client (Submitted: Jul 8, 2016 3:27:12 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- Broward County is pleased that the July 12, 2016 Office of Economic and Small Business Development Meet and Greet time was a success in bringing potential subcontractors and proposers together. As stated earlier question and answer 71, the question and answer period will not be extended as requested. The extension for submission deadline has been extended to August 17, 2016. We believe that this is a sufficient time for proposers to submit their responses. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 239

5

6

Question and Answers for Bid #R1422515P1 - Public Safety Radio APCO Project 25 700MHz Communication System

Overall Bid Questions

Question 1 Will the County provide an assigned storage facility or will this be the vendor's responsibility during Installation

Phase? (Submitted: May 16, 2016 5:44:32 PM EDT)

Answer- Please clarify the question by being more specific. (Answered: May 19, 2016 11:55:07 AM EDT)

- The Vendor will be responsible for providing storage for any equipment that is shipped prior to installation. The Vendor shall be liable for all equipment while it is housed at their storage facility. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 2 A. 1. Primary Trunked System

Last sentence: “A secondary simulcast cell or multicast site will be acceptable for coverage over the Everglades.â€

Question: What is the approximate expected traffic loading for this rural area/ Everglades? (Submitted: May 16, 2016

5:46:09 PM EDT)

Answer- Proposers should provide 10 talkpaths (6 RF channels) to cover the Everglades. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 3 Section 8.1 8.1. Overview, Section A

Question: Can the county provide a quantity breakdown for Portable and Mobiles based on the following: -Portable Radios -Remote Mobiles -Dual Head Mobiles -Dash Mobiles -Fire Truck Mobiles -Ambulance Mobiles -Boat Mobiles (Submitted: May 16, 2016 5:51:31 PM EDT)

Answer- A specific breakdown of portable and mobile radios by installation configuration is not available. It is noted that portable and mobile radio costs are not factored as part of the scoring, and user agencies will be responsible for purchasing radios directly. Pricing information should be provided for the full range of installation configurations offered by the proposer with the specific installation costs for each. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 4 Section 11.6 Coverage Testing, Section B. CATP

iv). A grid will be considered a “fail†if the outbound signal is measured at a BER greater than or equal to two percent. Question: Two percent (2.0%) is a DAQ3.4 for FDMA. DAQ3.4 for TDMA outbound is 2.4%. Should this read: A grid will be considered a “fail†if the outbound signal is measured at a BER greater than 2.4 percent. (Submitted:

May 16, 2016 5:53:12 PM EDT)

Answer- The County requires BER testing conducted at a failure rate of 2%. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 5 Section 8 Training Questions:

1. Dispatch Consoles: Is county seeking supervisor or user training? How many students will be trained? 2. Does the County prefer the Train-the-Trainer approach for Subscriber radio training? 3. How many students need Subscriber training? 4. How many Maintenance Technicians need training? 5. How many Technical Radio Managers need training? (Submitted: May 16, 2016 5:54:51 PM EDT)

Answer- 1. The County is seeking both supervisor and user training. An estimated 500 individuals will require training. 2. Train the trainer will be the best approach for the end user radios (portable/mobile). 3. An estimated 200 individuals will require mobile/portable training. 4. An estimated 12 maintenance technicians will require training. 5. An estimated 6 Radio Managers will require training. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 6 Section 3.0 Backhaul Network

3.2.1- Minimum Requirements Section G “Redundant landline-based Ethernet connectivity shall be provided to all critical infrastructure locations (system controllers, prime controllers, dispatch locations) as well as the EMS, Coconut Creek, Channel 2, and Davie locations identified in Appendix B. Radio backhaul must seamlessly route and self-heal between the combined microwave and landline network.â€

Question: Is this requirement to just provide an estimated cost for the leased landline connectivity or is it to be priced into the on-going maintenance of the system? (Submitted: May 16, 2016 5:56:32 PM EDT)

Answer- The County does not desire cost estimates for leased circuits. The County will be responsible for securing the leased circuits to provide the backhaul transport. The Vendor will be responsible for interfacing those links with the MPLS backhaul system and ensuring that the traffic can seamlessly route between the microwave and landline circuits. Vendors should factor in the costs of any maintenance required for equipment needed to interface with the landline connections within their proposals. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 7 Section 3.0 Backhaul Network

3.2.1- Minimum Requirements H Capacity (Part 3) Question: Since the current system is TDM based, please provide a T1 channel plan that will be required to be supported by the new microwave. (Submitted: May 16, 2016 5:57:45 PM EDT)

Answer- A copy of the T1 channel plan will be provided on BidSync. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 8 Section 2.0 Radio Communications System Requirements

2.6.7 Backup and Interoperability Requirements, D “Vendors shall propose a mobile communications trailer with the following elements:â€

Question: Is there any requirement to provide working space for personnel within the equipment area of the trailer? (Submitted: May 16, 2016 5:58:37 PM EDT)

Answer- The trailer should include seated workspace for one technician. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 9 Does Broward County have existing County owned facilities that have available space to support the storage of

equipment during the implementation period? If county owned storage space is available for use by the vendor during implementation then the cost to rent temporary storage would not be added to the project and ultimately incurred by the County. (Submitted: May 23, 2016 2:59:41 PM EDT)

Answer- The Vendor will be responsible for providing storage for any equipment that is shipped prior to installation. The Vendor shall be liable for all equipment while it is housed at their storage facility. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 10 B. The system shall meet a GoS of 1 percent, with 90 percent of units that are placed in queue receiving a

channel grant within two seconds. Vendors shall use the following information in developing their design: 1. Assume 4,772 active users on the system 2. Assume 5 calls per unit per hour 3. Assume a 4-second call duration. 4. If the Vendor’s proposed system contains multiple subsystems or cells, an additional loading increase

shall be included to account for calls that involve talkgroups on two or more cells. Vendors shall provide calculations and explain justifications. Question: This call rate would require 40 talk paths for a 1% GOS. Since Broward County has twenty 700 MHz frequencies which could provide the maximum 36 talk paths plus the control channel for a single simulcast cell, is there going to be additional traffic information that could be used to better analyze the traffic from 4772 active units? (Submitted: May 23, 2016 3:01:45 PM EDT)

Answer- The County has reviewed the projected system loading and has reduced the number of active users to 4272. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 11 RFP Section: 2.3.2.A, 2.3.2.B, 2.3.2.C

Question: Requirement is for system expansion of 10 percent by the addition of hardware and/or software. The combiner example provided in RFP Section 2.3.2.A is for “equipped†capacity and not the capability for expansion. Is the combiner a special case and the remainder of equipment shall be “capable†of 10 percent expansion? Sections 2.3.2.B and 2.3.2.C are in conflict with each other with respect to expanding the number of simulcast cells (30 vs. 5, respectively). Additionally, these sections conflict with Section 2.3.2.A (10 percent expansion requirement) relative to sites per simulcast cell. It is requested that hardware expansion as required by the affected RFP sections be limited to 10 percent of the Vendor system design. Please distinguish between “equipped vs. “capable†expansion. (Submitted: Jun

7, 2016 3:55:18 PM EDT)

Answer- Section 2.3.2.A states that the expansion capability shall be provided "where possible", so if expansion is not possible for certain components within a vendor's proposed design than the proposal will still be compliant. The expansion capability shall be provided as "equipped" capacity. Section 2.3.2.B has been removed. The specific expansion requirements listed in section 2.3.2.C supersede the 10% requirement in 2.3.2.A, and will not be eliminated. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 12 RFP Section: 2.6.2.B

Question: Reference to APCO P25 functional requirements, features, and performance objectives should be to Section 2.2.1, not 3.2.1. (Submitted: Jun 7, 2016 3:57:19 PM EDT)

Answer- The reference has been corrected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 13 RFP Section: 2.6.2.C

Question: Requirement is for the system controller to be placed at the County’s Sunrise PSAP. No mention is

made of a location for a redundant system controller. RFP Section 2.3.1.D indicates a desire for geographically separated system controllers, simulcast controllers, and voting equipment. Please clarify the requirement for geographically redundant components. (Submitted: Jun 7, 2016 3:59:21 PM EDT)

Answer- Geographically redundant components shall not be co- located within the same building. Vendors should provide the primary system controller at the Sunrise PSAP and the backup system controller at the Coconut Creek PSAP. The primary simulcast controller should be located at the Core site a backup should be located at the Hard Rock location. This does not preclude additional backup simulcast controller locations if proposed. This has been addressed in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 14 RFP Section: 2.6.6.B.4

Question: Return loss should be specified as 14 dB corresponding to a VSWR of 1.5:1. (Submitted: Jun 7, 2016

4:01:50 PM EDT)

Answer- The return loss has been corrected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 15 RFP Section: 2.6.7.A.5

Question: Requirement for the P25 trunked backup system is the greatest level of autonomy possible from the primary trunked system. Does this level of autonomy require a separate system controller from that furnished for the primary trunked system? If so, please state redundancy requirements, if any. Also, is there any requirement to link the backup trunked system with the primary trunked system at the system level? (Submitted: Jun 7, 2016 4:08:40

PM EDT)

Answer- A separate system controller is not required (single system ID). The backup system should have an independent simulcast controller with connected to both the primary and backup system controllers. (Answered:

Jun 23, 2016 9:04:21 AM EDT)

Question 16 RFP Section: 2.6.7.C

Question: Requirement is for a “narrowband†analog conventional simulcast repeater system for certain NPSPAC interoperability channels. NPSPAC is not narrowband but an offset channel methodology. For analog voice, NPSPAC emission would represent reduced bandwidth relative to standard wideband emission e.g. 14K0F3E vs. 16K0F3E, “occupied bandwidth.†Please clarify County’s required bandwidth for analog

NPSPAC operations. (Submitted: Jun 7, 2016 4:10:01 PM EDT)

Answer- The "narrowband" reference has been replaced with "wideband" in an Addendum. The channels shall operate with a 20K0F3E emission consistent with the NIFOG. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 17 RFP Section: 2.6.7.D.5

Question: Requirement for mobile communications trailer includes two 700 MHz repeaters operating in the P25 conventional mode. Are the repeaters to be single- or multi -channel? How are the repeaters to be controlled? (Submitted: Jun 7, 2016 4:10:50 PM EDT)

Answer- The repeaters shall be single-frequency units. The repeaters shall default in the repeat mode and shall be controlled locally. This is reflected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 18 RFP Section: 2.7.A

Question: Requirement is for a “narrowband†analog simulcast 800 MHz conventional repeater system. Use of narrowband analog modulation is not necessary at 800 MHz and would result in less coverage in a given system compared to wide-band emissions. (Submitted: Jun 7, 2016 4:11:44 PM EDT)

Answer- The "narrowband" reference has been replaced with "wideband" in an Addendum. The channels shall operate with a 20K0F3E emission consistent with the NIFOG. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 19 RFP Section: 3.2.1.H.3

Question: County desires that new microwave system be cutover in advance of the new radio system so that it may support the legacy SmartNet system. Please provide the route map and T1 channel plan including loop switch redundancy associated with the existing Tadiran microwave system currently supporting SmartNet. (Submitted: Jun 7, 2016 4:12:35 PM EDT)

Answer- The T1 channel plan will be provided in an addendum. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 20 RFP Section:1.1, 3.2.1.H.3

Question: Is it intended that system vendor build out the replacement SmartNet T1 transport to a point of demarcation from which County will interconnect to Smartnet TenSr channel banks, Larus route switches, etc.? If so, please define the hardware interface required as a point of demarcation at each SmartNet site. (Submitted: Jun

7, 2016 4:13:58 PM EDT)

Answer- It is the intent to cutover backhaul from the existing microwave system to the new microwave system prior to the radio system cutover. The demarcation point at each radio site will be the Larus route switches. All channel banks from each remote radio site terminate at the Public Safety Building, which is not currently planned for connectivity on the new microwave system. As part of the microwave cutover plan, the radios in the north and south microwave loops will be replaced with new microwave radios, but the existing eight (8) CM6 microwave radios between Core and PSB (4 radios at Core and 4 radios at PSB) will remain in place during the cutover to support the legacy system. These eight (8) CM6 microwave radios will be removed once the all radios users are migrated to the new P25 system. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 21 RFP Section: 3.2.1.N.5

Question: Requirement is for microwave antenna systems to be tested for low VSWR using return loss measurements. Please state minimum acceptable return loss. (Submitted: Jun 7, 2016 4:14:48 PM EDT)

Answer- VSWR of 1.5:1, and return loss of 14 dB. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 22 RFP Section: 1,9.H, 1.10.F, 5.1.F

Question: Requirement is for successful vendor to provide detailed drawings for structures and foundations sealed by a Florida P.E. at the time of the 45-day design. It is not practical to require sealed drawings for a design not yet approved by the County. Rather, tower profile drawings indicating antenna-mounting locations should be submitted at time of the 45-day design (see RFP Section 1.9.H). It is requested that the submittal of sealed drawings for new towers and tower structural analysis for existing towers be provided within 90 days from Final Design submittal such that the appropriate engineering analyses may be performed based on a County-accepted system design. (Submitted: Jun 7, 2016 4:16:46 PM EDT)

Answer- Detailed drawings for structures and foundations sealed by a Florida P.E will be permitted at the 90 day Final Design, with tower profile drawings indicating antenna-mounting locations provided at the 45-day design. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 23 RFP Section: 5.2.A.1

Question: Requirement is for vendor to update proposed solutions during negotiations if it is determined that existing towers must be replaced or modified. Whether an existing tower structure should be modified or replaced may not be known at the time of negotiation since structural analysis of existing structures will not yet have been conducted by the successful vendor. Similar to the request made in Question 13 above, is it acceptable to provide the recommendation to modify or replace following the structural analysis of existing tower structures within a 90-day period from Final Design submittal? (Submitted: Jun 7, 2016 4:18:09 PM EDT)

Answer- Recommendations to replace or upgrade a tower may be provided within a 90-day period during the Final Design submittal. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 24 RFP Section: 5.2.C.2

Question: Please clarify requirement for transmission line support to accommodate both snap-in and bolt - in cable hangers. RFP Section 2.6.6.E.1 does not permit the use of “snap-on kits.†Please resolve the conflict between RFP Sections 2.6.6.E.1 and 5.2.C.2. (Submitted: Jun 7, 2016 4:19:12 PM EDT)

Answer- The specifications have been updated in an Addendum to reflect that snap- in cable hangers are not permitted. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 25 RFP Section: 5.2.E.3, 5.3.1.5.a

Question: Harris Site Grounding and Lightning Protection Guidelines should be corrected to read AE/LZT 123 4618/1. (Submitted: Jun 7, 2016 4:21:04 PM EDT)

Answer- The reference has been updated through an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 26 RFP Section: 5.7F.2.b

Question: Requirement is for DC power system to provide -24/-48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. (Submitted: Jun 7, 2016 4:22:20 PM EDT)

Answer- These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level. (Answered: Jun 23, 2016 9:17:49 AM EDT)

Question 27 RFP Section: 7.2.1.E.2

Question: Requirement is for portable radio battery capacities of 2150, 2900, and 4200 mAh, which may be specific vendor capacities. Battery capacity by itself is not an accurate gauge of operating time. It is suggested that the County specify batteries based on portable radio operating time in accordance with the industry standard 5-5-90 duty cycle. (Submitted: Jun 7, 2016 4:23:11 PM EDT)

Answer- The specific battery capacity levels have been removed. This is reflected in an Addendum. The County desires options for various battery capacity levels for portable radios offered by each vendor. (Answered: Jun 29, 2016

12:57:46 PM EDT)

Question 28 RFP Section: 7.2.2.E

Question: Requirement is for up to 100 feet of coaxial cable for control stations. Please state quality reference or performance specification for coax cable. (Submitted: Jun 7, 2016 4:24:13 PM EDT)

Answer- Control station cables should be 1/2" LDF plenum rated cable with associated RF surge suppression, ground kit, and mounting hardware. This is reflected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 29 RFP Section: N/A

Question: Please provide the scheduled dates for planned demonstrations. (Submitted: Jun 7, 2016 4:25:22 PM EDT)

Answer- Plans are being made for the demonstrations, but the scheduled date will not be known until after the RFP bid end date deadline. (Answered: Jul 18, 2016 7:59:42 AM EDT)

Question 30 RFP Section: Evaluation Criteria 4.0

Question: The evaluation criteria includes 5 points for “Workload of the firm†. Please indicate how you plan to calculate “Workload of the firm†. Also, please describe how this benefits or affects Broward County and the selected company’s deployment efforts once the commitment to deploy within a specified time is made?

(Submitted: Jun 7, 2016 4:26:26 PM EDT)

Answer- Each Evaluation Committee Member will evaluate and allocate up to 5 points in regards to how much recent, current and projected work the firm has retained. This criteria will aid Broward County by indicating whether the firm can adequately manage a large project. Refer to Evaluation Criteria, question number four (4). (Answered: Jun

14, 2016 10:44:46 AM EDT)

Question 31 RFP Section: Evaluation Criteria 4.0

Question: The evaluation criteria includes 5 points for location. During the mandatory pre-bid meeting of May 17th, the county representative said that these 5 points would be given to a company if the company’s

Headquarters were located in Broward County. Please confirm that “Headquarters†means a firm’s

Corporate Headquarters. (Submitted: Jun 7, 2016 4:27:42 PM EDT)

Answer- Yes, Headquarters means the firm's Corporate Headquarters. (Answered: Jun 9, 2016 4:06:18 PM EDT)

Question 32 RFP Section: N/A

Question: Please provide radio traffic statistics for the current radio system during normal operation and busy hour to see how radio traffic was affected under real situations. (Submitted: Jun 7, 2016 4:28:25 PM EDT)

Answer- The current radio system traffic does not consider future loading, and is therefore not an accurate measure of system performance. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 33 Section 3.3 System Configuration

3.3.3 Grade of Service (GoS) – Trunked System B. The system shall meet a GoS of 1 percent, with 90 percent of units that are placed in queue receiving a channel grant within two seconds. Vendors shall use the following information in developing their design: 1. Assume 4,772 active users on the system 2. Assume 5 calls per unit per hour 3. Assume a 4 second call duration. 4. If the Vendor’s proposed system contains multiple subsystems or cells, an additional loading increase

shall be included to account for calls that involve talkgroups on two or more cells. Vendors shall provide calculations and explain justifications. Question: In reference to the item 3 above “Assume a 4 second call duration†, does this call duration represent the actual audio time without any call setup time included? (Submitted: Jun 7, 2016 4:28:58 PM EDT)

Answer- This represents the actual call audio time. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 34 Section 10.3.C – System Staging 3. The microwave subcontractor must make accommodations to stage its equipment at the P25 Vendor’s

facility, to allow staging of the complete radio and backup system simultaneously. Question: Would it be acceptable for the microwave MPLS network equipment to be staged at the Motorola Solutions facility (CCSi) without the complete microwave RF radio equipment? (Submitted: Jun 7, 2016 4:29:54 PM

EDT)

Answer- The full system must be configured at staging, including microwave MPLS and RF components. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 35 How many dispatch consoles will be dedicated for training? (Submitted: Jun 7, 2016 4:30:55 PM EDT)

Answer- The Vendor will be responsible for providing a local training facility at the Vendor's expense with a minimum of 20 dispatch positions. The training shall be conducted on a 24/7 basis to account for all Broward County dispatch shifts. There shall be a ratio of one student per dispatch console position. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 36 RFP Section:1.2, 1.4.A.2

Question: Requirement is for dispatch consoles and Motorola PremierOne CAD system to interface with the paging and FSA systems. System overview implies a requirement for vendor to furnish new UHF alphanumeric simulcast paging transmitters and a UHF fire station alerting system. Please clarify whether new UHF paging and fire station alerting subsystems are required as part of the procurement under Bid R1422515P1. If so, please provide full technical requirements including features, functions, and RF coverage. If new paging and FSA subsystems are not required under the Bid, please identify any need to interface to existing paging and FSA subsystems along with full technical descriptions and interface requirements. (Submitted: Jun 7, 2016 4:34:51 PM EDT)

Answer- The paging and FSA systems are not part of this procurement. The reference has been removed. (Answered: Jun

29, 2016 12:57:46 PM EDT)

Question 37 RFP Section: Bid Comments (Scope, Item 1), 1.3.C

Question: Scope Item 1 on RFP Page 2 requires a 700 MHz P25 Phase II System) to replace the County’s

existing 800 MHz Motorola SmartZone System while RFP Section 1.3.C requires a standalone 700/800 MHz, P25 DMM Phase I and Phase II trunked, simulcast system. Can the primary P25 trunked system be limited to one frequency band or must it be composed of both 700 and 800 MHz channels? (Submitted: Jun 7, 2016 4:36:46 PM EDT)

Answer- There are 20 700 MHz frequencies available to Broward County. If more than 20 frequencies are required, than it is likely 800 MHz frequencies utilized on the County's existing system will be required. (Answered: Jun 23, 2016

9:04:21 AM EDT)

Question 38 RFP Section:1.3.D

Question: Requirement is for a 4-site P25 Phase II, 7-channel fixed simulcast backup network supporting both voice and data. Please advise the frequency band of operation for the backup P25 trunked system. (Submitted: Jun

7, 2016 4:37:33 PM EDT)

Answer- Designs must account for either 700 MHz or 800 MHz frequencies based on frequency availability. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 39 RFP Section: 4.1.E

Question: Requirement is that the dispatch console system seamlessly integrate with the City of Fort Lauderdale’s Motorola P25 system and that the interface may be accomplished through CSSI or other

means that satisfy all identified requirements. Harris utilizes a virtualized CSSI within its ISSI interface. Does the Motorola hosted master site located at Motorola’s facility in Plantation, Florida provide the necessary ISSI interface to accommodate an interface to a

Harris ISSI? (Submitted: Jun 7, 2016 4:38:22 PM EDT)

Answer- It should be assumed that the Motorola Hosted Master Site will support the ISSI/CSSI connection at the time of system deployment. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 40 RFP Section: 4.5

Question: Requirement is for: The outputs from the console equipment shall be capable of being connected to the agency’s current replay

recording equipment. Please identify the existing replay equipment. A logging recorder link that will support a direct connection without requiring a conventional interface. Please identify each voice logging recorder to which vendor must link trunked and conventional audio resources and dispatch operator positions. To achieve a more efficient interface between the new trunked radio systems and the logging recorder, would the County accept new digital logging recorders in place of the County’s existing recorders? (Submitted: Jun 7, 2016

4:40:21 PM EDT)

Answer- A new digital logging recorder will not be accepted. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 41 Question: It is our expectation that the answers to these questions will have a significant impact on the system

design and the time required to complete a proposal. Therefore, Harris kindly requests that a 4 week extension be granted by Broward County. Such extension would go along with the 12 week period for proposal completion communicated during the RFQ selection committee meeting of April 26th. (Submitted: Jun 7, 2016 4:41:54 PM EDT)

Answer- the request to extend the bid end date by 4 weeks will not be granted. Any need to extend the bid end date will be determined as appropriate and as to the needs of Broward County. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 42 RFP Section 3.2.1.1 Microwave Engineering

A. Vendors shall conduct physical path surveys to assure that all proposed paths meet proper clearance criteria. Question: Is it correct to assume that physical path surveys referenced are to be completed by the successful vendor and not for the proposal stage? (Submitted: Jun 13, 2016 2:34:59 PM EDT)

Answer- Physical path surveys shall be conducted by the successful vendor after award, not during the proposal stage. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 43 Section 5.7 - DC Power System F. Performance Requirements: 3. Minimum Duration of Supply – The DC power system shall provide eight hours of run-time with a 25-percent equipment growth factor. Question: Is it correct to assume that the 25% equipment growth factor means that the proposed Charger-Rectifier and Battery Plant should be sized 25% higher than the required capacity? (Submitted: Jun 15, 2016 10:26:23

AM EDT)

Answer- Yes, correct. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 44 1. Lobbyist Registration Requirement Certification

Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be

deemed non-responsive for failure to fully comply within stated time frames. Question: This form is not on Bidsync, will it be added or is considered completed from Step 1 of the 2 Step process? (Submitted: Jun 15, 2016 8:09:35 PM EDT)

Answer- The Lobbyist Registration Requirement Certification Form has been added in an Addendum. (Answered: Jun 29,

2016 12:57:46 PM EDT)

Question 45 With regard to the requirement for backup radio systems that appears on page 10 section 1.2, page 12

paragraph D and page 24 section 2, which four (4) of the 12 sites listed as mandatory in Appendix B are the intended sites for these secondary systems? (Submitted: Jun 17, 2016 10:05:28 AM EDT)

Answer- The four sites listed in Column J of Appendix B. These include Core, Coconut Creek, Davie, and Channel 2. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 46 Section 5.3.F.3

The roof shall withstand the impact of ice falling from the adjacent tower without suffering any damage, or shall otherwise be protected from such damage. The Vendors shall describe in their proposals how this requirement will be met. Question: Please confirm the requirements for the Shelters per Section 5.3.F.3 to be a requirement of the specification. (Submitted: Jun 22, 2016 6:36:41 PM EDT)

Answer- While falling ice is not likely to be experienced, the requirement is intended to account for other falling objects or projectiles. The requirement remains. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 47 Section 7.3.2.A.3

The County has requested maintenance pricing to cover ‘Accidental Damage Replacement’ of subscriber

radios. a) Can the County please further define ‘Accidental Damage’ so respondents have a clear understanding

of what to include and b) Since there is not a specific line item in the price pages for Accidental Damage, are respondents to include this price in the overall maintenance pricing or provide it as a separate line item? (Submitted: Jun 24, 2016 8:29:35 AM EDT)

Answer- Accidental damage shall include any damage caused to the radio that impairs operation that is not directly the result of a manufacturer defect. The 'Accidental Damage' warranty plan shall cover the repair or replacement of these units as required. An updated pricing sheet has been provided for the Accidental Damage option. (Answered: Jul 11, 2016 3:25:05 PM

EDT)

- This will be addressed through an Addendum. (Answered: Jul 12, 2016 7:05:44 AM EDT)

Question 48 During the site surveys, Broward County indicated that it could provide a Tower Loading Analysis to vendors.

Can the County please provide this analysis for the existing towers? (Submitted: Jun 24, 2016 8:40:22 AM EDT)

Answer- Structural analyses shall be provided to the selected vendor after contract award. (Answered: Jul 11, 2016 3:25:05

PM EDT)

- According to the Project Manager, “County providing the proposers with data that is outdated and/or incomplete is not in the best interest of the County or the proposers… . the information the proposers are seeking, tower load analysis, is irrelevant for the proposers to provide a bid.†(Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 49 Section 4.3, Pg. 50

“B. The console system shall support a minimum of 24 conventional resources interfaced to the radio backhaul network through conventional gateways at each of the three PSAPs (72 conventional resources total). The conventional resources need to be available to the consoles in the event of a loss of wide-area trunking.â€

Please be more specific about the nature of the conventional resources. In B above the ask is for a minimum of 24 conventional resources but afterwards 72 conventional resources are described. (Submitted: Jun 24, 2016 8:41:44

AM EDT)

Answer- There are to be 24 conventional resources at each of the three regional dispatch centers, providing 72 total conventional resources. The conventional gateway needs to support Analog, Digital and IP Interface to conventional resource. Analog: The analog interface needs to support the following: • 2-Wire input/output • 4-Wire • VOX and Carrier Operated Relay (COR) • PTT Relay Output • Line Operated Busy Light (LOBL) Detectors • Analog Logging Output • Secure/Clear Call input The interface needs to support the following types of conventional channels: • R1, T1R1, T2R2, T4R4, T4R4, T8R8, T12R12, T14R14, T16R16 • MDC1200 • P25 Conventional The interface needs to support the following types of control: • E&M Control • Tone Remote Control (TRC) • Digital Control via IP Link (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 50 Section 2.5.1

This section asks for coverage maps in hard copy format. Does the vendor need to ship hard copies of the maps in addition to uploading the PDFs to BidSync? If so, please advise where to ship to and how to mark the packaging. (Submitted: Jun 24, 2016 8:43:12 AM EDT)

Answer- Soft copies submitted through BidSync will be acceptable for proposal purposes. Soft and hard copies will be required from the selected vendor after contract award based on final County approved system design. (Answered:

Jul 11, 2016 3:25:05 PM EDT)

Question 51 Section 2.5 and 2.5.2

Section 2.5.C.2 requests audio files in .wav or .mp3 files. Section 2.5.2.C requests antenna pattern files in EDX or PLANET formats. Given this is an electronic proposal only and items like this are typically provided on CD or jump drive, how would the County like Vendors to provide these files? (Submitted: Jun 24, 2016 8:44:31 AM EDT)

Answer- Vendor should upload the files in BidSync. At the County's request, vendor shall provide the files within three business days. This has been addressed in an Addendum (Answered: Jul 15, 2016 11:00:03 AM EDT)

Question 52 Could the County please provide a list of service codes that Broward County wishes to use that support the

CBE goals for this procurement? (Submitted: Jun 24, 2016 8:44:56 AM EDT)

Answer- OESBD will be having a meet and greet with eligible firms to network with potential bidders. This meeting is being coordinated by OESBD and is being held on 7/12/2016, 3:30-4:30PM, Broward County Government Center 115 S Andrews Avenue, RM 302, Ft. Lauderdale, FL 33301. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- Broward County does not provide a list of service codes regarding CBE goal requirements for solicitations. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 53 Section 6.7 DC Power System

F. Performance Requirements 3. Minimum Duration of Supply – The DC power system shall provide eight hours of runtime with a 25-percent equipment growth factor. Question: Eight hours of runtime for the P25 base stations will require significant space and significant weight for battery plants assuming that it is sized for full load (all trunked stations transmitting) plus 25% growth factor. For sizing the DC Power system, are we to assume that all voice trunking stations are continuously transmitting? If not, what would be the duty cycle to assume for the trunked voice channels (i.e. 50% transmit / 50% receive)? Traditional designs are configured for 2 hours of battery back up, mainly because if there is a generator failure, equipment is probable to fail from over heating. Is the County open to adjusting the time requirement for the back up battery systems? (Submitted: Jun 24, 2016 5:07:35 PM EDT)

Answer- Regarding Section 5.7, DC Power System; Vendors should assume a 50% average repeater usage (transmit and receive) for 8 hour DC runtime calculations. Vendors must also ensure 4 hours of DC runtime under 100% load. The County understands the space and weight requirements. These factors should be considered within the proposals. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This has been addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 54 In order for Harris to comply with the Broward County RFP request to demonstrate CAD interface with Motorola

PremierOne CAD to pass radio user data between systems, including radio unit ID, messaging, and CAD entry data, we request that Broward County please supply all PremierOne API documentation. Thank you for your consideration of this request. We look forward to your prompt response so that we can begin the middleware development process as soon as possible. (Submitted: Jun 27, 2016 1:02:07 PM EDT)

Answer- The County is not licensed to provide API data for PremierOne CAD. Vendors must demonstrate their best effort to conduct the demonstrations, and absent the ability to provide a live demonstration the vendor may provide information to the review committee to indicate their ability to meet the requirements in the specifications. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 55 In regard to the price pages supplied with the RFP (Appendix D_Pricing_Workbook for Information Only), there

are no columns for extended price calculations. Does the County want bidders to add column(s) to show the calculated extended price for items whose quantity is larger than 1? (Submitted: Jun 27, 2016 1:28:29 PM EDT)

Answer- Regarding Appendix D - Pricing Workbook for Information Only, The County is not requesting bidders to add columns to show extended pricing. (Answered: Jun 27, 2016 2:17:07 PM EDT)

Question 56 The price pages have a column for unit price and a column for discount percent. Is the unit price intended to be

the list price (before application of the discount) or the net unit price (after application of the discount). (Submitted:

Jun 27, 2016 1:29:09 PM EDT)

Answer- Regarding Appendix D - Pricing Workbook for Information Only; The unit price is intended to be the net price after application of the discount. (Answered: Jun 27, 2016 2:17:08 PM EDT)

Question 57 The list of sites provided in the RFP includes Tamarac and Deerfield. During the mandatory pre -bid meeting of May 17 it was mentioned that these sites are not to be re-used. However, this was not communicated officially through an amendment to the RFP. Can the County provide clarification regarding these two sites? (Submitted: Jun

28, 2016 7:42:12 AM EDT)

Answer- The County's existing sites in Deerfield and Tamarac are receive-only locations that will not be reused. The County is looking to build new tower sites in these general areas. It is the new sites that are reflected in the site matrix. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- For further clarification, the Deerfield and Tamarac site locations listed in Appendix B - Site Information are not the County's existing receive-only locations. (Answered: Jul 25, 2016 11:32:51 AM EDT)

Question 58 Question: Requirement is for DC power system to provide -24/ -48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. (Submitted: Jun 29, 2016 1:25:17 PM EDT)

Answer- Please see response to question 26. These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 59 Jun 07, 2016 4:22:20 PM EDT

Question: Requirement is for DC power system to provide -24/-48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. "Answer - Jun 23, 2016 9:17:49 AM EDT These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level." ---Updated Question: In reference to the answered question, is 1 for N redundancy also required for these supplemental voltages of +12vdc, -24vdc and 120vac? (Submitted: Jun 29, 2016 2:21:17 PM EDT)

Answer- N+1 redundancy is required for all voltage levels. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 60 Coordinates given for Hard Rock in the RFP do not clearly identify the intended structure. There appears to be

three structures that make up the Hard Rock complex. There are buildings to the Northwest, Southwest and Southeast in the complex. Please identify which building in the Hard Rock complex is intended for use as the Hard Rock radio site. (Submitted: Jun 30, 2016 12:20:18 PM EDT)

Answer- The coordinates correspond to planned new construction. The coordinates provided should be utilized. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 61 4.5. VOICE LOGGER OUTPUT

The Vendor shall identify within its proposal all replay requirements necessary to complete the interface. Question: In addition to the API cost, is it the intent of the County for the respondents to include pricing of all necessary replay requirements (including additional server hardware, other recording license additions and the services) or just identify all necessary replay requirements to complete the interface? (Submitted: Jun 30, 2016

3:32:54 PM EDT)

Answer- The vendor shall work with Replay Systems Inc. to obtain a quote for hardware and software needed to upgrade or replace existing logging recorder in order to be able to record the radio system talkgroups, conventional resources and dispatch consoles audio. For the radio vendor, the pricing should include at a minimum: server, firewall, and software licenses needed to pull the audio from the radio network and interface to the Logging system at both Central Dispatch and North Dispatch. For the Replay quote, it should included at a minimum the following (QTY to be defined by Replay): 1) VPI P25 Interface; 2) P25 API; 3) P25 Codec (one required per 32 Channels); 4) Cost to upgrade or replace existing logging recorder; 5) Installation and configuration (need to support pretest and cutover); 5) Extended Hardware and Software Support for years 2 thru X. (Answered: Jul 11,

2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 62 RFP Section 4.5

1. Please describe by make and model/version the existing replay recorders located at dispatch positions and the system logging recorders with which vendors are being asked to interface. 2. Please provide the contact information of the manufacturer representative and/or service group that provides follow-on sales and service to the existing logging recorder and the replay recorders. (Submitted: Jul 1, 2016 10:02:36

AM EDT)

Answer- #1 Vendor to contact Replay Systems, Inc. for existing logging system information. #2 Eddie Guererri Vice President Sales and Customer Support Replay Systems, Inc. 6555 NW 9th Avenue | Suite 105 Fort Lauderdale, FL 33309 T 954-267-9199 | TF 800.722.3472 F 954.267.9184 (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 63 The Specifications for the RFP reference the EOC one time in regards to being a microwave site. Does the

County require the EOC to be included in the new microwave design? (Submitted: Jul 1, 2016 1:11:08 PM EDT)

Answer- Yes, the EOC is to be a microwave only site. Appendix D has been updated with the information for the EOC site. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed through an Addendum. (Answered: Jul 12, 2016 7:05:44 AM EDT)

Question 64 2.6.7. Backup and Interoperability Systems

D. Vendors shall propose a mobile communications trailer with the following elements: 1. Appropriately sized vehicle for towing the proposed trailer Question: Please identify if the County requires the vehicle's price included in the proposal or only the specifications of a vehicle to tow the trailer? (Submitted: Jul 1, 2016 1:12:14 PM EDT)

Answer- The vehicle's price must be included in the proposal. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 65 With the recent addition of the Hard Rock Site location requirement, for a Prime Site, will County provide contact

information to the Vendors? (Submitted: Jul 1, 2016 1:15:28 PM EDT)

Answer- Contact information will be provided to the selected vendor. Vendors should assume sufficient space and power will be available. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- The contact for the Hard Rock site location is: Bobby Brown, Seminole Tribe of Florida Network Administrator, Phone Number: 954-966-6300 x11340, E-mail: [email protected]. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 66 Is there a requirement in the emergency communications trailer for Radio Dispatch Operator position or

positions? (Submitted: Jul 1, 2016 3:47:59 PM EDT)

Answer- There is no requirement for a dispatch console position in the communications trailer (Answered: Jul 13, 2016

11:42:45 AM EDT)

Question 67 CBE Goal

The RFP states that the Vendor shall only address the base solicitation amount for CBE goal participation. Can the County further elaborate on what is defined as the base solicitation in terms of the CBE calculation? (Submitted:

Jul 8, 2016 11:48:49 AM EDT)

Answer- As stated in the Office of Economics and Small Business Requirements: CBE Goal Participation, C., "The Vendor shall address the base solicitation amount for the CBE goal participation. No alternate/optional item(s) shall be addressed...". The Base solicitation amount is interpreted to be Line Item numbers R1422515P1-01-01 through R1422515P1-01-09 in the Item Response Form. There are no alternate or optional line items in in the Item Response Form for this solicitation. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 68 Does the County already have agreements to use/occupy the FDOT site that is shown as a non -existing 800 MHz site? Or, does the vendor bear any responsibility in securing the approval to use this site and, if so, to what degree? For the FDOT site, please provide the County’s contact for the purpose of arranging a site survey. (Submitted:

Jul 8, 2016 11:50:07 AM EDT)

Answer- The County has not made significant progress to date in securing the FDOT site, and is also evaluating other sites in the area. Therefore, we do not have contact information at this time. It is expected that the vendors will make reasonable assumptions for candidate sites or other sites proposed by the vendors that cannot be surveyed. The County notes that the FDOT site is a candidate site, and vendors have the discretion to either use this site or not within their designs. Vendors may reach out to the site owners of candidate sites directly if they wish to conduct surveys. (Answered: Jul 15, 2016 8:22:06 AM EDT)

Question 69 Can the County please provide scoring details or evaluation criteria for the demonstrations so vendors

understand how the demos will be evaluated? (Submitted: Jul 8, 2016 12:45:51 PM EDT)

Answer- The Demonstration Requirements document will be provided to the Evaluation Committee for their review. (Answered: Jul 13, 2016 11:42:45 AM EDT)

Question 70 Coverage testing will be performed per TSB -88.3-D in all accessible test tiles as defined by the grid definitions in the RFP Section 10.6.B.4.b.ii. We define accessible as any land tile containing roads that are identified in the 2015 US Census Bureau’s

Tiger Road Database and is classified as: Primary Secondary Local Ramp Service Drive Vehicular Trail Private Service Road (if accessible) Tiles that are not land accessible but may be accessed via watercraft will also be included in the test. Does the County agree with these definitions? (Submitted: Jul 8, 2016 1:25:37 PM EDT)

Answer- While the County tends to agree with these requirements, the more broad definition defined in TSB-88.3-D of "Accessible test tiles" will be maintained in the specifications. Tiles that are accessible via watercraft (airboat, boat, etc.) shall be considered accessible, including areas over the Everglades. These areas shall be tested consistent with the County’s coverage requirements. (Answered: Jul 15, 2016 8:22:06 AM EDT)

Question 71 Part 1 of 3

LAW OFFICES MOSKOWITZ, MANDELL, SALIM & SIMOWITZ, P.A. 800 CORPORATE DRIVE, SUITE 500 FORT LAUDERDALE, FLORIDA 33334 July 8, 2016 Jose De Zayas, Project Manager Michael Mullen, Purchasing Agent Re: Broward County Solicitation #R1422515P1, Public Safety Radio APCO Project 25 700 MHz Communication System (the “Solicitation†) Gentlemen: This firm represents Harris Corporation (“Harris†) with respect to the above-referenced Solicitation. As we are aware that the Cone of Silence is in effect with respect to this Solicitation, we address this letter to you both in accordance with Mr. Mullen’s prior email to Harris and Section J of the Solicitation’s Special Instructions

to Vendors. Should this letter be addressed to any other person, we ask that you forward it accordingly and advise us as well for any future communications. In light of the importance of the public safety implications of this Solicitation, on behalf of Harris we write to request that Broward County provide a four week extension of the current July 8, 2016 deadline for the submission of questions, and a six week extension of the current submission deadline of August 3, 2016. We believe such an extension is in the best interests of the County, its residents and all interested vendors to ensure that complete and accurate, technically feasible, proposals are submitted in conformance with the requirements of the Solicitation. (Submitted: Jul 8, 2016 3:25:46 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- A two week extension from August 3, 2016 to August 17, 2016 for a submission deadline has been determined to be appropriate. The question and answer period will not be extended as requested. (Answered: Jul 26, 2016

3:17:40 PM EDT)

Question 72 Part 2 of 3

In particular, we note that some 70 questions have been submitted to date concerning the technical specifications of the Solicitation, and 24 of those questions remain unanswered as of this writing. The unanswered questions pose issues of tremendous concern with respect to the ability to properly design the required system and implement the same. For instance, the Solicitation requires the vendor to demonstrate a proper interface of the radio system and the CAD system. Technical questions regarding the existing proprietary CAD system have not been answered, nor relevant documentation provided to design and implement the proper interface. Further, there is insufficient information provided as to the availability of certain tower sites and the loading capacity of tower sites. The tower questions presented and documentation requested is critical to the appropriate design of the system to provide the required coverage. We also note that the City of Fort Lauderdale recently issued, on June 30, 2016, its Solicitation 769-11783, Enhanced 911 Public Safety Answering Point (PSAP) Implementation (the “RLI†). This Request for Letters of Interest concerns the process and phases necessary for the City to realize a fully functional Enhanced 911 (E911) Public Safety Answering Point (PSAP) with a focus on Next Generation (NG911) Capabilities. The City had joined the Broward County Consolidated Regional E911 Communications System in August of 2014, but now appears to be seeking its own solution in light of “ongoing issues with the regional system.†In light of the Solicitation’s County-wide application, Harris is very concerned as to what, if any, impact the City’s RLI will

have on the systems and processes to be designed, the areas to be covered and any changes to the overall scope of the Solicitation. (Submitted: Jul 8, 2016 3:26:43 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- As of July 18, all questions have been answered. Regarding tower loading, please see response to question 48. The City of Ft. Lauderdale's solicitation, Enhanced 911 Public Safety Answering Point (PSAP) Implementation, has no impact on any of the specifications or plans regarding Broward County's current solicitation RFP R1422515P1. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 73 Part 3 of 3

Finally, Harris understands the significant importance of supporting companies based in Broward County and will be engaging local companies as part of its project team. The vendor fair now scheduled for July 12 will introduce a number of new vendors to Harris that will help it meet the CBE criteria set forth in the Solicitation. While Harris will make every effort to evaluate the companies identified as potential partners for this project, the proposal deadline of August 3rd will not provide enough time to thoroughly appraise and validate these potential vendors as well as to get the subcontract proposals and inputs for their portions of the project. To Harris, a sound deployment of the P25 radio system for the County is its top priority, so the companies engaged must meet both Harris’ and the County’s high standards.

For the aforesaid reasons, we respectfully request that the County extend the current July 8, 2016 deadline for the submission of questions for four weeks, and the current submission deadline of August 3, 2016 for an additional six weeks. The provision of this extension will ensure that all vendors can submit complete proposals that meet and exceed all of the Solicitation’s technical, CBE and other specifications.

Very truly yours, _/s/ William G. Salim, Jr. WILLIAM G. SALIM, JR. WGS/cl cc: Client (Submitted: Jul 8, 2016 3:27:12 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- Broward County is pleased that the July 12, 2016 Office of Economic and Small Business Development Meet and Greet time was a success in bringing potential subcontractors and proposers together. As stated earlier question and answer 71, the question and answer period will not be extended as requested. The extension for submission deadline has been extended to August 17, 2016. We believe that this is a sufficient time for proposers to submit their responses. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 240

5

6

Question and Answers for Bid #R1422515P1 - Public Safety Radio APCO Project 25 700MHz Communication System

Overall Bid Questions

Question 1 Will the County provide an assigned storage facility or will this be the vendor's responsibility during Installation

Phase? (Submitted: May 16, 2016 5:44:32 PM EDT)

Answer- Please clarify the question by being more specific. (Answered: May 19, 2016 11:55:07 AM EDT)

- The Vendor will be responsible for providing storage for any equipment that is shipped prior to installation. The Vendor shall be liable for all equipment while it is housed at their storage facility. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 2 A. 1. Primary Trunked System

Last sentence: “A secondary simulcast cell or multicast site will be acceptable for coverage over the Everglades.â€

Question: What is the approximate expected traffic loading for this rural area/ Everglades? (Submitted: May 16, 2016

5:46:09 PM EDT)

Answer- Proposers should provide 10 talkpaths (6 RF channels) to cover the Everglades. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 3 Section 8.1 8.1. Overview, Section A

Question: Can the county provide a quantity breakdown for Portable and Mobiles based on the following: -Portable Radios -Remote Mobiles -Dual Head Mobiles -Dash Mobiles -Fire Truck Mobiles -Ambulance Mobiles -Boat Mobiles (Submitted: May 16, 2016 5:51:31 PM EDT)

Answer- A specific breakdown of portable and mobile radios by installation configuration is not available. It is noted that portable and mobile radio costs are not factored as part of the scoring, and user agencies will be responsible for purchasing radios directly. Pricing information should be provided for the full range of installation configurations offered by the proposer with the specific installation costs for each. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 4 Section 11.6 Coverage Testing, Section B. CATP

iv). A grid will be considered a “fail†if the outbound signal is measured at a BER greater than or equal to two percent. Question: Two percent (2.0%) is a DAQ3.4 for FDMA. DAQ3.4 for TDMA outbound is 2.4%. Should this read: A grid will be considered a “fail†if the outbound signal is measured at a BER greater than 2.4 percent. (Submitted:

May 16, 2016 5:53:12 PM EDT)

Answer- The County requires BER testing conducted at a failure rate of 2%. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 5 Section 8 Training Questions:

1. Dispatch Consoles: Is county seeking supervisor or user training? How many students will be trained? 2. Does the County prefer the Train-the-Trainer approach for Subscriber radio training? 3. How many students need Subscriber training? 4. How many Maintenance Technicians need training? 5. How many Technical Radio Managers need training? (Submitted: May 16, 2016 5:54:51 PM EDT)

Answer- 1. The County is seeking both supervisor and user training. An estimated 500 individuals will require training. 2. Train the trainer will be the best approach for the end user radios (portable/mobile). 3. An estimated 200 individuals will require mobile/portable training. 4. An estimated 12 maintenance technicians will require training. 5. An estimated 6 Radio Managers will require training. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 6 Section 3.0 Backhaul Network

3.2.1- Minimum Requirements Section G “Redundant landline-based Ethernet connectivity shall be provided to all critical infrastructure locations (system controllers, prime controllers, dispatch locations) as well as the EMS, Coconut Creek, Channel 2, and Davie locations identified in Appendix B. Radio backhaul must seamlessly route and self-heal between the combined microwave and landline network.â€

Question: Is this requirement to just provide an estimated cost for the leased landline connectivity or is it to be priced into the on-going maintenance of the system? (Submitted: May 16, 2016 5:56:32 PM EDT)

Answer- The County does not desire cost estimates for leased circuits. The County will be responsible for securing the leased circuits to provide the backhaul transport. The Vendor will be responsible for interfacing those links with the MPLS backhaul system and ensuring that the traffic can seamlessly route between the microwave and landline circuits. Vendors should factor in the costs of any maintenance required for equipment needed to interface with the landline connections within their proposals. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 7 Section 3.0 Backhaul Network

3.2.1- Minimum Requirements H Capacity (Part 3) Question: Since the current system is TDM based, please provide a T1 channel plan that will be required to be supported by the new microwave. (Submitted: May 16, 2016 5:57:45 PM EDT)

Answer- A copy of the T1 channel plan will be provided on BidSync. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 8 Section 2.0 Radio Communications System Requirements

2.6.7 Backup and Interoperability Requirements, D “Vendors shall propose a mobile communications trailer with the following elements:â€

Question: Is there any requirement to provide working space for personnel within the equipment area of the trailer? (Submitted: May 16, 2016 5:58:37 PM EDT)

Answer- The trailer should include seated workspace for one technician. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 9 Does Broward County have existing County owned facilities that have available space to support the storage of

equipment during the implementation period? If county owned storage space is available for use by the vendor during implementation then the cost to rent temporary storage would not be added to the project and ultimately incurred by the County. (Submitted: May 23, 2016 2:59:41 PM EDT)

Answer- The Vendor will be responsible for providing storage for any equipment that is shipped prior to installation. The Vendor shall be liable for all equipment while it is housed at their storage facility. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 10 B. The system shall meet a GoS of 1 percent, with 90 percent of units that are placed in queue receiving a

channel grant within two seconds. Vendors shall use the following information in developing their design: 1. Assume 4,772 active users on the system 2. Assume 5 calls per unit per hour 3. Assume a 4-second call duration. 4. If the Vendor’s proposed system contains multiple subsystems or cells, an additional loading increase

shall be included to account for calls that involve talkgroups on two or more cells. Vendors shall provide calculations and explain justifications. Question: This call rate would require 40 talk paths for a 1% GOS. Since Broward County has twenty 700 MHz frequencies which could provide the maximum 36 talk paths plus the control channel for a single simulcast cell, is there going to be additional traffic information that could be used to better analyze the traffic from 4772 active units? (Submitted: May 23, 2016 3:01:45 PM EDT)

Answer- The County has reviewed the projected system loading and has reduced the number of active users to 4272. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 11 RFP Section: 2.3.2.A, 2.3.2.B, 2.3.2.C

Question: Requirement is for system expansion of 10 percent by the addition of hardware and/or software. The combiner example provided in RFP Section 2.3.2.A is for “equipped†capacity and not the capability for expansion. Is the combiner a special case and the remainder of equipment shall be “capable†of 10 percent expansion? Sections 2.3.2.B and 2.3.2.C are in conflict with each other with respect to expanding the number of simulcast cells (30 vs. 5, respectively). Additionally, these sections conflict with Section 2.3.2.A (10 percent expansion requirement) relative to sites per simulcast cell. It is requested that hardware expansion as required by the affected RFP sections be limited to 10 percent of the Vendor system design. Please distinguish between “equipped vs. “capable†expansion. (Submitted: Jun

7, 2016 3:55:18 PM EDT)

Answer- Section 2.3.2.A states that the expansion capability shall be provided "where possible", so if expansion is not possible for certain components within a vendor's proposed design than the proposal will still be compliant. The expansion capability shall be provided as "equipped" capacity. Section 2.3.2.B has been removed. The specific expansion requirements listed in section 2.3.2.C supersede the 10% requirement in 2.3.2.A, and will not be eliminated. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 12 RFP Section: 2.6.2.B

Question: Reference to APCO P25 functional requirements, features, and performance objectives should be to Section 2.2.1, not 3.2.1. (Submitted: Jun 7, 2016 3:57:19 PM EDT)

Answer- The reference has been corrected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 13 RFP Section: 2.6.2.C

Question: Requirement is for the system controller to be placed at the County’s Sunrise PSAP. No mention is

made of a location for a redundant system controller. RFP Section 2.3.1.D indicates a desire for geographically separated system controllers, simulcast controllers, and voting equipment. Please clarify the requirement for geographically redundant components. (Submitted: Jun 7, 2016 3:59:21 PM EDT)

Answer- Geographically redundant components shall not be co- located within the same building. Vendors should provide the primary system controller at the Sunrise PSAP and the backup system controller at the Coconut Creek PSAP. The primary simulcast controller should be located at the Core site a backup should be located at the Hard Rock location. This does not preclude additional backup simulcast controller locations if proposed. This has been addressed in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 14 RFP Section: 2.6.6.B.4

Question: Return loss should be specified as 14 dB corresponding to a VSWR of 1.5:1. (Submitted: Jun 7, 2016

4:01:50 PM EDT)

Answer- The return loss has been corrected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 15 RFP Section: 2.6.7.A.5

Question: Requirement for the P25 trunked backup system is the greatest level of autonomy possible from the primary trunked system. Does this level of autonomy require a separate system controller from that furnished for the primary trunked system? If so, please state redundancy requirements, if any. Also, is there any requirement to link the backup trunked system with the primary trunked system at the system level? (Submitted: Jun 7, 2016 4:08:40

PM EDT)

Answer- A separate system controller is not required (single system ID). The backup system should have an independent simulcast controller with connected to both the primary and backup system controllers. (Answered:

Jun 23, 2016 9:04:21 AM EDT)

Question 16 RFP Section: 2.6.7.C

Question: Requirement is for a “narrowband†analog conventional simulcast repeater system for certain NPSPAC interoperability channels. NPSPAC is not narrowband but an offset channel methodology. For analog voice, NPSPAC emission would represent reduced bandwidth relative to standard wideband emission e.g. 14K0F3E vs. 16K0F3E, “occupied bandwidth.†Please clarify County’s required bandwidth for analog

NPSPAC operations. (Submitted: Jun 7, 2016 4:10:01 PM EDT)

Answer- The "narrowband" reference has been replaced with "wideband" in an Addendum. The channels shall operate with a 20K0F3E emission consistent with the NIFOG. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 17 RFP Section: 2.6.7.D.5

Question: Requirement for mobile communications trailer includes two 700 MHz repeaters operating in the P25 conventional mode. Are the repeaters to be single- or multi -channel? How are the repeaters to be controlled? (Submitted: Jun 7, 2016 4:10:50 PM EDT)

Answer- The repeaters shall be single-frequency units. The repeaters shall default in the repeat mode and shall be controlled locally. This is reflected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 18 RFP Section: 2.7.A

Question: Requirement is for a “narrowband†analog simulcast 800 MHz conventional repeater system. Use of narrowband analog modulation is not necessary at 800 MHz and would result in less coverage in a given system compared to wide-band emissions. (Submitted: Jun 7, 2016 4:11:44 PM EDT)

Answer- The "narrowband" reference has been replaced with "wideband" in an Addendum. The channels shall operate with a 20K0F3E emission consistent with the NIFOG. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 19 RFP Section: 3.2.1.H.3

Question: County desires that new microwave system be cutover in advance of the new radio system so that it may support the legacy SmartNet system. Please provide the route map and T1 channel plan including loop switch redundancy associated with the existing Tadiran microwave system currently supporting SmartNet. (Submitted: Jun 7, 2016 4:12:35 PM EDT)

Answer- The T1 channel plan will be provided in an addendum. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 20 RFP Section:1.1, 3.2.1.H.3

Question: Is it intended that system vendor build out the replacement SmartNet T1 transport to a point of demarcation from which County will interconnect to Smartnet TenSr channel banks, Larus route switches, etc.? If so, please define the hardware interface required as a point of demarcation at each SmartNet site. (Submitted: Jun

7, 2016 4:13:58 PM EDT)

Answer- It is the intent to cutover backhaul from the existing microwave system to the new microwave system prior to the radio system cutover. The demarcation point at each radio site will be the Larus route switches. All channel banks from each remote radio site terminate at the Public Safety Building, which is not currently planned for connectivity on the new microwave system. As part of the microwave cutover plan, the radios in the north and south microwave loops will be replaced with new microwave radios, but the existing eight (8) CM6 microwave radios between Core and PSB (4 radios at Core and 4 radios at PSB) will remain in place during the cutover to support the legacy system. These eight (8) CM6 microwave radios will be removed once the all radios users are migrated to the new P25 system. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 21 RFP Section: 3.2.1.N.5

Question: Requirement is for microwave antenna systems to be tested for low VSWR using return loss measurements. Please state minimum acceptable return loss. (Submitted: Jun 7, 2016 4:14:48 PM EDT)

Answer- VSWR of 1.5:1, and return loss of 14 dB. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 22 RFP Section: 1,9.H, 1.10.F, 5.1.F

Question: Requirement is for successful vendor to provide detailed drawings for structures and foundations sealed by a Florida P.E. at the time of the 45-day design. It is not practical to require sealed drawings for a design not yet approved by the County. Rather, tower profile drawings indicating antenna-mounting locations should be submitted at time of the 45-day design (see RFP Section 1.9.H). It is requested that the submittal of sealed drawings for new towers and tower structural analysis for existing towers be provided within 90 days from Final Design submittal such that the appropriate engineering analyses may be performed based on a County-accepted system design. (Submitted: Jun 7, 2016 4:16:46 PM EDT)

Answer- Detailed drawings for structures and foundations sealed by a Florida P.E will be permitted at the 90 day Final Design, with tower profile drawings indicating antenna-mounting locations provided at the 45-day design. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 23 RFP Section: 5.2.A.1

Question: Requirement is for vendor to update proposed solutions during negotiations if it is determined that existing towers must be replaced or modified. Whether an existing tower structure should be modified or replaced may not be known at the time of negotiation since structural analysis of existing structures will not yet have been conducted by the successful vendor. Similar to the request made in Question 13 above, is it acceptable to provide the recommendation to modify or replace following the structural analysis of existing tower structures within a 90-day period from Final Design submittal? (Submitted: Jun 7, 2016 4:18:09 PM EDT)

Answer- Recommendations to replace or upgrade a tower may be provided within a 90-day period during the Final Design submittal. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 24 RFP Section: 5.2.C.2

Question: Please clarify requirement for transmission line support to accommodate both snap-in and bolt - in cable hangers. RFP Section 2.6.6.E.1 does not permit the use of “snap-on kits.†Please resolve the conflict between RFP Sections 2.6.6.E.1 and 5.2.C.2. (Submitted: Jun 7, 2016 4:19:12 PM EDT)

Answer- The specifications have been updated in an Addendum to reflect that snap- in cable hangers are not permitted. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 25 RFP Section: 5.2.E.3, 5.3.1.5.a

Question: Harris Site Grounding and Lightning Protection Guidelines should be corrected to read AE/LZT 123 4618/1. (Submitted: Jun 7, 2016 4:21:04 PM EDT)

Answer- The reference has been updated through an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 26 RFP Section: 5.7F.2.b

Question: Requirement is for DC power system to provide -24/-48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. (Submitted: Jun 7, 2016 4:22:20 PM EDT)

Answer- These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level. (Answered: Jun 23, 2016 9:17:49 AM EDT)

Question 27 RFP Section: 7.2.1.E.2

Question: Requirement is for portable radio battery capacities of 2150, 2900, and 4200 mAh, which may be specific vendor capacities. Battery capacity by itself is not an accurate gauge of operating time. It is suggested that the County specify batteries based on portable radio operating time in accordance with the industry standard 5-5-90 duty cycle. (Submitted: Jun 7, 2016 4:23:11 PM EDT)

Answer- The specific battery capacity levels have been removed. This is reflected in an Addendum. The County desires options for various battery capacity levels for portable radios offered by each vendor. (Answered: Jun 29, 2016

12:57:46 PM EDT)

Question 28 RFP Section: 7.2.2.E

Question: Requirement is for up to 100 feet of coaxial cable for control stations. Please state quality reference or performance specification for coax cable. (Submitted: Jun 7, 2016 4:24:13 PM EDT)

Answer- Control station cables should be 1/2" LDF plenum rated cable with associated RF surge suppression, ground kit, and mounting hardware. This is reflected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 29 RFP Section: N/A

Question: Please provide the scheduled dates for planned demonstrations. (Submitted: Jun 7, 2016 4:25:22 PM EDT)

Answer- Plans are being made for the demonstrations, but the scheduled date will not be known until after the RFP bid end date deadline. (Answered: Jul 18, 2016 7:59:42 AM EDT)

Question 30 RFP Section: Evaluation Criteria 4.0

Question: The evaluation criteria includes 5 points for “Workload of the firm†. Please indicate how you plan to calculate “Workload of the firm†. Also, please describe how this benefits or affects Broward County and the selected company’s deployment efforts once the commitment to deploy within a specified time is made?

(Submitted: Jun 7, 2016 4:26:26 PM EDT)

Answer- Each Evaluation Committee Member will evaluate and allocate up to 5 points in regards to how much recent, current and projected work the firm has retained. This criteria will aid Broward County by indicating whether the firm can adequately manage a large project. Refer to Evaluation Criteria, question number four (4). (Answered: Jun

14, 2016 10:44:46 AM EDT)

Question 31 RFP Section: Evaluation Criteria 4.0

Question: The evaluation criteria includes 5 points for location. During the mandatory pre-bid meeting of May 17th, the county representative said that these 5 points would be given to a company if the company’s

Headquarters were located in Broward County. Please confirm that “Headquarters†means a firm’s

Corporate Headquarters. (Submitted: Jun 7, 2016 4:27:42 PM EDT)

Answer- Yes, Headquarters means the firm's Corporate Headquarters. (Answered: Jun 9, 2016 4:06:18 PM EDT)

Question 32 RFP Section: N/A

Question: Please provide radio traffic statistics for the current radio system during normal operation and busy hour to see how radio traffic was affected under real situations. (Submitted: Jun 7, 2016 4:28:25 PM EDT)

Answer- The current radio system traffic does not consider future loading, and is therefore not an accurate measure of system performance. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 33 Section 3.3 System Configuration

3.3.3 Grade of Service (GoS) – Trunked System B. The system shall meet a GoS of 1 percent, with 90 percent of units that are placed in queue receiving a channel grant within two seconds. Vendors shall use the following information in developing their design: 1. Assume 4,772 active users on the system 2. Assume 5 calls per unit per hour 3. Assume a 4 second call duration. 4. If the Vendor’s proposed system contains multiple subsystems or cells, an additional loading increase

shall be included to account for calls that involve talkgroups on two or more cells. Vendors shall provide calculations and explain justifications. Question: In reference to the item 3 above “Assume a 4 second call duration†, does this call duration represent the actual audio time without any call setup time included? (Submitted: Jun 7, 2016 4:28:58 PM EDT)

Answer- This represents the actual call audio time. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 34 Section 10.3.C – System Staging 3. The microwave subcontractor must make accommodations to stage its equipment at the P25 Vendor’s

facility, to allow staging of the complete radio and backup system simultaneously. Question: Would it be acceptable for the microwave MPLS network equipment to be staged at the Motorola Solutions facility (CCSi) without the complete microwave RF radio equipment? (Submitted: Jun 7, 2016 4:29:54 PM

EDT)

Answer- The full system must be configured at staging, including microwave MPLS and RF components. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 35 How many dispatch consoles will be dedicated for training? (Submitted: Jun 7, 2016 4:30:55 PM EDT)

Answer- The Vendor will be responsible for providing a local training facility at the Vendor's expense with a minimum of 20 dispatch positions. The training shall be conducted on a 24/7 basis to account for all Broward County dispatch shifts. There shall be a ratio of one student per dispatch console position. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 36 RFP Section:1.2, 1.4.A.2

Question: Requirement is for dispatch consoles and Motorola PremierOne CAD system to interface with the paging and FSA systems. System overview implies a requirement for vendor to furnish new UHF alphanumeric simulcast paging transmitters and a UHF fire station alerting system. Please clarify whether new UHF paging and fire station alerting subsystems are required as part of the procurement under Bid R1422515P1. If so, please provide full technical requirements including features, functions, and RF coverage. If new paging and FSA subsystems are not required under the Bid, please identify any need to interface to existing paging and FSA subsystems along with full technical descriptions and interface requirements. (Submitted: Jun 7, 2016 4:34:51 PM EDT)

Answer- The paging and FSA systems are not part of this procurement. The reference has been removed. (Answered: Jun

29, 2016 12:57:46 PM EDT)

Question 37 RFP Section: Bid Comments (Scope, Item 1), 1.3.C

Question: Scope Item 1 on RFP Page 2 requires a 700 MHz P25 Phase II System) to replace the County’s

existing 800 MHz Motorola SmartZone System while RFP Section 1.3.C requires a standalone 700/800 MHz, P25 DMM Phase I and Phase II trunked, simulcast system. Can the primary P25 trunked system be limited to one frequency band or must it be composed of both 700 and 800 MHz channels? (Submitted: Jun 7, 2016 4:36:46 PM EDT)

Answer- There are 20 700 MHz frequencies available to Broward County. If more than 20 frequencies are required, than it is likely 800 MHz frequencies utilized on the County's existing system will be required. (Answered: Jun 23, 2016

9:04:21 AM EDT)

Question 38 RFP Section:1.3.D

Question: Requirement is for a 4-site P25 Phase II, 7-channel fixed simulcast backup network supporting both voice and data. Please advise the frequency band of operation for the backup P25 trunked system. (Submitted: Jun

7, 2016 4:37:33 PM EDT)

Answer- Designs must account for either 700 MHz or 800 MHz frequencies based on frequency availability. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 39 RFP Section: 4.1.E

Question: Requirement is that the dispatch console system seamlessly integrate with the City of Fort Lauderdale’s Motorola P25 system and that the interface may be accomplished through CSSI or other

means that satisfy all identified requirements. Harris utilizes a virtualized CSSI within its ISSI interface. Does the Motorola hosted master site located at Motorola’s facility in Plantation, Florida provide the necessary ISSI interface to accommodate an interface to a

Harris ISSI? (Submitted: Jun 7, 2016 4:38:22 PM EDT)

Answer- It should be assumed that the Motorola Hosted Master Site will support the ISSI/CSSI connection at the time of system deployment. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 40 RFP Section: 4.5

Question: Requirement is for: The outputs from the console equipment shall be capable of being connected to the agency’s current replay

recording equipment. Please identify the existing replay equipment. A logging recorder link that will support a direct connection without requiring a conventional interface. Please identify each voice logging recorder to which vendor must link trunked and conventional audio resources and dispatch operator positions. To achieve a more efficient interface between the new trunked radio systems and the logging recorder, would the County accept new digital logging recorders in place of the County’s existing recorders? (Submitted: Jun 7, 2016

4:40:21 PM EDT)

Answer- A new digital logging recorder will not be accepted. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 41 Question: It is our expectation that the answers to these questions will have a significant impact on the system

design and the time required to complete a proposal. Therefore, Harris kindly requests that a 4 week extension be granted by Broward County. Such extension would go along with the 12 week period for proposal completion communicated during the RFQ selection committee meeting of April 26th. (Submitted: Jun 7, 2016 4:41:54 PM EDT)

Answer- the request to extend the bid end date by 4 weeks will not be granted. Any need to extend the bid end date will be determined as appropriate and as to the needs of Broward County. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 42 RFP Section 3.2.1.1 Microwave Engineering

A. Vendors shall conduct physical path surveys to assure that all proposed paths meet proper clearance criteria. Question: Is it correct to assume that physical path surveys referenced are to be completed by the successful vendor and not for the proposal stage? (Submitted: Jun 13, 2016 2:34:59 PM EDT)

Answer- Physical path surveys shall be conducted by the successful vendor after award, not during the proposal stage. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 43 Section 5.7 - DC Power System F. Performance Requirements: 3. Minimum Duration of Supply – The DC power system shall provide eight hours of run-time with a 25-percent equipment growth factor. Question: Is it correct to assume that the 25% equipment growth factor means that the proposed Charger-Rectifier and Battery Plant should be sized 25% higher than the required capacity? (Submitted: Jun 15, 2016 10:26:23

AM EDT)

Answer- Yes, correct. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 44 1. Lobbyist Registration Requirement Certification

Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be

deemed non-responsive for failure to fully comply within stated time frames. Question: This form is not on Bidsync, will it be added or is considered completed from Step 1 of the 2 Step process? (Submitted: Jun 15, 2016 8:09:35 PM EDT)

Answer- The Lobbyist Registration Requirement Certification Form has been added in an Addendum. (Answered: Jun 29,

2016 12:57:46 PM EDT)

Question 45 With regard to the requirement for backup radio systems that appears on page 10 section 1.2, page 12

paragraph D and page 24 section 2, which four (4) of the 12 sites listed as mandatory in Appendix B are the intended sites for these secondary systems? (Submitted: Jun 17, 2016 10:05:28 AM EDT)

Answer- The four sites listed in Column J of Appendix B. These include Core, Coconut Creek, Davie, and Channel 2. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 46 Section 5.3.F.3

The roof shall withstand the impact of ice falling from the adjacent tower without suffering any damage, or shall otherwise be protected from such damage. The Vendors shall describe in their proposals how this requirement will be met. Question: Please confirm the requirements for the Shelters per Section 5.3.F.3 to be a requirement of the specification. (Submitted: Jun 22, 2016 6:36:41 PM EDT)

Answer- While falling ice is not likely to be experienced, the requirement is intended to account for other falling objects or projectiles. The requirement remains. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 47 Section 7.3.2.A.3

The County has requested maintenance pricing to cover ‘Accidental Damage Replacement’ of subscriber

radios. a) Can the County please further define ‘Accidental Damage’ so respondents have a clear understanding

of what to include and b) Since there is not a specific line item in the price pages for Accidental Damage, are respondents to include this price in the overall maintenance pricing or provide it as a separate line item? (Submitted: Jun 24, 2016 8:29:35 AM EDT)

Answer- Accidental damage shall include any damage caused to the radio that impairs operation that is not directly the result of a manufacturer defect. The 'Accidental Damage' warranty plan shall cover the repair or replacement of these units as required. An updated pricing sheet has been provided for the Accidental Damage option. (Answered: Jul 11, 2016 3:25:05 PM

EDT)

- This will be addressed through an Addendum. (Answered: Jul 12, 2016 7:05:44 AM EDT)

Question 48 During the site surveys, Broward County indicated that it could provide a Tower Loading Analysis to vendors.

Can the County please provide this analysis for the existing towers? (Submitted: Jun 24, 2016 8:40:22 AM EDT)

Answer- Structural analyses shall be provided to the selected vendor after contract award. (Answered: Jul 11, 2016 3:25:05

PM EDT)

- According to the Project Manager, “County providing the proposers with data that is outdated and/or incomplete is not in the best interest of the County or the proposers… . the information the proposers are seeking, tower load analysis, is irrelevant for the proposers to provide a bid.†(Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 49 Section 4.3, Pg. 50

“B. The console system shall support a minimum of 24 conventional resources interfaced to the radio backhaul network through conventional gateways at each of the three PSAPs (72 conventional resources total). The conventional resources need to be available to the consoles in the event of a loss of wide-area trunking.â€

Please be more specific about the nature of the conventional resources. In B above the ask is for a minimum of 24 conventional resources but afterwards 72 conventional resources are described. (Submitted: Jun 24, 2016 8:41:44

AM EDT)

Answer- There are to be 24 conventional resources at each of the three regional dispatch centers, providing 72 total conventional resources. The conventional gateway needs to support Analog, Digital and IP Interface to conventional resource. Analog: The analog interface needs to support the following: • 2-Wire input/output • 4-Wire • VOX and Carrier Operated Relay (COR) • PTT Relay Output • Line Operated Busy Light (LOBL) Detectors • Analog Logging Output • Secure/Clear Call input The interface needs to support the following types of conventional channels: • R1, T1R1, T2R2, T4R4, T4R4, T8R8, T12R12, T14R14, T16R16 • MDC1200 • P25 Conventional The interface needs to support the following types of control: • E&M Control • Tone Remote Control (TRC) • Digital Control via IP Link (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 50 Section 2.5.1

This section asks for coverage maps in hard copy format. Does the vendor need to ship hard copies of the maps in addition to uploading the PDFs to BidSync? If so, please advise where to ship to and how to mark the packaging. (Submitted: Jun 24, 2016 8:43:12 AM EDT)

Answer- Soft copies submitted through BidSync will be acceptable for proposal purposes. Soft and hard copies will be required from the selected vendor after contract award based on final County approved system design. (Answered:

Jul 11, 2016 3:25:05 PM EDT)

Question 51 Section 2.5 and 2.5.2

Section 2.5.C.2 requests audio files in .wav or .mp3 files. Section 2.5.2.C requests antenna pattern files in EDX or PLANET formats. Given this is an electronic proposal only and items like this are typically provided on CD or jump drive, how would the County like Vendors to provide these files? (Submitted: Jun 24, 2016 8:44:31 AM EDT)

Answer- Vendor should upload the files in BidSync. At the County's request, vendor shall provide the files within three business days. This has been addressed in an Addendum (Answered: Jul 15, 2016 11:00:03 AM EDT)

Question 52 Could the County please provide a list of service codes that Broward County wishes to use that support the

CBE goals for this procurement? (Submitted: Jun 24, 2016 8:44:56 AM EDT)

Answer- OESBD will be having a meet and greet with eligible firms to network with potential bidders. This meeting is being coordinated by OESBD and is being held on 7/12/2016, 3:30-4:30PM, Broward County Government Center 115 S Andrews Avenue, RM 302, Ft. Lauderdale, FL 33301. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- Broward County does not provide a list of service codes regarding CBE goal requirements for solicitations. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 53 Section 6.7 DC Power System

F. Performance Requirements 3. Minimum Duration of Supply – The DC power system shall provide eight hours of runtime with a 25-percent equipment growth factor. Question: Eight hours of runtime for the P25 base stations will require significant space and significant weight for battery plants assuming that it is sized for full load (all trunked stations transmitting) plus 25% growth factor. For sizing the DC Power system, are we to assume that all voice trunking stations are continuously transmitting? If not, what would be the duty cycle to assume for the trunked voice channels (i.e. 50% transmit / 50% receive)? Traditional designs are configured for 2 hours of battery back up, mainly because if there is a generator failure, equipment is probable to fail from over heating. Is the County open to adjusting the time requirement for the back up battery systems? (Submitted: Jun 24, 2016 5:07:35 PM EDT)

Answer- Regarding Section 5.7, DC Power System; Vendors should assume a 50% average repeater usage (transmit and receive) for 8 hour DC runtime calculations. Vendors must also ensure 4 hours of DC runtime under 100% load. The County understands the space and weight requirements. These factors should be considered within the proposals. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This has been addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 54 In order for Harris to comply with the Broward County RFP request to demonstrate CAD interface with Motorola

PremierOne CAD to pass radio user data between systems, including radio unit ID, messaging, and CAD entry data, we request that Broward County please supply all PremierOne API documentation. Thank you for your consideration of this request. We look forward to your prompt response so that we can begin the middleware development process as soon as possible. (Submitted: Jun 27, 2016 1:02:07 PM EDT)

Answer- The County is not licensed to provide API data for PremierOne CAD. Vendors must demonstrate their best effort to conduct the demonstrations, and absent the ability to provide a live demonstration the vendor may provide information to the review committee to indicate their ability to meet the requirements in the specifications. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 55 In regard to the price pages supplied with the RFP (Appendix D_Pricing_Workbook for Information Only), there

are no columns for extended price calculations. Does the County want bidders to add column(s) to show the calculated extended price for items whose quantity is larger than 1? (Submitted: Jun 27, 2016 1:28:29 PM EDT)

Answer- Regarding Appendix D - Pricing Workbook for Information Only, The County is not requesting bidders to add columns to show extended pricing. (Answered: Jun 27, 2016 2:17:07 PM EDT)

Question 56 The price pages have a column for unit price and a column for discount percent. Is the unit price intended to be

the list price (before application of the discount) or the net unit price (after application of the discount). (Submitted:

Jun 27, 2016 1:29:09 PM EDT)

Answer- Regarding Appendix D - Pricing Workbook for Information Only; The unit price is intended to be the net price after application of the discount. (Answered: Jun 27, 2016 2:17:08 PM EDT)

Question 57 The list of sites provided in the RFP includes Tamarac and Deerfield. During the mandatory pre -bid meeting of May 17 it was mentioned that these sites are not to be re-used. However, this was not communicated officially through an amendment to the RFP. Can the County provide clarification regarding these two sites? (Submitted: Jun

28, 2016 7:42:12 AM EDT)

Answer- The County's existing sites in Deerfield and Tamarac are receive-only locations that will not be reused. The County is looking to build new tower sites in these general areas. It is the new sites that are reflected in the site matrix. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- For further clarification, the Deerfield and Tamarac site locations listed in Appendix B - Site Information are not the County's existing receive-only locations. (Answered: Jul 25, 2016 11:32:51 AM EDT)

Question 58 Question: Requirement is for DC power system to provide -24/ -48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. (Submitted: Jun 29, 2016 1:25:17 PM EDT)

Answer- Please see response to question 26. These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 59 Jun 07, 2016 4:22:20 PM EDT

Question: Requirement is for DC power system to provide -24/-48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. "Answer - Jun 23, 2016 9:17:49 AM EDT These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level." ---Updated Question: In reference to the answered question, is 1 for N redundancy also required for these supplemental voltages of +12vdc, -24vdc and 120vac? (Submitted: Jun 29, 2016 2:21:17 PM EDT)

Answer- N+1 redundancy is required for all voltage levels. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 60 Coordinates given for Hard Rock in the RFP do not clearly identify the intended structure. There appears to be

three structures that make up the Hard Rock complex. There are buildings to the Northwest, Southwest and Southeast in the complex. Please identify which building in the Hard Rock complex is intended for use as the Hard Rock radio site. (Submitted: Jun 30, 2016 12:20:18 PM EDT)

Answer- The coordinates correspond to planned new construction. The coordinates provided should be utilized. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 61 4.5. VOICE LOGGER OUTPUT

The Vendor shall identify within its proposal all replay requirements necessary to complete the interface. Question: In addition to the API cost, is it the intent of the County for the respondents to include pricing of all necessary replay requirements (including additional server hardware, other recording license additions and the services) or just identify all necessary replay requirements to complete the interface? (Submitted: Jun 30, 2016

3:32:54 PM EDT)

Answer- The vendor shall work with Replay Systems Inc. to obtain a quote for hardware and software needed to upgrade or replace existing logging recorder in order to be able to record the radio system talkgroups, conventional resources and dispatch consoles audio. For the radio vendor, the pricing should include at a minimum: server, firewall, and software licenses needed to pull the audio from the radio network and interface to the Logging system at both Central Dispatch and North Dispatch. For the Replay quote, it should included at a minimum the following (QTY to be defined by Replay): 1) VPI P25 Interface; 2) P25 API; 3) P25 Codec (one required per 32 Channels); 4) Cost to upgrade or replace existing logging recorder; 5) Installation and configuration (need to support pretest and cutover); 5) Extended Hardware and Software Support for years 2 thru X. (Answered: Jul 11,

2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 62 RFP Section 4.5

1. Please describe by make and model/version the existing replay recorders located at dispatch positions and the system logging recorders with which vendors are being asked to interface. 2. Please provide the contact information of the manufacturer representative and/or service group that provides follow-on sales and service to the existing logging recorder and the replay recorders. (Submitted: Jul 1, 2016 10:02:36

AM EDT)

Answer- #1 Vendor to contact Replay Systems, Inc. for existing logging system information. #2 Eddie Guererri Vice President Sales and Customer Support Replay Systems, Inc. 6555 NW 9th Avenue | Suite 105 Fort Lauderdale, FL 33309 T 954-267-9199 | TF 800.722.3472 F 954.267.9184 (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 63 The Specifications for the RFP reference the EOC one time in regards to being a microwave site. Does the

County require the EOC to be included in the new microwave design? (Submitted: Jul 1, 2016 1:11:08 PM EDT)

Answer- Yes, the EOC is to be a microwave only site. Appendix D has been updated with the information for the EOC site. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed through an Addendum. (Answered: Jul 12, 2016 7:05:44 AM EDT)

Question 64 2.6.7. Backup and Interoperability Systems

D. Vendors shall propose a mobile communications trailer with the following elements: 1. Appropriately sized vehicle for towing the proposed trailer Question: Please identify if the County requires the vehicle's price included in the proposal or only the specifications of a vehicle to tow the trailer? (Submitted: Jul 1, 2016 1:12:14 PM EDT)

Answer- The vehicle's price must be included in the proposal. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 65 With the recent addition of the Hard Rock Site location requirement, for a Prime Site, will County provide contact

information to the Vendors? (Submitted: Jul 1, 2016 1:15:28 PM EDT)

Answer- Contact information will be provided to the selected vendor. Vendors should assume sufficient space and power will be available. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- The contact for the Hard Rock site location is: Bobby Brown, Seminole Tribe of Florida Network Administrator, Phone Number: 954-966-6300 x11340, E-mail: [email protected]. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 66 Is there a requirement in the emergency communications trailer for Radio Dispatch Operator position or

positions? (Submitted: Jul 1, 2016 3:47:59 PM EDT)

Answer- There is no requirement for a dispatch console position in the communications trailer (Answered: Jul 13, 2016

11:42:45 AM EDT)

Question 67 CBE Goal

The RFP states that the Vendor shall only address the base solicitation amount for CBE goal participation. Can the County further elaborate on what is defined as the base solicitation in terms of the CBE calculation? (Submitted:

Jul 8, 2016 11:48:49 AM EDT)

Answer- As stated in the Office of Economics and Small Business Requirements: CBE Goal Participation, C., "The Vendor shall address the base solicitation amount for the CBE goal participation. No alternate/optional item(s) shall be addressed...". The Base solicitation amount is interpreted to be Line Item numbers R1422515P1-01-01 through R1422515P1-01-09 in the Item Response Form. There are no alternate or optional line items in in the Item Response Form for this solicitation. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 68 Does the County already have agreements to use/occupy the FDOT site that is shown as a non -existing 800 MHz site? Or, does the vendor bear any responsibility in securing the approval to use this site and, if so, to what degree? For the FDOT site, please provide the County’s contact for the purpose of arranging a site survey. (Submitted:

Jul 8, 2016 11:50:07 AM EDT)

Answer- The County has not made significant progress to date in securing the FDOT site, and is also evaluating other sites in the area. Therefore, we do not have contact information at this time. It is expected that the vendors will make reasonable assumptions for candidate sites or other sites proposed by the vendors that cannot be surveyed. The County notes that the FDOT site is a candidate site, and vendors have the discretion to either use this site or not within their designs. Vendors may reach out to the site owners of candidate sites directly if they wish to conduct surveys. (Answered: Jul 15, 2016 8:22:06 AM EDT)

Question 69 Can the County please provide scoring details or evaluation criteria for the demonstrations so vendors

understand how the demos will be evaluated? (Submitted: Jul 8, 2016 12:45:51 PM EDT)

Answer- The Demonstration Requirements document will be provided to the Evaluation Committee for their review. (Answered: Jul 13, 2016 11:42:45 AM EDT)

Question 70 Coverage testing will be performed per TSB -88.3-D in all accessible test tiles as defined by the grid definitions in the RFP Section 10.6.B.4.b.ii. We define accessible as any land tile containing roads that are identified in the 2015 US Census Bureau’s

Tiger Road Database and is classified as: Primary Secondary Local Ramp Service Drive Vehicular Trail Private Service Road (if accessible) Tiles that are not land accessible but may be accessed via watercraft will also be included in the test. Does the County agree with these definitions? (Submitted: Jul 8, 2016 1:25:37 PM EDT)

Answer- While the County tends to agree with these requirements, the more broad definition defined in TSB-88.3-D of "Accessible test tiles" will be maintained in the specifications. Tiles that are accessible via watercraft (airboat, boat, etc.) shall be considered accessible, including areas over the Everglades. These areas shall be tested consistent with the County’s coverage requirements. (Answered: Jul 15, 2016 8:22:06 AM EDT)

Question 71 Part 1 of 3

LAW OFFICES MOSKOWITZ, MANDELL, SALIM & SIMOWITZ, P.A. 800 CORPORATE DRIVE, SUITE 500 FORT LAUDERDALE, FLORIDA 33334 July 8, 2016 Jose De Zayas, Project Manager Michael Mullen, Purchasing Agent Re: Broward County Solicitation #R1422515P1, Public Safety Radio APCO Project 25 700 MHz Communication System (the “Solicitation†) Gentlemen: This firm represents Harris Corporation (“Harris†) with respect to the above-referenced Solicitation. As we are aware that the Cone of Silence is in effect with respect to this Solicitation, we address this letter to you both in accordance with Mr. Mullen’s prior email to Harris and Section J of the Solicitation’s Special Instructions

to Vendors. Should this letter be addressed to any other person, we ask that you forward it accordingly and advise us as well for any future communications. In light of the importance of the public safety implications of this Solicitation, on behalf of Harris we write to request that Broward County provide a four week extension of the current July 8, 2016 deadline for the submission of questions, and a six week extension of the current submission deadline of August 3, 2016. We believe such an extension is in the best interests of the County, its residents and all interested vendors to ensure that complete and accurate, technically feasible, proposals are submitted in conformance with the requirements of the Solicitation. (Submitted: Jul 8, 2016 3:25:46 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- A two week extension from August 3, 2016 to August 17, 2016 for a submission deadline has been determined to be appropriate. The question and answer period will not be extended as requested. (Answered: Jul 26, 2016

3:17:40 PM EDT)

Question 72 Part 2 of 3

In particular, we note that some 70 questions have been submitted to date concerning the technical specifications of the Solicitation, and 24 of those questions remain unanswered as of this writing. The unanswered questions pose issues of tremendous concern with respect to the ability to properly design the required system and implement the same. For instance, the Solicitation requires the vendor to demonstrate a proper interface of the radio system and the CAD system. Technical questions regarding the existing proprietary CAD system have not been answered, nor relevant documentation provided to design and implement the proper interface. Further, there is insufficient information provided as to the availability of certain tower sites and the loading capacity of tower sites. The tower questions presented and documentation requested is critical to the appropriate design of the system to provide the required coverage. We also note that the City of Fort Lauderdale recently issued, on June 30, 2016, its Solicitation 769-11783, Enhanced 911 Public Safety Answering Point (PSAP) Implementation (the “RLI†). This Request for Letters of Interest concerns the process and phases necessary for the City to realize a fully functional Enhanced 911 (E911) Public Safety Answering Point (PSAP) with a focus on Next Generation (NG911) Capabilities. The City had joined the Broward County Consolidated Regional E911 Communications System in August of 2014, but now appears to be seeking its own solution in light of “ongoing issues with the regional system.†In light of the Solicitation’s County-wide application, Harris is very concerned as to what, if any, impact the City’s RLI will

have on the systems and processes to be designed, the areas to be covered and any changes to the overall scope of the Solicitation. (Submitted: Jul 8, 2016 3:26:43 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- As of July 18, all questions have been answered. Regarding tower loading, please see response to question 48. The City of Ft. Lauderdale's solicitation, Enhanced 911 Public Safety Answering Point (PSAP) Implementation, has no impact on any of the specifications or plans regarding Broward County's current solicitation RFP R1422515P1. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 73 Part 3 of 3

Finally, Harris understands the significant importance of supporting companies based in Broward County and will be engaging local companies as part of its project team. The vendor fair now scheduled for July 12 will introduce a number of new vendors to Harris that will help it meet the CBE criteria set forth in the Solicitation. While Harris will make every effort to evaluate the companies identified as potential partners for this project, the proposal deadline of August 3rd will not provide enough time to thoroughly appraise and validate these potential vendors as well as to get the subcontract proposals and inputs for their portions of the project. To Harris, a sound deployment of the P25 radio system for the County is its top priority, so the companies engaged must meet both Harris’ and the County’s high standards.

For the aforesaid reasons, we respectfully request that the County extend the current July 8, 2016 deadline for the submission of questions for four weeks, and the current submission deadline of August 3, 2016 for an additional six weeks. The provision of this extension will ensure that all vendors can submit complete proposals that meet and exceed all of the Solicitation’s technical, CBE and other specifications.

Very truly yours, _/s/ William G. Salim, Jr. WILLIAM G. SALIM, JR. WGS/cl cc: Client (Submitted: Jul 8, 2016 3:27:12 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- Broward County is pleased that the July 12, 2016 Office of Economic and Small Business Development Meet and Greet time was a success in bringing potential subcontractors and proposers together. As stated earlier question and answer 71, the question and answer period will not be extended as requested. The extension for submission deadline has been extended to August 17, 2016. We believe that this is a sufficient time for proposers to submit their responses. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 241

5

6

Question and Answers for Bid #R1422515P1 - Public Safety Radio APCO Project 25 700MHz Communication System

Overall Bid Questions

Question 1 Will the County provide an assigned storage facility or will this be the vendor's responsibility during Installation

Phase? (Submitted: May 16, 2016 5:44:32 PM EDT)

Answer- Please clarify the question by being more specific. (Answered: May 19, 2016 11:55:07 AM EDT)

- The Vendor will be responsible for providing storage for any equipment that is shipped prior to installation. The Vendor shall be liable for all equipment while it is housed at their storage facility. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 2 A. 1. Primary Trunked System

Last sentence: “A secondary simulcast cell or multicast site will be acceptable for coverage over the Everglades.â€

Question: What is the approximate expected traffic loading for this rural area/ Everglades? (Submitted: May 16, 2016

5:46:09 PM EDT)

Answer- Proposers should provide 10 talkpaths (6 RF channels) to cover the Everglades. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 3 Section 8.1 8.1. Overview, Section A

Question: Can the county provide a quantity breakdown for Portable and Mobiles based on the following: -Portable Radios -Remote Mobiles -Dual Head Mobiles -Dash Mobiles -Fire Truck Mobiles -Ambulance Mobiles -Boat Mobiles (Submitted: May 16, 2016 5:51:31 PM EDT)

Answer- A specific breakdown of portable and mobile radios by installation configuration is not available. It is noted that portable and mobile radio costs are not factored as part of the scoring, and user agencies will be responsible for purchasing radios directly. Pricing information should be provided for the full range of installation configurations offered by the proposer with the specific installation costs for each. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 4 Section 11.6 Coverage Testing, Section B. CATP

iv). A grid will be considered a “fail†if the outbound signal is measured at a BER greater than or equal to two percent. Question: Two percent (2.0%) is a DAQ3.4 for FDMA. DAQ3.4 for TDMA outbound is 2.4%. Should this read: A grid will be considered a “fail†if the outbound signal is measured at a BER greater than 2.4 percent. (Submitted:

May 16, 2016 5:53:12 PM EDT)

Answer- The County requires BER testing conducted at a failure rate of 2%. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 5 Section 8 Training Questions:

1. Dispatch Consoles: Is county seeking supervisor or user training? How many students will be trained? 2. Does the County prefer the Train-the-Trainer approach for Subscriber radio training? 3. How many students need Subscriber training? 4. How many Maintenance Technicians need training? 5. How many Technical Radio Managers need training? (Submitted: May 16, 2016 5:54:51 PM EDT)

Answer- 1. The County is seeking both supervisor and user training. An estimated 500 individuals will require training. 2. Train the trainer will be the best approach for the end user radios (portable/mobile). 3. An estimated 200 individuals will require mobile/portable training. 4. An estimated 12 maintenance technicians will require training. 5. An estimated 6 Radio Managers will require training. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 6 Section 3.0 Backhaul Network

3.2.1- Minimum Requirements Section G “Redundant landline-based Ethernet connectivity shall be provided to all critical infrastructure locations (system controllers, prime controllers, dispatch locations) as well as the EMS, Coconut Creek, Channel 2, and Davie locations identified in Appendix B. Radio backhaul must seamlessly route and self-heal between the combined microwave and landline network.â€

Question: Is this requirement to just provide an estimated cost for the leased landline connectivity or is it to be priced into the on-going maintenance of the system? (Submitted: May 16, 2016 5:56:32 PM EDT)

Answer- The County does not desire cost estimates for leased circuits. The County will be responsible for securing the leased circuits to provide the backhaul transport. The Vendor will be responsible for interfacing those links with the MPLS backhaul system and ensuring that the traffic can seamlessly route between the microwave and landline circuits. Vendors should factor in the costs of any maintenance required for equipment needed to interface with the landline connections within their proposals. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 7 Section 3.0 Backhaul Network

3.2.1- Minimum Requirements H Capacity (Part 3) Question: Since the current system is TDM based, please provide a T1 channel plan that will be required to be supported by the new microwave. (Submitted: May 16, 2016 5:57:45 PM EDT)

Answer- A copy of the T1 channel plan will be provided on BidSync. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 8 Section 2.0 Radio Communications System Requirements

2.6.7 Backup and Interoperability Requirements, D “Vendors shall propose a mobile communications trailer with the following elements:â€

Question: Is there any requirement to provide working space for personnel within the equipment area of the trailer? (Submitted: May 16, 2016 5:58:37 PM EDT)

Answer- The trailer should include seated workspace for one technician. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 9 Does Broward County have existing County owned facilities that have available space to support the storage of

equipment during the implementation period? If county owned storage space is available for use by the vendor during implementation then the cost to rent temporary storage would not be added to the project and ultimately incurred by the County. (Submitted: May 23, 2016 2:59:41 PM EDT)

Answer- The Vendor will be responsible for providing storage for any equipment that is shipped prior to installation. The Vendor shall be liable for all equipment while it is housed at their storage facility. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 10 B. The system shall meet a GoS of 1 percent, with 90 percent of units that are placed in queue receiving a

channel grant within two seconds. Vendors shall use the following information in developing their design: 1. Assume 4,772 active users on the system 2. Assume 5 calls per unit per hour 3. Assume a 4-second call duration. 4. If the Vendor’s proposed system contains multiple subsystems or cells, an additional loading increase

shall be included to account for calls that involve talkgroups on two or more cells. Vendors shall provide calculations and explain justifications. Question: This call rate would require 40 talk paths for a 1% GOS. Since Broward County has twenty 700 MHz frequencies which could provide the maximum 36 talk paths plus the control channel for a single simulcast cell, is there going to be additional traffic information that could be used to better analyze the traffic from 4772 active units? (Submitted: May 23, 2016 3:01:45 PM EDT)

Answer- The County has reviewed the projected system loading and has reduced the number of active users to 4272. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 11 RFP Section: 2.3.2.A, 2.3.2.B, 2.3.2.C

Question: Requirement is for system expansion of 10 percent by the addition of hardware and/or software. The combiner example provided in RFP Section 2.3.2.A is for “equipped†capacity and not the capability for expansion. Is the combiner a special case and the remainder of equipment shall be “capable†of 10 percent expansion? Sections 2.3.2.B and 2.3.2.C are in conflict with each other with respect to expanding the number of simulcast cells (30 vs. 5, respectively). Additionally, these sections conflict with Section 2.3.2.A (10 percent expansion requirement) relative to sites per simulcast cell. It is requested that hardware expansion as required by the affected RFP sections be limited to 10 percent of the Vendor system design. Please distinguish between “equipped vs. “capable†expansion. (Submitted: Jun

7, 2016 3:55:18 PM EDT)

Answer- Section 2.3.2.A states that the expansion capability shall be provided "where possible", so if expansion is not possible for certain components within a vendor's proposed design than the proposal will still be compliant. The expansion capability shall be provided as "equipped" capacity. Section 2.3.2.B has been removed. The specific expansion requirements listed in section 2.3.2.C supersede the 10% requirement in 2.3.2.A, and will not be eliminated. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 12 RFP Section: 2.6.2.B

Question: Reference to APCO P25 functional requirements, features, and performance objectives should be to Section 2.2.1, not 3.2.1. (Submitted: Jun 7, 2016 3:57:19 PM EDT)

Answer- The reference has been corrected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 13 RFP Section: 2.6.2.C

Question: Requirement is for the system controller to be placed at the County’s Sunrise PSAP. No mention is

made of a location for a redundant system controller. RFP Section 2.3.1.D indicates a desire for geographically separated system controllers, simulcast controllers, and voting equipment. Please clarify the requirement for geographically redundant components. (Submitted: Jun 7, 2016 3:59:21 PM EDT)

Answer- Geographically redundant components shall not be co- located within the same building. Vendors should provide the primary system controller at the Sunrise PSAP and the backup system controller at the Coconut Creek PSAP. The primary simulcast controller should be located at the Core site a backup should be located at the Hard Rock location. This does not preclude additional backup simulcast controller locations if proposed. This has been addressed in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 14 RFP Section: 2.6.6.B.4

Question: Return loss should be specified as 14 dB corresponding to a VSWR of 1.5:1. (Submitted: Jun 7, 2016

4:01:50 PM EDT)

Answer- The return loss has been corrected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 15 RFP Section: 2.6.7.A.5

Question: Requirement for the P25 trunked backup system is the greatest level of autonomy possible from the primary trunked system. Does this level of autonomy require a separate system controller from that furnished for the primary trunked system? If so, please state redundancy requirements, if any. Also, is there any requirement to link the backup trunked system with the primary trunked system at the system level? (Submitted: Jun 7, 2016 4:08:40

PM EDT)

Answer- A separate system controller is not required (single system ID). The backup system should have an independent simulcast controller with connected to both the primary and backup system controllers. (Answered:

Jun 23, 2016 9:04:21 AM EDT)

Question 16 RFP Section: 2.6.7.C

Question: Requirement is for a “narrowband†analog conventional simulcast repeater system for certain NPSPAC interoperability channels. NPSPAC is not narrowband but an offset channel methodology. For analog voice, NPSPAC emission would represent reduced bandwidth relative to standard wideband emission e.g. 14K0F3E vs. 16K0F3E, “occupied bandwidth.†Please clarify County’s required bandwidth for analog

NPSPAC operations. (Submitted: Jun 7, 2016 4:10:01 PM EDT)

Answer- The "narrowband" reference has been replaced with "wideband" in an Addendum. The channels shall operate with a 20K0F3E emission consistent with the NIFOG. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 17 RFP Section: 2.6.7.D.5

Question: Requirement for mobile communications trailer includes two 700 MHz repeaters operating in the P25 conventional mode. Are the repeaters to be single- or multi -channel? How are the repeaters to be controlled? (Submitted: Jun 7, 2016 4:10:50 PM EDT)

Answer- The repeaters shall be single-frequency units. The repeaters shall default in the repeat mode and shall be controlled locally. This is reflected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 18 RFP Section: 2.7.A

Question: Requirement is for a “narrowband†analog simulcast 800 MHz conventional repeater system. Use of narrowband analog modulation is not necessary at 800 MHz and would result in less coverage in a given system compared to wide-band emissions. (Submitted: Jun 7, 2016 4:11:44 PM EDT)

Answer- The "narrowband" reference has been replaced with "wideband" in an Addendum. The channels shall operate with a 20K0F3E emission consistent with the NIFOG. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 19 RFP Section: 3.2.1.H.3

Question: County desires that new microwave system be cutover in advance of the new radio system so that it may support the legacy SmartNet system. Please provide the route map and T1 channel plan including loop switch redundancy associated with the existing Tadiran microwave system currently supporting SmartNet. (Submitted: Jun 7, 2016 4:12:35 PM EDT)

Answer- The T1 channel plan will be provided in an addendum. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 20 RFP Section:1.1, 3.2.1.H.3

Question: Is it intended that system vendor build out the replacement SmartNet T1 transport to a point of demarcation from which County will interconnect to Smartnet TenSr channel banks, Larus route switches, etc.? If so, please define the hardware interface required as a point of demarcation at each SmartNet site. (Submitted: Jun

7, 2016 4:13:58 PM EDT)

Answer- It is the intent to cutover backhaul from the existing microwave system to the new microwave system prior to the radio system cutover. The demarcation point at each radio site will be the Larus route switches. All channel banks from each remote radio site terminate at the Public Safety Building, which is not currently planned for connectivity on the new microwave system. As part of the microwave cutover plan, the radios in the north and south microwave loops will be replaced with new microwave radios, but the existing eight (8) CM6 microwave radios between Core and PSB (4 radios at Core and 4 radios at PSB) will remain in place during the cutover to support the legacy system. These eight (8) CM6 microwave radios will be removed once the all radios users are migrated to the new P25 system. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 21 RFP Section: 3.2.1.N.5

Question: Requirement is for microwave antenna systems to be tested for low VSWR using return loss measurements. Please state minimum acceptable return loss. (Submitted: Jun 7, 2016 4:14:48 PM EDT)

Answer- VSWR of 1.5:1, and return loss of 14 dB. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 22 RFP Section: 1,9.H, 1.10.F, 5.1.F

Question: Requirement is for successful vendor to provide detailed drawings for structures and foundations sealed by a Florida P.E. at the time of the 45-day design. It is not practical to require sealed drawings for a design not yet approved by the County. Rather, tower profile drawings indicating antenna-mounting locations should be submitted at time of the 45-day design (see RFP Section 1.9.H). It is requested that the submittal of sealed drawings for new towers and tower structural analysis for existing towers be provided within 90 days from Final Design submittal such that the appropriate engineering analyses may be performed based on a County-accepted system design. (Submitted: Jun 7, 2016 4:16:46 PM EDT)

Answer- Detailed drawings for structures and foundations sealed by a Florida P.E will be permitted at the 90 day Final Design, with tower profile drawings indicating antenna-mounting locations provided at the 45-day design. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 23 RFP Section: 5.2.A.1

Question: Requirement is for vendor to update proposed solutions during negotiations if it is determined that existing towers must be replaced or modified. Whether an existing tower structure should be modified or replaced may not be known at the time of negotiation since structural analysis of existing structures will not yet have been conducted by the successful vendor. Similar to the request made in Question 13 above, is it acceptable to provide the recommendation to modify or replace following the structural analysis of existing tower structures within a 90-day period from Final Design submittal? (Submitted: Jun 7, 2016 4:18:09 PM EDT)

Answer- Recommendations to replace or upgrade a tower may be provided within a 90-day period during the Final Design submittal. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 24 RFP Section: 5.2.C.2

Question: Please clarify requirement for transmission line support to accommodate both snap-in and bolt - in cable hangers. RFP Section 2.6.6.E.1 does not permit the use of “snap-on kits.†Please resolve the conflict between RFP Sections 2.6.6.E.1 and 5.2.C.2. (Submitted: Jun 7, 2016 4:19:12 PM EDT)

Answer- The specifications have been updated in an Addendum to reflect that snap- in cable hangers are not permitted. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 25 RFP Section: 5.2.E.3, 5.3.1.5.a

Question: Harris Site Grounding and Lightning Protection Guidelines should be corrected to read AE/LZT 123 4618/1. (Submitted: Jun 7, 2016 4:21:04 PM EDT)

Answer- The reference has been updated through an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 26 RFP Section: 5.7F.2.b

Question: Requirement is for DC power system to provide -24/-48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. (Submitted: Jun 7, 2016 4:22:20 PM EDT)

Answer- These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level. (Answered: Jun 23, 2016 9:17:49 AM EDT)

Question 27 RFP Section: 7.2.1.E.2

Question: Requirement is for portable radio battery capacities of 2150, 2900, and 4200 mAh, which may be specific vendor capacities. Battery capacity by itself is not an accurate gauge of operating time. It is suggested that the County specify batteries based on portable radio operating time in accordance with the industry standard 5-5-90 duty cycle. (Submitted: Jun 7, 2016 4:23:11 PM EDT)

Answer- The specific battery capacity levels have been removed. This is reflected in an Addendum. The County desires options for various battery capacity levels for portable radios offered by each vendor. (Answered: Jun 29, 2016

12:57:46 PM EDT)

Question 28 RFP Section: 7.2.2.E

Question: Requirement is for up to 100 feet of coaxial cable for control stations. Please state quality reference or performance specification for coax cable. (Submitted: Jun 7, 2016 4:24:13 PM EDT)

Answer- Control station cables should be 1/2" LDF plenum rated cable with associated RF surge suppression, ground kit, and mounting hardware. This is reflected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 29 RFP Section: N/A

Question: Please provide the scheduled dates for planned demonstrations. (Submitted: Jun 7, 2016 4:25:22 PM EDT)

Answer- Plans are being made for the demonstrations, but the scheduled date will not be known until after the RFP bid end date deadline. (Answered: Jul 18, 2016 7:59:42 AM EDT)

Question 30 RFP Section: Evaluation Criteria 4.0

Question: The evaluation criteria includes 5 points for “Workload of the firm†. Please indicate how you plan to calculate “Workload of the firm†. Also, please describe how this benefits or affects Broward County and the selected company’s deployment efforts once the commitment to deploy within a specified time is made?

(Submitted: Jun 7, 2016 4:26:26 PM EDT)

Answer- Each Evaluation Committee Member will evaluate and allocate up to 5 points in regards to how much recent, current and projected work the firm has retained. This criteria will aid Broward County by indicating whether the firm can adequately manage a large project. Refer to Evaluation Criteria, question number four (4). (Answered: Jun

14, 2016 10:44:46 AM EDT)

Question 31 RFP Section: Evaluation Criteria 4.0

Question: The evaluation criteria includes 5 points for location. During the mandatory pre-bid meeting of May 17th, the county representative said that these 5 points would be given to a company if the company’s

Headquarters were located in Broward County. Please confirm that “Headquarters†means a firm’s

Corporate Headquarters. (Submitted: Jun 7, 2016 4:27:42 PM EDT)

Answer- Yes, Headquarters means the firm's Corporate Headquarters. (Answered: Jun 9, 2016 4:06:18 PM EDT)

Question 32 RFP Section: N/A

Question: Please provide radio traffic statistics for the current radio system during normal operation and busy hour to see how radio traffic was affected under real situations. (Submitted: Jun 7, 2016 4:28:25 PM EDT)

Answer- The current radio system traffic does not consider future loading, and is therefore not an accurate measure of system performance. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 33 Section 3.3 System Configuration

3.3.3 Grade of Service (GoS) – Trunked System B. The system shall meet a GoS of 1 percent, with 90 percent of units that are placed in queue receiving a channel grant within two seconds. Vendors shall use the following information in developing their design: 1. Assume 4,772 active users on the system 2. Assume 5 calls per unit per hour 3. Assume a 4 second call duration. 4. If the Vendor’s proposed system contains multiple subsystems or cells, an additional loading increase

shall be included to account for calls that involve talkgroups on two or more cells. Vendors shall provide calculations and explain justifications. Question: In reference to the item 3 above “Assume a 4 second call duration†, does this call duration represent the actual audio time without any call setup time included? (Submitted: Jun 7, 2016 4:28:58 PM EDT)

Answer- This represents the actual call audio time. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 34 Section 10.3.C – System Staging 3. The microwave subcontractor must make accommodations to stage its equipment at the P25 Vendor’s

facility, to allow staging of the complete radio and backup system simultaneously. Question: Would it be acceptable for the microwave MPLS network equipment to be staged at the Motorola Solutions facility (CCSi) without the complete microwave RF radio equipment? (Submitted: Jun 7, 2016 4:29:54 PM

EDT)

Answer- The full system must be configured at staging, including microwave MPLS and RF components. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 35 How many dispatch consoles will be dedicated for training? (Submitted: Jun 7, 2016 4:30:55 PM EDT)

Answer- The Vendor will be responsible for providing a local training facility at the Vendor's expense with a minimum of 20 dispatch positions. The training shall be conducted on a 24/7 basis to account for all Broward County dispatch shifts. There shall be a ratio of one student per dispatch console position. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 36 RFP Section:1.2, 1.4.A.2

Question: Requirement is for dispatch consoles and Motorola PremierOne CAD system to interface with the paging and FSA systems. System overview implies a requirement for vendor to furnish new UHF alphanumeric simulcast paging transmitters and a UHF fire station alerting system. Please clarify whether new UHF paging and fire station alerting subsystems are required as part of the procurement under Bid R1422515P1. If so, please provide full technical requirements including features, functions, and RF coverage. If new paging and FSA subsystems are not required under the Bid, please identify any need to interface to existing paging and FSA subsystems along with full technical descriptions and interface requirements. (Submitted: Jun 7, 2016 4:34:51 PM EDT)

Answer- The paging and FSA systems are not part of this procurement. The reference has been removed. (Answered: Jun

29, 2016 12:57:46 PM EDT)

Question 37 RFP Section: Bid Comments (Scope, Item 1), 1.3.C

Question: Scope Item 1 on RFP Page 2 requires a 700 MHz P25 Phase II System) to replace the County’s

existing 800 MHz Motorola SmartZone System while RFP Section 1.3.C requires a standalone 700/800 MHz, P25 DMM Phase I and Phase II trunked, simulcast system. Can the primary P25 trunked system be limited to one frequency band or must it be composed of both 700 and 800 MHz channels? (Submitted: Jun 7, 2016 4:36:46 PM EDT)

Answer- There are 20 700 MHz frequencies available to Broward County. If more than 20 frequencies are required, than it is likely 800 MHz frequencies utilized on the County's existing system will be required. (Answered: Jun 23, 2016

9:04:21 AM EDT)

Question 38 RFP Section:1.3.D

Question: Requirement is for a 4-site P25 Phase II, 7-channel fixed simulcast backup network supporting both voice and data. Please advise the frequency band of operation for the backup P25 trunked system. (Submitted: Jun

7, 2016 4:37:33 PM EDT)

Answer- Designs must account for either 700 MHz or 800 MHz frequencies based on frequency availability. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 39 RFP Section: 4.1.E

Question: Requirement is that the dispatch console system seamlessly integrate with the City of Fort Lauderdale’s Motorola P25 system and that the interface may be accomplished through CSSI or other

means that satisfy all identified requirements. Harris utilizes a virtualized CSSI within its ISSI interface. Does the Motorola hosted master site located at Motorola’s facility in Plantation, Florida provide the necessary ISSI interface to accommodate an interface to a

Harris ISSI? (Submitted: Jun 7, 2016 4:38:22 PM EDT)

Answer- It should be assumed that the Motorola Hosted Master Site will support the ISSI/CSSI connection at the time of system deployment. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 40 RFP Section: 4.5

Question: Requirement is for: The outputs from the console equipment shall be capable of being connected to the agency’s current replay

recording equipment. Please identify the existing replay equipment. A logging recorder link that will support a direct connection without requiring a conventional interface. Please identify each voice logging recorder to which vendor must link trunked and conventional audio resources and dispatch operator positions. To achieve a more efficient interface between the new trunked radio systems and the logging recorder, would the County accept new digital logging recorders in place of the County’s existing recorders? (Submitted: Jun 7, 2016

4:40:21 PM EDT)

Answer- A new digital logging recorder will not be accepted. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 41 Question: It is our expectation that the answers to these questions will have a significant impact on the system

design and the time required to complete a proposal. Therefore, Harris kindly requests that a 4 week extension be granted by Broward County. Such extension would go along with the 12 week period for proposal completion communicated during the RFQ selection committee meeting of April 26th. (Submitted: Jun 7, 2016 4:41:54 PM EDT)

Answer- the request to extend the bid end date by 4 weeks will not be granted. Any need to extend the bid end date will be determined as appropriate and as to the needs of Broward County. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 42 RFP Section 3.2.1.1 Microwave Engineering

A. Vendors shall conduct physical path surveys to assure that all proposed paths meet proper clearance criteria. Question: Is it correct to assume that physical path surveys referenced are to be completed by the successful vendor and not for the proposal stage? (Submitted: Jun 13, 2016 2:34:59 PM EDT)

Answer- Physical path surveys shall be conducted by the successful vendor after award, not during the proposal stage. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 43 Section 5.7 - DC Power System F. Performance Requirements: 3. Minimum Duration of Supply – The DC power system shall provide eight hours of run-time with a 25-percent equipment growth factor. Question: Is it correct to assume that the 25% equipment growth factor means that the proposed Charger-Rectifier and Battery Plant should be sized 25% higher than the required capacity? (Submitted: Jun 15, 2016 10:26:23

AM EDT)

Answer- Yes, correct. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 44 1. Lobbyist Registration Requirement Certification

Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be

deemed non-responsive for failure to fully comply within stated time frames. Question: This form is not on Bidsync, will it be added or is considered completed from Step 1 of the 2 Step process? (Submitted: Jun 15, 2016 8:09:35 PM EDT)

Answer- The Lobbyist Registration Requirement Certification Form has been added in an Addendum. (Answered: Jun 29,

2016 12:57:46 PM EDT)

Question 45 With regard to the requirement for backup radio systems that appears on page 10 section 1.2, page 12

paragraph D and page 24 section 2, which four (4) of the 12 sites listed as mandatory in Appendix B are the intended sites for these secondary systems? (Submitted: Jun 17, 2016 10:05:28 AM EDT)

Answer- The four sites listed in Column J of Appendix B. These include Core, Coconut Creek, Davie, and Channel 2. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 46 Section 5.3.F.3

The roof shall withstand the impact of ice falling from the adjacent tower without suffering any damage, or shall otherwise be protected from such damage. The Vendors shall describe in their proposals how this requirement will be met. Question: Please confirm the requirements for the Shelters per Section 5.3.F.3 to be a requirement of the specification. (Submitted: Jun 22, 2016 6:36:41 PM EDT)

Answer- While falling ice is not likely to be experienced, the requirement is intended to account for other falling objects or projectiles. The requirement remains. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 47 Section 7.3.2.A.3

The County has requested maintenance pricing to cover ‘Accidental Damage Replacement’ of subscriber

radios. a) Can the County please further define ‘Accidental Damage’ so respondents have a clear understanding

of what to include and b) Since there is not a specific line item in the price pages for Accidental Damage, are respondents to include this price in the overall maintenance pricing or provide it as a separate line item? (Submitted: Jun 24, 2016 8:29:35 AM EDT)

Answer- Accidental damage shall include any damage caused to the radio that impairs operation that is not directly the result of a manufacturer defect. The 'Accidental Damage' warranty plan shall cover the repair or replacement of these units as required. An updated pricing sheet has been provided for the Accidental Damage option. (Answered: Jul 11, 2016 3:25:05 PM

EDT)

- This will be addressed through an Addendum. (Answered: Jul 12, 2016 7:05:44 AM EDT)

Question 48 During the site surveys, Broward County indicated that it could provide a Tower Loading Analysis to vendors.

Can the County please provide this analysis for the existing towers? (Submitted: Jun 24, 2016 8:40:22 AM EDT)

Answer- Structural analyses shall be provided to the selected vendor after contract award. (Answered: Jul 11, 2016 3:25:05

PM EDT)

- According to the Project Manager, “County providing the proposers with data that is outdated and/or incomplete is not in the best interest of the County or the proposers… . the information the proposers are seeking, tower load analysis, is irrelevant for the proposers to provide a bid.†(Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 49 Section 4.3, Pg. 50

“B. The console system shall support a minimum of 24 conventional resources interfaced to the radio backhaul network through conventional gateways at each of the three PSAPs (72 conventional resources total). The conventional resources need to be available to the consoles in the event of a loss of wide-area trunking.â€

Please be more specific about the nature of the conventional resources. In B above the ask is for a minimum of 24 conventional resources but afterwards 72 conventional resources are described. (Submitted: Jun 24, 2016 8:41:44

AM EDT)

Answer- There are to be 24 conventional resources at each of the three regional dispatch centers, providing 72 total conventional resources. The conventional gateway needs to support Analog, Digital and IP Interface to conventional resource. Analog: The analog interface needs to support the following: • 2-Wire input/output • 4-Wire • VOX and Carrier Operated Relay (COR) • PTT Relay Output • Line Operated Busy Light (LOBL) Detectors • Analog Logging Output • Secure/Clear Call input The interface needs to support the following types of conventional channels: • R1, T1R1, T2R2, T4R4, T4R4, T8R8, T12R12, T14R14, T16R16 • MDC1200 • P25 Conventional The interface needs to support the following types of control: • E&M Control • Tone Remote Control (TRC) • Digital Control via IP Link (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 50 Section 2.5.1

This section asks for coverage maps in hard copy format. Does the vendor need to ship hard copies of the maps in addition to uploading the PDFs to BidSync? If so, please advise where to ship to and how to mark the packaging. (Submitted: Jun 24, 2016 8:43:12 AM EDT)

Answer- Soft copies submitted through BidSync will be acceptable for proposal purposes. Soft and hard copies will be required from the selected vendor after contract award based on final County approved system design. (Answered:

Jul 11, 2016 3:25:05 PM EDT)

Question 51 Section 2.5 and 2.5.2

Section 2.5.C.2 requests audio files in .wav or .mp3 files. Section 2.5.2.C requests antenna pattern files in EDX or PLANET formats. Given this is an electronic proposal only and items like this are typically provided on CD or jump drive, how would the County like Vendors to provide these files? (Submitted: Jun 24, 2016 8:44:31 AM EDT)

Answer- Vendor should upload the files in BidSync. At the County's request, vendor shall provide the files within three business days. This has been addressed in an Addendum (Answered: Jul 15, 2016 11:00:03 AM EDT)

Question 52 Could the County please provide a list of service codes that Broward County wishes to use that support the

CBE goals for this procurement? (Submitted: Jun 24, 2016 8:44:56 AM EDT)

Answer- OESBD will be having a meet and greet with eligible firms to network with potential bidders. This meeting is being coordinated by OESBD and is being held on 7/12/2016, 3:30-4:30PM, Broward County Government Center 115 S Andrews Avenue, RM 302, Ft. Lauderdale, FL 33301. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- Broward County does not provide a list of service codes regarding CBE goal requirements for solicitations. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 53 Section 6.7 DC Power System

F. Performance Requirements 3. Minimum Duration of Supply – The DC power system shall provide eight hours of runtime with a 25-percent equipment growth factor. Question: Eight hours of runtime for the P25 base stations will require significant space and significant weight for battery plants assuming that it is sized for full load (all trunked stations transmitting) plus 25% growth factor. For sizing the DC Power system, are we to assume that all voice trunking stations are continuously transmitting? If not, what would be the duty cycle to assume for the trunked voice channels (i.e. 50% transmit / 50% receive)? Traditional designs are configured for 2 hours of battery back up, mainly because if there is a generator failure, equipment is probable to fail from over heating. Is the County open to adjusting the time requirement for the back up battery systems? (Submitted: Jun 24, 2016 5:07:35 PM EDT)

Answer- Regarding Section 5.7, DC Power System; Vendors should assume a 50% average repeater usage (transmit and receive) for 8 hour DC runtime calculations. Vendors must also ensure 4 hours of DC runtime under 100% load. The County understands the space and weight requirements. These factors should be considered within the proposals. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This has been addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 54 In order for Harris to comply with the Broward County RFP request to demonstrate CAD interface with Motorola

PremierOne CAD to pass radio user data between systems, including radio unit ID, messaging, and CAD entry data, we request that Broward County please supply all PremierOne API documentation. Thank you for your consideration of this request. We look forward to your prompt response so that we can begin the middleware development process as soon as possible. (Submitted: Jun 27, 2016 1:02:07 PM EDT)

Answer- The County is not licensed to provide API data for PremierOne CAD. Vendors must demonstrate their best effort to conduct the demonstrations, and absent the ability to provide a live demonstration the vendor may provide information to the review committee to indicate their ability to meet the requirements in the specifications. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 55 In regard to the price pages supplied with the RFP (Appendix D_Pricing_Workbook for Information Only), there

are no columns for extended price calculations. Does the County want bidders to add column(s) to show the calculated extended price for items whose quantity is larger than 1? (Submitted: Jun 27, 2016 1:28:29 PM EDT)

Answer- Regarding Appendix D - Pricing Workbook for Information Only, The County is not requesting bidders to add columns to show extended pricing. (Answered: Jun 27, 2016 2:17:07 PM EDT)

Question 56 The price pages have a column for unit price and a column for discount percent. Is the unit price intended to be

the list price (before application of the discount) or the net unit price (after application of the discount). (Submitted:

Jun 27, 2016 1:29:09 PM EDT)

Answer- Regarding Appendix D - Pricing Workbook for Information Only; The unit price is intended to be the net price after application of the discount. (Answered: Jun 27, 2016 2:17:08 PM EDT)

Question 57 The list of sites provided in the RFP includes Tamarac and Deerfield. During the mandatory pre -bid meeting of May 17 it was mentioned that these sites are not to be re-used. However, this was not communicated officially through an amendment to the RFP. Can the County provide clarification regarding these two sites? (Submitted: Jun

28, 2016 7:42:12 AM EDT)

Answer- The County's existing sites in Deerfield and Tamarac are receive-only locations that will not be reused. The County is looking to build new tower sites in these general areas. It is the new sites that are reflected in the site matrix. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- For further clarification, the Deerfield and Tamarac site locations listed in Appendix B - Site Information are not the County's existing receive-only locations. (Answered: Jul 25, 2016 11:32:51 AM EDT)

Question 58 Question: Requirement is for DC power system to provide -24/ -48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. (Submitted: Jun 29, 2016 1:25:17 PM EDT)

Answer- Please see response to question 26. These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 59 Jun 07, 2016 4:22:20 PM EDT

Question: Requirement is for DC power system to provide -24/-48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. "Answer - Jun 23, 2016 9:17:49 AM EDT These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level." ---Updated Question: In reference to the answered question, is 1 for N redundancy also required for these supplemental voltages of +12vdc, -24vdc and 120vac? (Submitted: Jun 29, 2016 2:21:17 PM EDT)

Answer- N+1 redundancy is required for all voltage levels. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 60 Coordinates given for Hard Rock in the RFP do not clearly identify the intended structure. There appears to be

three structures that make up the Hard Rock complex. There are buildings to the Northwest, Southwest and Southeast in the complex. Please identify which building in the Hard Rock complex is intended for use as the Hard Rock radio site. (Submitted: Jun 30, 2016 12:20:18 PM EDT)

Answer- The coordinates correspond to planned new construction. The coordinates provided should be utilized. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 61 4.5. VOICE LOGGER OUTPUT

The Vendor shall identify within its proposal all replay requirements necessary to complete the interface. Question: In addition to the API cost, is it the intent of the County for the respondents to include pricing of all necessary replay requirements (including additional server hardware, other recording license additions and the services) or just identify all necessary replay requirements to complete the interface? (Submitted: Jun 30, 2016

3:32:54 PM EDT)

Answer- The vendor shall work with Replay Systems Inc. to obtain a quote for hardware and software needed to upgrade or replace existing logging recorder in order to be able to record the radio system talkgroups, conventional resources and dispatch consoles audio. For the radio vendor, the pricing should include at a minimum: server, firewall, and software licenses needed to pull the audio from the radio network and interface to the Logging system at both Central Dispatch and North Dispatch. For the Replay quote, it should included at a minimum the following (QTY to be defined by Replay): 1) VPI P25 Interface; 2) P25 API; 3) P25 Codec (one required per 32 Channels); 4) Cost to upgrade or replace existing logging recorder; 5) Installation and configuration (need to support pretest and cutover); 5) Extended Hardware and Software Support for years 2 thru X. (Answered: Jul 11,

2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 62 RFP Section 4.5

1. Please describe by make and model/version the existing replay recorders located at dispatch positions and the system logging recorders with which vendors are being asked to interface. 2. Please provide the contact information of the manufacturer representative and/or service group that provides follow-on sales and service to the existing logging recorder and the replay recorders. (Submitted: Jul 1, 2016 10:02:36

AM EDT)

Answer- #1 Vendor to contact Replay Systems, Inc. for existing logging system information. #2 Eddie Guererri Vice President Sales and Customer Support Replay Systems, Inc. 6555 NW 9th Avenue | Suite 105 Fort Lauderdale, FL 33309 T 954-267-9199 | TF 800.722.3472 F 954.267.9184 (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 63 The Specifications for the RFP reference the EOC one time in regards to being a microwave site. Does the

County require the EOC to be included in the new microwave design? (Submitted: Jul 1, 2016 1:11:08 PM EDT)

Answer- Yes, the EOC is to be a microwave only site. Appendix D has been updated with the information for the EOC site. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed through an Addendum. (Answered: Jul 12, 2016 7:05:44 AM EDT)

Question 64 2.6.7. Backup and Interoperability Systems

D. Vendors shall propose a mobile communications trailer with the following elements: 1. Appropriately sized vehicle for towing the proposed trailer Question: Please identify if the County requires the vehicle's price included in the proposal or only the specifications of a vehicle to tow the trailer? (Submitted: Jul 1, 2016 1:12:14 PM EDT)

Answer- The vehicle's price must be included in the proposal. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 65 With the recent addition of the Hard Rock Site location requirement, for a Prime Site, will County provide contact

information to the Vendors? (Submitted: Jul 1, 2016 1:15:28 PM EDT)

Answer- Contact information will be provided to the selected vendor. Vendors should assume sufficient space and power will be available. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- The contact for the Hard Rock site location is: Bobby Brown, Seminole Tribe of Florida Network Administrator, Phone Number: 954-966-6300 x11340, E-mail: [email protected]. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 66 Is there a requirement in the emergency communications trailer for Radio Dispatch Operator position or

positions? (Submitted: Jul 1, 2016 3:47:59 PM EDT)

Answer- There is no requirement for a dispatch console position in the communications trailer (Answered: Jul 13, 2016

11:42:45 AM EDT)

Question 67 CBE Goal

The RFP states that the Vendor shall only address the base solicitation amount for CBE goal participation. Can the County further elaborate on what is defined as the base solicitation in terms of the CBE calculation? (Submitted:

Jul 8, 2016 11:48:49 AM EDT)

Answer- As stated in the Office of Economics and Small Business Requirements: CBE Goal Participation, C., "The Vendor shall address the base solicitation amount for the CBE goal participation. No alternate/optional item(s) shall be addressed...". The Base solicitation amount is interpreted to be Line Item numbers R1422515P1-01-01 through R1422515P1-01-09 in the Item Response Form. There are no alternate or optional line items in in the Item Response Form for this solicitation. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 68 Does the County already have agreements to use/occupy the FDOT site that is shown as a non -existing 800 MHz site? Or, does the vendor bear any responsibility in securing the approval to use this site and, if so, to what degree? For the FDOT site, please provide the County’s contact for the purpose of arranging a site survey. (Submitted:

Jul 8, 2016 11:50:07 AM EDT)

Answer- The County has not made significant progress to date in securing the FDOT site, and is also evaluating other sites in the area. Therefore, we do not have contact information at this time. It is expected that the vendors will make reasonable assumptions for candidate sites or other sites proposed by the vendors that cannot be surveyed. The County notes that the FDOT site is a candidate site, and vendors have the discretion to either use this site or not within their designs. Vendors may reach out to the site owners of candidate sites directly if they wish to conduct surveys. (Answered: Jul 15, 2016 8:22:06 AM EDT)

Question 69 Can the County please provide scoring details or evaluation criteria for the demonstrations so vendors

understand how the demos will be evaluated? (Submitted: Jul 8, 2016 12:45:51 PM EDT)

Answer- The Demonstration Requirements document will be provided to the Evaluation Committee for their review. (Answered: Jul 13, 2016 11:42:45 AM EDT)

Question 70 Coverage testing will be performed per TSB -88.3-D in all accessible test tiles as defined by the grid definitions in the RFP Section 10.6.B.4.b.ii. We define accessible as any land tile containing roads that are identified in the 2015 US Census Bureau’s

Tiger Road Database and is classified as: Primary Secondary Local Ramp Service Drive Vehicular Trail Private Service Road (if accessible) Tiles that are not land accessible but may be accessed via watercraft will also be included in the test. Does the County agree with these definitions? (Submitted: Jul 8, 2016 1:25:37 PM EDT)

Answer- While the County tends to agree with these requirements, the more broad definition defined in TSB-88.3-D of "Accessible test tiles" will be maintained in the specifications. Tiles that are accessible via watercraft (airboat, boat, etc.) shall be considered accessible, including areas over the Everglades. These areas shall be tested consistent with the County’s coverage requirements. (Answered: Jul 15, 2016 8:22:06 AM EDT)

Question 71 Part 1 of 3

LAW OFFICES MOSKOWITZ, MANDELL, SALIM & SIMOWITZ, P.A. 800 CORPORATE DRIVE, SUITE 500 FORT LAUDERDALE, FLORIDA 33334 July 8, 2016 Jose De Zayas, Project Manager Michael Mullen, Purchasing Agent Re: Broward County Solicitation #R1422515P1, Public Safety Radio APCO Project 25 700 MHz Communication System (the “Solicitation†) Gentlemen: This firm represents Harris Corporation (“Harris†) with respect to the above-referenced Solicitation. As we are aware that the Cone of Silence is in effect with respect to this Solicitation, we address this letter to you both in accordance with Mr. Mullen’s prior email to Harris and Section J of the Solicitation’s Special Instructions

to Vendors. Should this letter be addressed to any other person, we ask that you forward it accordingly and advise us as well for any future communications. In light of the importance of the public safety implications of this Solicitation, on behalf of Harris we write to request that Broward County provide a four week extension of the current July 8, 2016 deadline for the submission of questions, and a six week extension of the current submission deadline of August 3, 2016. We believe such an extension is in the best interests of the County, its residents and all interested vendors to ensure that complete and accurate, technically feasible, proposals are submitted in conformance with the requirements of the Solicitation. (Submitted: Jul 8, 2016 3:25:46 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- A two week extension from August 3, 2016 to August 17, 2016 for a submission deadline has been determined to be appropriate. The question and answer period will not be extended as requested. (Answered: Jul 26, 2016

3:17:40 PM EDT)

Question 72 Part 2 of 3

In particular, we note that some 70 questions have been submitted to date concerning the technical specifications of the Solicitation, and 24 of those questions remain unanswered as of this writing. The unanswered questions pose issues of tremendous concern with respect to the ability to properly design the required system and implement the same. For instance, the Solicitation requires the vendor to demonstrate a proper interface of the radio system and the CAD system. Technical questions regarding the existing proprietary CAD system have not been answered, nor relevant documentation provided to design and implement the proper interface. Further, there is insufficient information provided as to the availability of certain tower sites and the loading capacity of tower sites. The tower questions presented and documentation requested is critical to the appropriate design of the system to provide the required coverage. We also note that the City of Fort Lauderdale recently issued, on June 30, 2016, its Solicitation 769-11783, Enhanced 911 Public Safety Answering Point (PSAP) Implementation (the “RLI†). This Request for Letters of Interest concerns the process and phases necessary for the City to realize a fully functional Enhanced 911 (E911) Public Safety Answering Point (PSAP) with a focus on Next Generation (NG911) Capabilities. The City had joined the Broward County Consolidated Regional E911 Communications System in August of 2014, but now appears to be seeking its own solution in light of “ongoing issues with the regional system.†In light of the Solicitation’s County-wide application, Harris is very concerned as to what, if any, impact the City’s RLI will

have on the systems and processes to be designed, the areas to be covered and any changes to the overall scope of the Solicitation. (Submitted: Jul 8, 2016 3:26:43 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- As of July 18, all questions have been answered. Regarding tower loading, please see response to question 48. The City of Ft. Lauderdale's solicitation, Enhanced 911 Public Safety Answering Point (PSAP) Implementation, has no impact on any of the specifications or plans regarding Broward County's current solicitation RFP R1422515P1. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 73 Part 3 of 3

Finally, Harris understands the significant importance of supporting companies based in Broward County and will be engaging local companies as part of its project team. The vendor fair now scheduled for July 12 will introduce a number of new vendors to Harris that will help it meet the CBE criteria set forth in the Solicitation. While Harris will make every effort to evaluate the companies identified as potential partners for this project, the proposal deadline of August 3rd will not provide enough time to thoroughly appraise and validate these potential vendors as well as to get the subcontract proposals and inputs for their portions of the project. To Harris, a sound deployment of the P25 radio system for the County is its top priority, so the companies engaged must meet both Harris’ and the County’s high standards.

For the aforesaid reasons, we respectfully request that the County extend the current July 8, 2016 deadline for the submission of questions for four weeks, and the current submission deadline of August 3, 2016 for an additional six weeks. The provision of this extension will ensure that all vendors can submit complete proposals that meet and exceed all of the Solicitation’s technical, CBE and other specifications.

Very truly yours, _/s/ William G. Salim, Jr. WILLIAM G. SALIM, JR. WGS/cl cc: Client (Submitted: Jul 8, 2016 3:27:12 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- Broward County is pleased that the July 12, 2016 Office of Economic and Small Business Development Meet and Greet time was a success in bringing potential subcontractors and proposers together. As stated earlier question and answer 71, the question and answer period will not be extended as requested. The extension for submission deadline has been extended to August 17, 2016. We believe that this is a sufficient time for proposers to submit their responses. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 242

5

6

Question and Answers for Bid #R1422515P1 - Public Safety Radio APCO Project 25 700MHz Communication System

Overall Bid Questions

Question 1 Will the County provide an assigned storage facility or will this be the vendor's responsibility during Installation

Phase? (Submitted: May 16, 2016 5:44:32 PM EDT)

Answer- Please clarify the question by being more specific. (Answered: May 19, 2016 11:55:07 AM EDT)

- The Vendor will be responsible for providing storage for any equipment that is shipped prior to installation. The Vendor shall be liable for all equipment while it is housed at their storage facility. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 2 A. 1. Primary Trunked System

Last sentence: “A secondary simulcast cell or multicast site will be acceptable for coverage over the Everglades.â€

Question: What is the approximate expected traffic loading for this rural area/ Everglades? (Submitted: May 16, 2016

5:46:09 PM EDT)

Answer- Proposers should provide 10 talkpaths (6 RF channels) to cover the Everglades. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 3 Section 8.1 8.1. Overview, Section A

Question: Can the county provide a quantity breakdown for Portable and Mobiles based on the following: -Portable Radios -Remote Mobiles -Dual Head Mobiles -Dash Mobiles -Fire Truck Mobiles -Ambulance Mobiles -Boat Mobiles (Submitted: May 16, 2016 5:51:31 PM EDT)

Answer- A specific breakdown of portable and mobile radios by installation configuration is not available. It is noted that portable and mobile radio costs are not factored as part of the scoring, and user agencies will be responsible for purchasing radios directly. Pricing information should be provided for the full range of installation configurations offered by the proposer with the specific installation costs for each. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 4 Section 11.6 Coverage Testing, Section B. CATP

iv). A grid will be considered a “fail†if the outbound signal is measured at a BER greater than or equal to two percent. Question: Two percent (2.0%) is a DAQ3.4 for FDMA. DAQ3.4 for TDMA outbound is 2.4%. Should this read: A grid will be considered a “fail†if the outbound signal is measured at a BER greater than 2.4 percent. (Submitted:

May 16, 2016 5:53:12 PM EDT)

Answer- The County requires BER testing conducted at a failure rate of 2%. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 5 Section 8 Training Questions:

1. Dispatch Consoles: Is county seeking supervisor or user training? How many students will be trained? 2. Does the County prefer the Train-the-Trainer approach for Subscriber radio training? 3. How many students need Subscriber training? 4. How many Maintenance Technicians need training? 5. How many Technical Radio Managers need training? (Submitted: May 16, 2016 5:54:51 PM EDT)

Answer- 1. The County is seeking both supervisor and user training. An estimated 500 individuals will require training. 2. Train the trainer will be the best approach for the end user radios (portable/mobile). 3. An estimated 200 individuals will require mobile/portable training. 4. An estimated 12 maintenance technicians will require training. 5. An estimated 6 Radio Managers will require training. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 6 Section 3.0 Backhaul Network

3.2.1- Minimum Requirements Section G “Redundant landline-based Ethernet connectivity shall be provided to all critical infrastructure locations (system controllers, prime controllers, dispatch locations) as well as the EMS, Coconut Creek, Channel 2, and Davie locations identified in Appendix B. Radio backhaul must seamlessly route and self-heal between the combined microwave and landline network.â€

Question: Is this requirement to just provide an estimated cost for the leased landline connectivity or is it to be priced into the on-going maintenance of the system? (Submitted: May 16, 2016 5:56:32 PM EDT)

Answer- The County does not desire cost estimates for leased circuits. The County will be responsible for securing the leased circuits to provide the backhaul transport. The Vendor will be responsible for interfacing those links with the MPLS backhaul system and ensuring that the traffic can seamlessly route between the microwave and landline circuits. Vendors should factor in the costs of any maintenance required for equipment needed to interface with the landline connections within their proposals. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 7 Section 3.0 Backhaul Network

3.2.1- Minimum Requirements H Capacity (Part 3) Question: Since the current system is TDM based, please provide a T1 channel plan that will be required to be supported by the new microwave. (Submitted: May 16, 2016 5:57:45 PM EDT)

Answer- A copy of the T1 channel plan will be provided on BidSync. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 8 Section 2.0 Radio Communications System Requirements

2.6.7 Backup and Interoperability Requirements, D “Vendors shall propose a mobile communications trailer with the following elements:â€

Question: Is there any requirement to provide working space for personnel within the equipment area of the trailer? (Submitted: May 16, 2016 5:58:37 PM EDT)

Answer- The trailer should include seated workspace for one technician. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 9 Does Broward County have existing County owned facilities that have available space to support the storage of

equipment during the implementation period? If county owned storage space is available for use by the vendor during implementation then the cost to rent temporary storage would not be added to the project and ultimately incurred by the County. (Submitted: May 23, 2016 2:59:41 PM EDT)

Answer- The Vendor will be responsible for providing storage for any equipment that is shipped prior to installation. The Vendor shall be liable for all equipment while it is housed at their storage facility. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 10 B. The system shall meet a GoS of 1 percent, with 90 percent of units that are placed in queue receiving a

channel grant within two seconds. Vendors shall use the following information in developing their design: 1. Assume 4,772 active users on the system 2. Assume 5 calls per unit per hour 3. Assume a 4-second call duration. 4. If the Vendor’s proposed system contains multiple subsystems or cells, an additional loading increase

shall be included to account for calls that involve talkgroups on two or more cells. Vendors shall provide calculations and explain justifications. Question: This call rate would require 40 talk paths for a 1% GOS. Since Broward County has twenty 700 MHz frequencies which could provide the maximum 36 talk paths plus the control channel for a single simulcast cell, is there going to be additional traffic information that could be used to better analyze the traffic from 4772 active units? (Submitted: May 23, 2016 3:01:45 PM EDT)

Answer- The County has reviewed the projected system loading and has reduced the number of active users to 4272. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 11 RFP Section: 2.3.2.A, 2.3.2.B, 2.3.2.C

Question: Requirement is for system expansion of 10 percent by the addition of hardware and/or software. The combiner example provided in RFP Section 2.3.2.A is for “equipped†capacity and not the capability for expansion. Is the combiner a special case and the remainder of equipment shall be “capable†of 10 percent expansion? Sections 2.3.2.B and 2.3.2.C are in conflict with each other with respect to expanding the number of simulcast cells (30 vs. 5, respectively). Additionally, these sections conflict with Section 2.3.2.A (10 percent expansion requirement) relative to sites per simulcast cell. It is requested that hardware expansion as required by the affected RFP sections be limited to 10 percent of the Vendor system design. Please distinguish between “equipped vs. “capable†expansion. (Submitted: Jun

7, 2016 3:55:18 PM EDT)

Answer- Section 2.3.2.A states that the expansion capability shall be provided "where possible", so if expansion is not possible for certain components within a vendor's proposed design than the proposal will still be compliant. The expansion capability shall be provided as "equipped" capacity. Section 2.3.2.B has been removed. The specific expansion requirements listed in section 2.3.2.C supersede the 10% requirement in 2.3.2.A, and will not be eliminated. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 12 RFP Section: 2.6.2.B

Question: Reference to APCO P25 functional requirements, features, and performance objectives should be to Section 2.2.1, not 3.2.1. (Submitted: Jun 7, 2016 3:57:19 PM EDT)

Answer- The reference has been corrected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 13 RFP Section: 2.6.2.C

Question: Requirement is for the system controller to be placed at the County’s Sunrise PSAP. No mention is

made of a location for a redundant system controller. RFP Section 2.3.1.D indicates a desire for geographically separated system controllers, simulcast controllers, and voting equipment. Please clarify the requirement for geographically redundant components. (Submitted: Jun 7, 2016 3:59:21 PM EDT)

Answer- Geographically redundant components shall not be co- located within the same building. Vendors should provide the primary system controller at the Sunrise PSAP and the backup system controller at the Coconut Creek PSAP. The primary simulcast controller should be located at the Core site a backup should be located at the Hard Rock location. This does not preclude additional backup simulcast controller locations if proposed. This has been addressed in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 14 RFP Section: 2.6.6.B.4

Question: Return loss should be specified as 14 dB corresponding to a VSWR of 1.5:1. (Submitted: Jun 7, 2016

4:01:50 PM EDT)

Answer- The return loss has been corrected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 15 RFP Section: 2.6.7.A.5

Question: Requirement for the P25 trunked backup system is the greatest level of autonomy possible from the primary trunked system. Does this level of autonomy require a separate system controller from that furnished for the primary trunked system? If so, please state redundancy requirements, if any. Also, is there any requirement to link the backup trunked system with the primary trunked system at the system level? (Submitted: Jun 7, 2016 4:08:40

PM EDT)

Answer- A separate system controller is not required (single system ID). The backup system should have an independent simulcast controller with connected to both the primary and backup system controllers. (Answered:

Jun 23, 2016 9:04:21 AM EDT)

Question 16 RFP Section: 2.6.7.C

Question: Requirement is for a “narrowband†analog conventional simulcast repeater system for certain NPSPAC interoperability channels. NPSPAC is not narrowband but an offset channel methodology. For analog voice, NPSPAC emission would represent reduced bandwidth relative to standard wideband emission e.g. 14K0F3E vs. 16K0F3E, “occupied bandwidth.†Please clarify County’s required bandwidth for analog

NPSPAC operations. (Submitted: Jun 7, 2016 4:10:01 PM EDT)

Answer- The "narrowband" reference has been replaced with "wideband" in an Addendum. The channels shall operate with a 20K0F3E emission consistent with the NIFOG. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 17 RFP Section: 2.6.7.D.5

Question: Requirement for mobile communications trailer includes two 700 MHz repeaters operating in the P25 conventional mode. Are the repeaters to be single- or multi -channel? How are the repeaters to be controlled? (Submitted: Jun 7, 2016 4:10:50 PM EDT)

Answer- The repeaters shall be single-frequency units. The repeaters shall default in the repeat mode and shall be controlled locally. This is reflected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 18 RFP Section: 2.7.A

Question: Requirement is for a “narrowband†analog simulcast 800 MHz conventional repeater system. Use of narrowband analog modulation is not necessary at 800 MHz and would result in less coverage in a given system compared to wide-band emissions. (Submitted: Jun 7, 2016 4:11:44 PM EDT)

Answer- The "narrowband" reference has been replaced with "wideband" in an Addendum. The channels shall operate with a 20K0F3E emission consistent with the NIFOG. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 19 RFP Section: 3.2.1.H.3

Question: County desires that new microwave system be cutover in advance of the new radio system so that it may support the legacy SmartNet system. Please provide the route map and T1 channel plan including loop switch redundancy associated with the existing Tadiran microwave system currently supporting SmartNet. (Submitted: Jun 7, 2016 4:12:35 PM EDT)

Answer- The T1 channel plan will be provided in an addendum. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 20 RFP Section:1.1, 3.2.1.H.3

Question: Is it intended that system vendor build out the replacement SmartNet T1 transport to a point of demarcation from which County will interconnect to Smartnet TenSr channel banks, Larus route switches, etc.? If so, please define the hardware interface required as a point of demarcation at each SmartNet site. (Submitted: Jun

7, 2016 4:13:58 PM EDT)

Answer- It is the intent to cutover backhaul from the existing microwave system to the new microwave system prior to the radio system cutover. The demarcation point at each radio site will be the Larus route switches. All channel banks from each remote radio site terminate at the Public Safety Building, which is not currently planned for connectivity on the new microwave system. As part of the microwave cutover plan, the radios in the north and south microwave loops will be replaced with new microwave radios, but the existing eight (8) CM6 microwave radios between Core and PSB (4 radios at Core and 4 radios at PSB) will remain in place during the cutover to support the legacy system. These eight (8) CM6 microwave radios will be removed once the all radios users are migrated to the new P25 system. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 21 RFP Section: 3.2.1.N.5

Question: Requirement is for microwave antenna systems to be tested for low VSWR using return loss measurements. Please state minimum acceptable return loss. (Submitted: Jun 7, 2016 4:14:48 PM EDT)

Answer- VSWR of 1.5:1, and return loss of 14 dB. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 22 RFP Section: 1,9.H, 1.10.F, 5.1.F

Question: Requirement is for successful vendor to provide detailed drawings for structures and foundations sealed by a Florida P.E. at the time of the 45-day design. It is not practical to require sealed drawings for a design not yet approved by the County. Rather, tower profile drawings indicating antenna-mounting locations should be submitted at time of the 45-day design (see RFP Section 1.9.H). It is requested that the submittal of sealed drawings for new towers and tower structural analysis for existing towers be provided within 90 days from Final Design submittal such that the appropriate engineering analyses may be performed based on a County-accepted system design. (Submitted: Jun 7, 2016 4:16:46 PM EDT)

Answer- Detailed drawings for structures and foundations sealed by a Florida P.E will be permitted at the 90 day Final Design, with tower profile drawings indicating antenna-mounting locations provided at the 45-day design. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 23 RFP Section: 5.2.A.1

Question: Requirement is for vendor to update proposed solutions during negotiations if it is determined that existing towers must be replaced or modified. Whether an existing tower structure should be modified or replaced may not be known at the time of negotiation since structural analysis of existing structures will not yet have been conducted by the successful vendor. Similar to the request made in Question 13 above, is it acceptable to provide the recommendation to modify or replace following the structural analysis of existing tower structures within a 90-day period from Final Design submittal? (Submitted: Jun 7, 2016 4:18:09 PM EDT)

Answer- Recommendations to replace or upgrade a tower may be provided within a 90-day period during the Final Design submittal. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 24 RFP Section: 5.2.C.2

Question: Please clarify requirement for transmission line support to accommodate both snap-in and bolt - in cable hangers. RFP Section 2.6.6.E.1 does not permit the use of “snap-on kits.†Please resolve the conflict between RFP Sections 2.6.6.E.1 and 5.2.C.2. (Submitted: Jun 7, 2016 4:19:12 PM EDT)

Answer- The specifications have been updated in an Addendum to reflect that snap- in cable hangers are not permitted. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 25 RFP Section: 5.2.E.3, 5.3.1.5.a

Question: Harris Site Grounding and Lightning Protection Guidelines should be corrected to read AE/LZT 123 4618/1. (Submitted: Jun 7, 2016 4:21:04 PM EDT)

Answer- The reference has been updated through an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 26 RFP Section: 5.7F.2.b

Question: Requirement is for DC power system to provide -24/-48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. (Submitted: Jun 7, 2016 4:22:20 PM EDT)

Answer- These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level. (Answered: Jun 23, 2016 9:17:49 AM EDT)

Question 27 RFP Section: 7.2.1.E.2

Question: Requirement is for portable radio battery capacities of 2150, 2900, and 4200 mAh, which may be specific vendor capacities. Battery capacity by itself is not an accurate gauge of operating time. It is suggested that the County specify batteries based on portable radio operating time in accordance with the industry standard 5-5-90 duty cycle. (Submitted: Jun 7, 2016 4:23:11 PM EDT)

Answer- The specific battery capacity levels have been removed. This is reflected in an Addendum. The County desires options for various battery capacity levels for portable radios offered by each vendor. (Answered: Jun 29, 2016

12:57:46 PM EDT)

Question 28 RFP Section: 7.2.2.E

Question: Requirement is for up to 100 feet of coaxial cable for control stations. Please state quality reference or performance specification for coax cable. (Submitted: Jun 7, 2016 4:24:13 PM EDT)

Answer- Control station cables should be 1/2" LDF plenum rated cable with associated RF surge suppression, ground kit, and mounting hardware. This is reflected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 29 RFP Section: N/A

Question: Please provide the scheduled dates for planned demonstrations. (Submitted: Jun 7, 2016 4:25:22 PM EDT)

Answer- Plans are being made for the demonstrations, but the scheduled date will not be known until after the RFP bid end date deadline. (Answered: Jul 18, 2016 7:59:42 AM EDT)

Question 30 RFP Section: Evaluation Criteria 4.0

Question: The evaluation criteria includes 5 points for “Workload of the firm†. Please indicate how you plan to calculate “Workload of the firm†. Also, please describe how this benefits or affects Broward County and the selected company’s deployment efforts once the commitment to deploy within a specified time is made?

(Submitted: Jun 7, 2016 4:26:26 PM EDT)

Answer- Each Evaluation Committee Member will evaluate and allocate up to 5 points in regards to how much recent, current and projected work the firm has retained. This criteria will aid Broward County by indicating whether the firm can adequately manage a large project. Refer to Evaluation Criteria, question number four (4). (Answered: Jun

14, 2016 10:44:46 AM EDT)

Question 31 RFP Section: Evaluation Criteria 4.0

Question: The evaluation criteria includes 5 points for location. During the mandatory pre-bid meeting of May 17th, the county representative said that these 5 points would be given to a company if the company’s

Headquarters were located in Broward County. Please confirm that “Headquarters†means a firm’s

Corporate Headquarters. (Submitted: Jun 7, 2016 4:27:42 PM EDT)

Answer- Yes, Headquarters means the firm's Corporate Headquarters. (Answered: Jun 9, 2016 4:06:18 PM EDT)

Question 32 RFP Section: N/A

Question: Please provide radio traffic statistics for the current radio system during normal operation and busy hour to see how radio traffic was affected under real situations. (Submitted: Jun 7, 2016 4:28:25 PM EDT)

Answer- The current radio system traffic does not consider future loading, and is therefore not an accurate measure of system performance. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 33 Section 3.3 System Configuration

3.3.3 Grade of Service (GoS) – Trunked System B. The system shall meet a GoS of 1 percent, with 90 percent of units that are placed in queue receiving a channel grant within two seconds. Vendors shall use the following information in developing their design: 1. Assume 4,772 active users on the system 2. Assume 5 calls per unit per hour 3. Assume a 4 second call duration. 4. If the Vendor’s proposed system contains multiple subsystems or cells, an additional loading increase

shall be included to account for calls that involve talkgroups on two or more cells. Vendors shall provide calculations and explain justifications. Question: In reference to the item 3 above “Assume a 4 second call duration†, does this call duration represent the actual audio time without any call setup time included? (Submitted: Jun 7, 2016 4:28:58 PM EDT)

Answer- This represents the actual call audio time. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 34 Section 10.3.C – System Staging 3. The microwave subcontractor must make accommodations to stage its equipment at the P25 Vendor’s

facility, to allow staging of the complete radio and backup system simultaneously. Question: Would it be acceptable for the microwave MPLS network equipment to be staged at the Motorola Solutions facility (CCSi) without the complete microwave RF radio equipment? (Submitted: Jun 7, 2016 4:29:54 PM

EDT)

Answer- The full system must be configured at staging, including microwave MPLS and RF components. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 35 How many dispatch consoles will be dedicated for training? (Submitted: Jun 7, 2016 4:30:55 PM EDT)

Answer- The Vendor will be responsible for providing a local training facility at the Vendor's expense with a minimum of 20 dispatch positions. The training shall be conducted on a 24/7 basis to account for all Broward County dispatch shifts. There shall be a ratio of one student per dispatch console position. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 36 RFP Section:1.2, 1.4.A.2

Question: Requirement is for dispatch consoles and Motorola PremierOne CAD system to interface with the paging and FSA systems. System overview implies a requirement for vendor to furnish new UHF alphanumeric simulcast paging transmitters and a UHF fire station alerting system. Please clarify whether new UHF paging and fire station alerting subsystems are required as part of the procurement under Bid R1422515P1. If so, please provide full technical requirements including features, functions, and RF coverage. If new paging and FSA subsystems are not required under the Bid, please identify any need to interface to existing paging and FSA subsystems along with full technical descriptions and interface requirements. (Submitted: Jun 7, 2016 4:34:51 PM EDT)

Answer- The paging and FSA systems are not part of this procurement. The reference has been removed. (Answered: Jun

29, 2016 12:57:46 PM EDT)

Question 37 RFP Section: Bid Comments (Scope, Item 1), 1.3.C

Question: Scope Item 1 on RFP Page 2 requires a 700 MHz P25 Phase II System) to replace the County’s

existing 800 MHz Motorola SmartZone System while RFP Section 1.3.C requires a standalone 700/800 MHz, P25 DMM Phase I and Phase II trunked, simulcast system. Can the primary P25 trunked system be limited to one frequency band or must it be composed of both 700 and 800 MHz channels? (Submitted: Jun 7, 2016 4:36:46 PM EDT)

Answer- There are 20 700 MHz frequencies available to Broward County. If more than 20 frequencies are required, than it is likely 800 MHz frequencies utilized on the County's existing system will be required. (Answered: Jun 23, 2016

9:04:21 AM EDT)

Question 38 RFP Section:1.3.D

Question: Requirement is for a 4-site P25 Phase II, 7-channel fixed simulcast backup network supporting both voice and data. Please advise the frequency band of operation for the backup P25 trunked system. (Submitted: Jun

7, 2016 4:37:33 PM EDT)

Answer- Designs must account for either 700 MHz or 800 MHz frequencies based on frequency availability. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 39 RFP Section: 4.1.E

Question: Requirement is that the dispatch console system seamlessly integrate with the City of Fort Lauderdale’s Motorola P25 system and that the interface may be accomplished through CSSI or other

means that satisfy all identified requirements. Harris utilizes a virtualized CSSI within its ISSI interface. Does the Motorola hosted master site located at Motorola’s facility in Plantation, Florida provide the necessary ISSI interface to accommodate an interface to a

Harris ISSI? (Submitted: Jun 7, 2016 4:38:22 PM EDT)

Answer- It should be assumed that the Motorola Hosted Master Site will support the ISSI/CSSI connection at the time of system deployment. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 40 RFP Section: 4.5

Question: Requirement is for: The outputs from the console equipment shall be capable of being connected to the agency’s current replay

recording equipment. Please identify the existing replay equipment. A logging recorder link that will support a direct connection without requiring a conventional interface. Please identify each voice logging recorder to which vendor must link trunked and conventional audio resources and dispatch operator positions. To achieve a more efficient interface between the new trunked radio systems and the logging recorder, would the County accept new digital logging recorders in place of the County’s existing recorders? (Submitted: Jun 7, 2016

4:40:21 PM EDT)

Answer- A new digital logging recorder will not be accepted. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 41 Question: It is our expectation that the answers to these questions will have a significant impact on the system

design and the time required to complete a proposal. Therefore, Harris kindly requests that a 4 week extension be granted by Broward County. Such extension would go along with the 12 week period for proposal completion communicated during the RFQ selection committee meeting of April 26th. (Submitted: Jun 7, 2016 4:41:54 PM EDT)

Answer- the request to extend the bid end date by 4 weeks will not be granted. Any need to extend the bid end date will be determined as appropriate and as to the needs of Broward County. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 42 RFP Section 3.2.1.1 Microwave Engineering

A. Vendors shall conduct physical path surveys to assure that all proposed paths meet proper clearance criteria. Question: Is it correct to assume that physical path surveys referenced are to be completed by the successful vendor and not for the proposal stage? (Submitted: Jun 13, 2016 2:34:59 PM EDT)

Answer- Physical path surveys shall be conducted by the successful vendor after award, not during the proposal stage. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 43 Section 5.7 - DC Power System F. Performance Requirements: 3. Minimum Duration of Supply – The DC power system shall provide eight hours of run-time with a 25-percent equipment growth factor. Question: Is it correct to assume that the 25% equipment growth factor means that the proposed Charger-Rectifier and Battery Plant should be sized 25% higher than the required capacity? (Submitted: Jun 15, 2016 10:26:23

AM EDT)

Answer- Yes, correct. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 44 1. Lobbyist Registration Requirement Certification

Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be

deemed non-responsive for failure to fully comply within stated time frames. Question: This form is not on Bidsync, will it be added or is considered completed from Step 1 of the 2 Step process? (Submitted: Jun 15, 2016 8:09:35 PM EDT)

Answer- The Lobbyist Registration Requirement Certification Form has been added in an Addendum. (Answered: Jun 29,

2016 12:57:46 PM EDT)

Question 45 With regard to the requirement for backup radio systems that appears on page 10 section 1.2, page 12

paragraph D and page 24 section 2, which four (4) of the 12 sites listed as mandatory in Appendix B are the intended sites for these secondary systems? (Submitted: Jun 17, 2016 10:05:28 AM EDT)

Answer- The four sites listed in Column J of Appendix B. These include Core, Coconut Creek, Davie, and Channel 2. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 46 Section 5.3.F.3

The roof shall withstand the impact of ice falling from the adjacent tower without suffering any damage, or shall otherwise be protected from such damage. The Vendors shall describe in their proposals how this requirement will be met. Question: Please confirm the requirements for the Shelters per Section 5.3.F.3 to be a requirement of the specification. (Submitted: Jun 22, 2016 6:36:41 PM EDT)

Answer- While falling ice is not likely to be experienced, the requirement is intended to account for other falling objects or projectiles. The requirement remains. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 47 Section 7.3.2.A.3

The County has requested maintenance pricing to cover ‘Accidental Damage Replacement’ of subscriber

radios. a) Can the County please further define ‘Accidental Damage’ so respondents have a clear understanding

of what to include and b) Since there is not a specific line item in the price pages for Accidental Damage, are respondents to include this price in the overall maintenance pricing or provide it as a separate line item? (Submitted: Jun 24, 2016 8:29:35 AM EDT)

Answer- Accidental damage shall include any damage caused to the radio that impairs operation that is not directly the result of a manufacturer defect. The 'Accidental Damage' warranty plan shall cover the repair or replacement of these units as required. An updated pricing sheet has been provided for the Accidental Damage option. (Answered: Jul 11, 2016 3:25:05 PM

EDT)

- This will be addressed through an Addendum. (Answered: Jul 12, 2016 7:05:44 AM EDT)

Question 48 During the site surveys, Broward County indicated that it could provide a Tower Loading Analysis to vendors.

Can the County please provide this analysis for the existing towers? (Submitted: Jun 24, 2016 8:40:22 AM EDT)

Answer- Structural analyses shall be provided to the selected vendor after contract award. (Answered: Jul 11, 2016 3:25:05

PM EDT)

- According to the Project Manager, “County providing the proposers with data that is outdated and/or incomplete is not in the best interest of the County or the proposers… . the information the proposers are seeking, tower load analysis, is irrelevant for the proposers to provide a bid.†(Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 49 Section 4.3, Pg. 50

“B. The console system shall support a minimum of 24 conventional resources interfaced to the radio backhaul network through conventional gateways at each of the three PSAPs (72 conventional resources total). The conventional resources need to be available to the consoles in the event of a loss of wide-area trunking.â€

Please be more specific about the nature of the conventional resources. In B above the ask is for a minimum of 24 conventional resources but afterwards 72 conventional resources are described. (Submitted: Jun 24, 2016 8:41:44

AM EDT)

Answer- There are to be 24 conventional resources at each of the three regional dispatch centers, providing 72 total conventional resources. The conventional gateway needs to support Analog, Digital and IP Interface to conventional resource. Analog: The analog interface needs to support the following: • 2-Wire input/output • 4-Wire • VOX and Carrier Operated Relay (COR) • PTT Relay Output • Line Operated Busy Light (LOBL) Detectors • Analog Logging Output • Secure/Clear Call input The interface needs to support the following types of conventional channels: • R1, T1R1, T2R2, T4R4, T4R4, T8R8, T12R12, T14R14, T16R16 • MDC1200 • P25 Conventional The interface needs to support the following types of control: • E&M Control • Tone Remote Control (TRC) • Digital Control via IP Link (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 50 Section 2.5.1

This section asks for coverage maps in hard copy format. Does the vendor need to ship hard copies of the maps in addition to uploading the PDFs to BidSync? If so, please advise where to ship to and how to mark the packaging. (Submitted: Jun 24, 2016 8:43:12 AM EDT)

Answer- Soft copies submitted through BidSync will be acceptable for proposal purposes. Soft and hard copies will be required from the selected vendor after contract award based on final County approved system design. (Answered:

Jul 11, 2016 3:25:05 PM EDT)

Question 51 Section 2.5 and 2.5.2

Section 2.5.C.2 requests audio files in .wav or .mp3 files. Section 2.5.2.C requests antenna pattern files in EDX or PLANET formats. Given this is an electronic proposal only and items like this are typically provided on CD or jump drive, how would the County like Vendors to provide these files? (Submitted: Jun 24, 2016 8:44:31 AM EDT)

Answer- Vendor should upload the files in BidSync. At the County's request, vendor shall provide the files within three business days. This has been addressed in an Addendum (Answered: Jul 15, 2016 11:00:03 AM EDT)

Question 52 Could the County please provide a list of service codes that Broward County wishes to use that support the

CBE goals for this procurement? (Submitted: Jun 24, 2016 8:44:56 AM EDT)

Answer- OESBD will be having a meet and greet with eligible firms to network with potential bidders. This meeting is being coordinated by OESBD and is being held on 7/12/2016, 3:30-4:30PM, Broward County Government Center 115 S Andrews Avenue, RM 302, Ft. Lauderdale, FL 33301. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- Broward County does not provide a list of service codes regarding CBE goal requirements for solicitations. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 53 Section 6.7 DC Power System

F. Performance Requirements 3. Minimum Duration of Supply – The DC power system shall provide eight hours of runtime with a 25-percent equipment growth factor. Question: Eight hours of runtime for the P25 base stations will require significant space and significant weight for battery plants assuming that it is sized for full load (all trunked stations transmitting) plus 25% growth factor. For sizing the DC Power system, are we to assume that all voice trunking stations are continuously transmitting? If not, what would be the duty cycle to assume for the trunked voice channels (i.e. 50% transmit / 50% receive)? Traditional designs are configured for 2 hours of battery back up, mainly because if there is a generator failure, equipment is probable to fail from over heating. Is the County open to adjusting the time requirement for the back up battery systems? (Submitted: Jun 24, 2016 5:07:35 PM EDT)

Answer- Regarding Section 5.7, DC Power System; Vendors should assume a 50% average repeater usage (transmit and receive) for 8 hour DC runtime calculations. Vendors must also ensure 4 hours of DC runtime under 100% load. The County understands the space and weight requirements. These factors should be considered within the proposals. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This has been addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 54 In order for Harris to comply with the Broward County RFP request to demonstrate CAD interface with Motorola

PremierOne CAD to pass radio user data between systems, including radio unit ID, messaging, and CAD entry data, we request that Broward County please supply all PremierOne API documentation. Thank you for your consideration of this request. We look forward to your prompt response so that we can begin the middleware development process as soon as possible. (Submitted: Jun 27, 2016 1:02:07 PM EDT)

Answer- The County is not licensed to provide API data for PremierOne CAD. Vendors must demonstrate their best effort to conduct the demonstrations, and absent the ability to provide a live demonstration the vendor may provide information to the review committee to indicate their ability to meet the requirements in the specifications. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 55 In regard to the price pages supplied with the RFP (Appendix D_Pricing_Workbook for Information Only), there

are no columns for extended price calculations. Does the County want bidders to add column(s) to show the calculated extended price for items whose quantity is larger than 1? (Submitted: Jun 27, 2016 1:28:29 PM EDT)

Answer- Regarding Appendix D - Pricing Workbook for Information Only, The County is not requesting bidders to add columns to show extended pricing. (Answered: Jun 27, 2016 2:17:07 PM EDT)

Question 56 The price pages have a column for unit price and a column for discount percent. Is the unit price intended to be

the list price (before application of the discount) or the net unit price (after application of the discount). (Submitted:

Jun 27, 2016 1:29:09 PM EDT)

Answer- Regarding Appendix D - Pricing Workbook for Information Only; The unit price is intended to be the net price after application of the discount. (Answered: Jun 27, 2016 2:17:08 PM EDT)

Question 57 The list of sites provided in the RFP includes Tamarac and Deerfield. During the mandatory pre -bid meeting of May 17 it was mentioned that these sites are not to be re-used. However, this was not communicated officially through an amendment to the RFP. Can the County provide clarification regarding these two sites? (Submitted: Jun

28, 2016 7:42:12 AM EDT)

Answer- The County's existing sites in Deerfield and Tamarac are receive-only locations that will not be reused. The County is looking to build new tower sites in these general areas. It is the new sites that are reflected in the site matrix. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- For further clarification, the Deerfield and Tamarac site locations listed in Appendix B - Site Information are not the County's existing receive-only locations. (Answered: Jul 25, 2016 11:32:51 AM EDT)

Question 58 Question: Requirement is for DC power system to provide -24/ -48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. (Submitted: Jun 29, 2016 1:25:17 PM EDT)

Answer- Please see response to question 26. These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 59 Jun 07, 2016 4:22:20 PM EDT

Question: Requirement is for DC power system to provide -24/-48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. "Answer - Jun 23, 2016 9:17:49 AM EDT These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level." ---Updated Question: In reference to the answered question, is 1 for N redundancy also required for these supplemental voltages of +12vdc, -24vdc and 120vac? (Submitted: Jun 29, 2016 2:21:17 PM EDT)

Answer- N+1 redundancy is required for all voltage levels. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 60 Coordinates given for Hard Rock in the RFP do not clearly identify the intended structure. There appears to be

three structures that make up the Hard Rock complex. There are buildings to the Northwest, Southwest and Southeast in the complex. Please identify which building in the Hard Rock complex is intended for use as the Hard Rock radio site. (Submitted: Jun 30, 2016 12:20:18 PM EDT)

Answer- The coordinates correspond to planned new construction. The coordinates provided should be utilized. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 61 4.5. VOICE LOGGER OUTPUT

The Vendor shall identify within its proposal all replay requirements necessary to complete the interface. Question: In addition to the API cost, is it the intent of the County for the respondents to include pricing of all necessary replay requirements (including additional server hardware, other recording license additions and the services) or just identify all necessary replay requirements to complete the interface? (Submitted: Jun 30, 2016

3:32:54 PM EDT)

Answer- The vendor shall work with Replay Systems Inc. to obtain a quote for hardware and software needed to upgrade or replace existing logging recorder in order to be able to record the radio system talkgroups, conventional resources and dispatch consoles audio. For the radio vendor, the pricing should include at a minimum: server, firewall, and software licenses needed to pull the audio from the radio network and interface to the Logging system at both Central Dispatch and North Dispatch. For the Replay quote, it should included at a minimum the following (QTY to be defined by Replay): 1) VPI P25 Interface; 2) P25 API; 3) P25 Codec (one required per 32 Channels); 4) Cost to upgrade or replace existing logging recorder; 5) Installation and configuration (need to support pretest and cutover); 5) Extended Hardware and Software Support for years 2 thru X. (Answered: Jul 11,

2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 62 RFP Section 4.5

1. Please describe by make and model/version the existing replay recorders located at dispatch positions and the system logging recorders with which vendors are being asked to interface. 2. Please provide the contact information of the manufacturer representative and/or service group that provides follow-on sales and service to the existing logging recorder and the replay recorders. (Submitted: Jul 1, 2016 10:02:36

AM EDT)

Answer- #1 Vendor to contact Replay Systems, Inc. for existing logging system information. #2 Eddie Guererri Vice President Sales and Customer Support Replay Systems, Inc. 6555 NW 9th Avenue | Suite 105 Fort Lauderdale, FL 33309 T 954-267-9199 | TF 800.722.3472 F 954.267.9184 (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 63 The Specifications for the RFP reference the EOC one time in regards to being a microwave site. Does the

County require the EOC to be included in the new microwave design? (Submitted: Jul 1, 2016 1:11:08 PM EDT)

Answer- Yes, the EOC is to be a microwave only site. Appendix D has been updated with the information for the EOC site. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed through an Addendum. (Answered: Jul 12, 2016 7:05:44 AM EDT)

Question 64 2.6.7. Backup and Interoperability Systems

D. Vendors shall propose a mobile communications trailer with the following elements: 1. Appropriately sized vehicle for towing the proposed trailer Question: Please identify if the County requires the vehicle's price included in the proposal or only the specifications of a vehicle to tow the trailer? (Submitted: Jul 1, 2016 1:12:14 PM EDT)

Answer- The vehicle's price must be included in the proposal. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 65 With the recent addition of the Hard Rock Site location requirement, for a Prime Site, will County provide contact

information to the Vendors? (Submitted: Jul 1, 2016 1:15:28 PM EDT)

Answer- Contact information will be provided to the selected vendor. Vendors should assume sufficient space and power will be available. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- The contact for the Hard Rock site location is: Bobby Brown, Seminole Tribe of Florida Network Administrator, Phone Number: 954-966-6300 x11340, E-mail: [email protected]. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 66 Is there a requirement in the emergency communications trailer for Radio Dispatch Operator position or

positions? (Submitted: Jul 1, 2016 3:47:59 PM EDT)

Answer- There is no requirement for a dispatch console position in the communications trailer (Answered: Jul 13, 2016

11:42:45 AM EDT)

Question 67 CBE Goal

The RFP states that the Vendor shall only address the base solicitation amount for CBE goal participation. Can the County further elaborate on what is defined as the base solicitation in terms of the CBE calculation? (Submitted:

Jul 8, 2016 11:48:49 AM EDT)

Answer- As stated in the Office of Economics and Small Business Requirements: CBE Goal Participation, C., "The Vendor shall address the base solicitation amount for the CBE goal participation. No alternate/optional item(s) shall be addressed...". The Base solicitation amount is interpreted to be Line Item numbers R1422515P1-01-01 through R1422515P1-01-09 in the Item Response Form. There are no alternate or optional line items in in the Item Response Form for this solicitation. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 68 Does the County already have agreements to use/occupy the FDOT site that is shown as a non -existing 800 MHz site? Or, does the vendor bear any responsibility in securing the approval to use this site and, if so, to what degree? For the FDOT site, please provide the County’s contact for the purpose of arranging a site survey. (Submitted:

Jul 8, 2016 11:50:07 AM EDT)

Answer- The County has not made significant progress to date in securing the FDOT site, and is also evaluating other sites in the area. Therefore, we do not have contact information at this time. It is expected that the vendors will make reasonable assumptions for candidate sites or other sites proposed by the vendors that cannot be surveyed. The County notes that the FDOT site is a candidate site, and vendors have the discretion to either use this site or not within their designs. Vendors may reach out to the site owners of candidate sites directly if they wish to conduct surveys. (Answered: Jul 15, 2016 8:22:06 AM EDT)

Question 69 Can the County please provide scoring details or evaluation criteria for the demonstrations so vendors

understand how the demos will be evaluated? (Submitted: Jul 8, 2016 12:45:51 PM EDT)

Answer- The Demonstration Requirements document will be provided to the Evaluation Committee for their review. (Answered: Jul 13, 2016 11:42:45 AM EDT)

Question 70 Coverage testing will be performed per TSB -88.3-D in all accessible test tiles as defined by the grid definitions in the RFP Section 10.6.B.4.b.ii. We define accessible as any land tile containing roads that are identified in the 2015 US Census Bureau’s

Tiger Road Database and is classified as: Primary Secondary Local Ramp Service Drive Vehicular Trail Private Service Road (if accessible) Tiles that are not land accessible but may be accessed via watercraft will also be included in the test. Does the County agree with these definitions? (Submitted: Jul 8, 2016 1:25:37 PM EDT)

Answer- While the County tends to agree with these requirements, the more broad definition defined in TSB-88.3-D of "Accessible test tiles" will be maintained in the specifications. Tiles that are accessible via watercraft (airboat, boat, etc.) shall be considered accessible, including areas over the Everglades. These areas shall be tested consistent with the County’s coverage requirements. (Answered: Jul 15, 2016 8:22:06 AM EDT)

Question 71 Part 1 of 3

LAW OFFICES MOSKOWITZ, MANDELL, SALIM & SIMOWITZ, P.A. 800 CORPORATE DRIVE, SUITE 500 FORT LAUDERDALE, FLORIDA 33334 July 8, 2016 Jose De Zayas, Project Manager Michael Mullen, Purchasing Agent Re: Broward County Solicitation #R1422515P1, Public Safety Radio APCO Project 25 700 MHz Communication System (the “Solicitation†) Gentlemen: This firm represents Harris Corporation (“Harris†) with respect to the above-referenced Solicitation. As we are aware that the Cone of Silence is in effect with respect to this Solicitation, we address this letter to you both in accordance with Mr. Mullen’s prior email to Harris and Section J of the Solicitation’s Special Instructions

to Vendors. Should this letter be addressed to any other person, we ask that you forward it accordingly and advise us as well for any future communications. In light of the importance of the public safety implications of this Solicitation, on behalf of Harris we write to request that Broward County provide a four week extension of the current July 8, 2016 deadline for the submission of questions, and a six week extension of the current submission deadline of August 3, 2016. We believe such an extension is in the best interests of the County, its residents and all interested vendors to ensure that complete and accurate, technically feasible, proposals are submitted in conformance with the requirements of the Solicitation. (Submitted: Jul 8, 2016 3:25:46 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- A two week extension from August 3, 2016 to August 17, 2016 for a submission deadline has been determined to be appropriate. The question and answer period will not be extended as requested. (Answered: Jul 26, 2016

3:17:40 PM EDT)

Question 72 Part 2 of 3

In particular, we note that some 70 questions have been submitted to date concerning the technical specifications of the Solicitation, and 24 of those questions remain unanswered as of this writing. The unanswered questions pose issues of tremendous concern with respect to the ability to properly design the required system and implement the same. For instance, the Solicitation requires the vendor to demonstrate a proper interface of the radio system and the CAD system. Technical questions regarding the existing proprietary CAD system have not been answered, nor relevant documentation provided to design and implement the proper interface. Further, there is insufficient information provided as to the availability of certain tower sites and the loading capacity of tower sites. The tower questions presented and documentation requested is critical to the appropriate design of the system to provide the required coverage. We also note that the City of Fort Lauderdale recently issued, on June 30, 2016, its Solicitation 769-11783, Enhanced 911 Public Safety Answering Point (PSAP) Implementation (the “RLI†). This Request for Letters of Interest concerns the process and phases necessary for the City to realize a fully functional Enhanced 911 (E911) Public Safety Answering Point (PSAP) with a focus on Next Generation (NG911) Capabilities. The City had joined the Broward County Consolidated Regional E911 Communications System in August of 2014, but now appears to be seeking its own solution in light of “ongoing issues with the regional system.†In light of the Solicitation’s County-wide application, Harris is very concerned as to what, if any, impact the City’s RLI will

have on the systems and processes to be designed, the areas to be covered and any changes to the overall scope of the Solicitation. (Submitted: Jul 8, 2016 3:26:43 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- As of July 18, all questions have been answered. Regarding tower loading, please see response to question 48. The City of Ft. Lauderdale's solicitation, Enhanced 911 Public Safety Answering Point (PSAP) Implementation, has no impact on any of the specifications or plans regarding Broward County's current solicitation RFP R1422515P1. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 73 Part 3 of 3

Finally, Harris understands the significant importance of supporting companies based in Broward County and will be engaging local companies as part of its project team. The vendor fair now scheduled for July 12 will introduce a number of new vendors to Harris that will help it meet the CBE criteria set forth in the Solicitation. While Harris will make every effort to evaluate the companies identified as potential partners for this project, the proposal deadline of August 3rd will not provide enough time to thoroughly appraise and validate these potential vendors as well as to get the subcontract proposals and inputs for their portions of the project. To Harris, a sound deployment of the P25 radio system for the County is its top priority, so the companies engaged must meet both Harris’ and the County’s high standards.

For the aforesaid reasons, we respectfully request that the County extend the current July 8, 2016 deadline for the submission of questions for four weeks, and the current submission deadline of August 3, 2016 for an additional six weeks. The provision of this extension will ensure that all vendors can submit complete proposals that meet and exceed all of the Solicitation’s technical, CBE and other specifications.

Very truly yours, _/s/ William G. Salim, Jr. WILLIAM G. SALIM, JR. WGS/cl cc: Client (Submitted: Jul 8, 2016 3:27:12 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- Broward County is pleased that the July 12, 2016 Office of Economic and Small Business Development Meet and Greet time was a success in bringing potential subcontractors and proposers together. As stated earlier question and answer 71, the question and answer period will not be extended as requested. The extension for submission deadline has been extended to August 17, 2016. We believe that this is a sufficient time for proposers to submit their responses. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 243

5

6

Question and Answers for Bid #R1422515P1 - Public Safety Radio APCO Project 25 700MHz Communication System

Overall Bid Questions

Question 1 Will the County provide an assigned storage facility or will this be the vendor's responsibility during Installation

Phase? (Submitted: May 16, 2016 5:44:32 PM EDT)

Answer- Please clarify the question by being more specific. (Answered: May 19, 2016 11:55:07 AM EDT)

- The Vendor will be responsible for providing storage for any equipment that is shipped prior to installation. The Vendor shall be liable for all equipment while it is housed at their storage facility. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 2 A. 1. Primary Trunked System

Last sentence: “A secondary simulcast cell or multicast site will be acceptable for coverage over the Everglades.â€

Question: What is the approximate expected traffic loading for this rural area/ Everglades? (Submitted: May 16, 2016

5:46:09 PM EDT)

Answer- Proposers should provide 10 talkpaths (6 RF channels) to cover the Everglades. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 3 Section 8.1 8.1. Overview, Section A

Question: Can the county provide a quantity breakdown for Portable and Mobiles based on the following: -Portable Radios -Remote Mobiles -Dual Head Mobiles -Dash Mobiles -Fire Truck Mobiles -Ambulance Mobiles -Boat Mobiles (Submitted: May 16, 2016 5:51:31 PM EDT)

Answer- A specific breakdown of portable and mobile radios by installation configuration is not available. It is noted that portable and mobile radio costs are not factored as part of the scoring, and user agencies will be responsible for purchasing radios directly. Pricing information should be provided for the full range of installation configurations offered by the proposer with the specific installation costs for each. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 4 Section 11.6 Coverage Testing, Section B. CATP

iv). A grid will be considered a “fail†if the outbound signal is measured at a BER greater than or equal to two percent. Question: Two percent (2.0%) is a DAQ3.4 for FDMA. DAQ3.4 for TDMA outbound is 2.4%. Should this read: A grid will be considered a “fail†if the outbound signal is measured at a BER greater than 2.4 percent. (Submitted:

May 16, 2016 5:53:12 PM EDT)

Answer- The County requires BER testing conducted at a failure rate of 2%. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 5 Section 8 Training Questions:

1. Dispatch Consoles: Is county seeking supervisor or user training? How many students will be trained? 2. Does the County prefer the Train-the-Trainer approach for Subscriber radio training? 3. How many students need Subscriber training? 4. How many Maintenance Technicians need training? 5. How many Technical Radio Managers need training? (Submitted: May 16, 2016 5:54:51 PM EDT)

Answer- 1. The County is seeking both supervisor and user training. An estimated 500 individuals will require training. 2. Train the trainer will be the best approach for the end user radios (portable/mobile). 3. An estimated 200 individuals will require mobile/portable training. 4. An estimated 12 maintenance technicians will require training. 5. An estimated 6 Radio Managers will require training. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 6 Section 3.0 Backhaul Network

3.2.1- Minimum Requirements Section G “Redundant landline-based Ethernet connectivity shall be provided to all critical infrastructure locations (system controllers, prime controllers, dispatch locations) as well as the EMS, Coconut Creek, Channel 2, and Davie locations identified in Appendix B. Radio backhaul must seamlessly route and self-heal between the combined microwave and landline network.â€

Question: Is this requirement to just provide an estimated cost for the leased landline connectivity or is it to be priced into the on-going maintenance of the system? (Submitted: May 16, 2016 5:56:32 PM EDT)

Answer- The County does not desire cost estimates for leased circuits. The County will be responsible for securing the leased circuits to provide the backhaul transport. The Vendor will be responsible for interfacing those links with the MPLS backhaul system and ensuring that the traffic can seamlessly route between the microwave and landline circuits. Vendors should factor in the costs of any maintenance required for equipment needed to interface with the landline connections within their proposals. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 7 Section 3.0 Backhaul Network

3.2.1- Minimum Requirements H Capacity (Part 3) Question: Since the current system is TDM based, please provide a T1 channel plan that will be required to be supported by the new microwave. (Submitted: May 16, 2016 5:57:45 PM EDT)

Answer- A copy of the T1 channel plan will be provided on BidSync. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 8 Section 2.0 Radio Communications System Requirements

2.6.7 Backup and Interoperability Requirements, D “Vendors shall propose a mobile communications trailer with the following elements:â€

Question: Is there any requirement to provide working space for personnel within the equipment area of the trailer? (Submitted: May 16, 2016 5:58:37 PM EDT)

Answer- The trailer should include seated workspace for one technician. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 9 Does Broward County have existing County owned facilities that have available space to support the storage of

equipment during the implementation period? If county owned storage space is available for use by the vendor during implementation then the cost to rent temporary storage would not be added to the project and ultimately incurred by the County. (Submitted: May 23, 2016 2:59:41 PM EDT)

Answer- The Vendor will be responsible for providing storage for any equipment that is shipped prior to installation. The Vendor shall be liable for all equipment while it is housed at their storage facility. (Answered: Jun 3, 2016 5:03:17 PM

EDT)

Question 10 B. The system shall meet a GoS of 1 percent, with 90 percent of units that are placed in queue receiving a

channel grant within two seconds. Vendors shall use the following information in developing their design: 1. Assume 4,772 active users on the system 2. Assume 5 calls per unit per hour 3. Assume a 4-second call duration. 4. If the Vendor’s proposed system contains multiple subsystems or cells, an additional loading increase

shall be included to account for calls that involve talkgroups on two or more cells. Vendors shall provide calculations and explain justifications. Question: This call rate would require 40 talk paths for a 1% GOS. Since Broward County has twenty 700 MHz frequencies which could provide the maximum 36 talk paths plus the control channel for a single simulcast cell, is there going to be additional traffic information that could be used to better analyze the traffic from 4772 active units? (Submitted: May 23, 2016 3:01:45 PM EDT)

Answer- The County has reviewed the projected system loading and has reduced the number of active users to 4272. (Answered: Jun 3, 2016 5:03:17 PM EDT)

Question 11 RFP Section: 2.3.2.A, 2.3.2.B, 2.3.2.C

Question: Requirement is for system expansion of 10 percent by the addition of hardware and/or software. The combiner example provided in RFP Section 2.3.2.A is for “equipped†capacity and not the capability for expansion. Is the combiner a special case and the remainder of equipment shall be “capable†of 10 percent expansion? Sections 2.3.2.B and 2.3.2.C are in conflict with each other with respect to expanding the number of simulcast cells (30 vs. 5, respectively). Additionally, these sections conflict with Section 2.3.2.A (10 percent expansion requirement) relative to sites per simulcast cell. It is requested that hardware expansion as required by the affected RFP sections be limited to 10 percent of the Vendor system design. Please distinguish between “equipped vs. “capable†expansion. (Submitted: Jun

7, 2016 3:55:18 PM EDT)

Answer- Section 2.3.2.A states that the expansion capability shall be provided "where possible", so if expansion is not possible for certain components within a vendor's proposed design than the proposal will still be compliant. The expansion capability shall be provided as "equipped" capacity. Section 2.3.2.B has been removed. The specific expansion requirements listed in section 2.3.2.C supersede the 10% requirement in 2.3.2.A, and will not be eliminated. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 12 RFP Section: 2.6.2.B

Question: Reference to APCO P25 functional requirements, features, and performance objectives should be to Section 2.2.1, not 3.2.1. (Submitted: Jun 7, 2016 3:57:19 PM EDT)

Answer- The reference has been corrected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 13 RFP Section: 2.6.2.C

Question: Requirement is for the system controller to be placed at the County’s Sunrise PSAP. No mention is

made of a location for a redundant system controller. RFP Section 2.3.1.D indicates a desire for geographically separated system controllers, simulcast controllers, and voting equipment. Please clarify the requirement for geographically redundant components. (Submitted: Jun 7, 2016 3:59:21 PM EDT)

Answer- Geographically redundant components shall not be co- located within the same building. Vendors should provide the primary system controller at the Sunrise PSAP and the backup system controller at the Coconut Creek PSAP. The primary simulcast controller should be located at the Core site a backup should be located at the Hard Rock location. This does not preclude additional backup simulcast controller locations if proposed. This has been addressed in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 14 RFP Section: 2.6.6.B.4

Question: Return loss should be specified as 14 dB corresponding to a VSWR of 1.5:1. (Submitted: Jun 7, 2016

4:01:50 PM EDT)

Answer- The return loss has been corrected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 15 RFP Section: 2.6.7.A.5

Question: Requirement for the P25 trunked backup system is the greatest level of autonomy possible from the primary trunked system. Does this level of autonomy require a separate system controller from that furnished for the primary trunked system? If so, please state redundancy requirements, if any. Also, is there any requirement to link the backup trunked system with the primary trunked system at the system level? (Submitted: Jun 7, 2016 4:08:40

PM EDT)

Answer- A separate system controller is not required (single system ID). The backup system should have an independent simulcast controller with connected to both the primary and backup system controllers. (Answered:

Jun 23, 2016 9:04:21 AM EDT)

Question 16 RFP Section: 2.6.7.C

Question: Requirement is for a “narrowband†analog conventional simulcast repeater system for certain NPSPAC interoperability channels. NPSPAC is not narrowband but an offset channel methodology. For analog voice, NPSPAC emission would represent reduced bandwidth relative to standard wideband emission e.g. 14K0F3E vs. 16K0F3E, “occupied bandwidth.†Please clarify County’s required bandwidth for analog

NPSPAC operations. (Submitted: Jun 7, 2016 4:10:01 PM EDT)

Answer- The "narrowband" reference has been replaced with "wideband" in an Addendum. The channels shall operate with a 20K0F3E emission consistent with the NIFOG. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 17 RFP Section: 2.6.7.D.5

Question: Requirement for mobile communications trailer includes two 700 MHz repeaters operating in the P25 conventional mode. Are the repeaters to be single- or multi -channel? How are the repeaters to be controlled? (Submitted: Jun 7, 2016 4:10:50 PM EDT)

Answer- The repeaters shall be single-frequency units. The repeaters shall default in the repeat mode and shall be controlled locally. This is reflected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 18 RFP Section: 2.7.A

Question: Requirement is for a “narrowband†analog simulcast 800 MHz conventional repeater system. Use of narrowband analog modulation is not necessary at 800 MHz and would result in less coverage in a given system compared to wide-band emissions. (Submitted: Jun 7, 2016 4:11:44 PM EDT)

Answer- The "narrowband" reference has been replaced with "wideband" in an Addendum. The channels shall operate with a 20K0F3E emission consistent with the NIFOG. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 19 RFP Section: 3.2.1.H.3

Question: County desires that new microwave system be cutover in advance of the new radio system so that it may support the legacy SmartNet system. Please provide the route map and T1 channel plan including loop switch redundancy associated with the existing Tadiran microwave system currently supporting SmartNet. (Submitted: Jun 7, 2016 4:12:35 PM EDT)

Answer- The T1 channel plan will be provided in an addendum. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 20 RFP Section:1.1, 3.2.1.H.3

Question: Is it intended that system vendor build out the replacement SmartNet T1 transport to a point of demarcation from which County will interconnect to Smartnet TenSr channel banks, Larus route switches, etc.? If so, please define the hardware interface required as a point of demarcation at each SmartNet site. (Submitted: Jun

7, 2016 4:13:58 PM EDT)

Answer- It is the intent to cutover backhaul from the existing microwave system to the new microwave system prior to the radio system cutover. The demarcation point at each radio site will be the Larus route switches. All channel banks from each remote radio site terminate at the Public Safety Building, which is not currently planned for connectivity on the new microwave system. As part of the microwave cutover plan, the radios in the north and south microwave loops will be replaced with new microwave radios, but the existing eight (8) CM6 microwave radios between Core and PSB (4 radios at Core and 4 radios at PSB) will remain in place during the cutover to support the legacy system. These eight (8) CM6 microwave radios will be removed once the all radios users are migrated to the new P25 system. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 21 RFP Section: 3.2.1.N.5

Question: Requirement is for microwave antenna systems to be tested for low VSWR using return loss measurements. Please state minimum acceptable return loss. (Submitted: Jun 7, 2016 4:14:48 PM EDT)

Answer- VSWR of 1.5:1, and return loss of 14 dB. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 22 RFP Section: 1,9.H, 1.10.F, 5.1.F

Question: Requirement is for successful vendor to provide detailed drawings for structures and foundations sealed by a Florida P.E. at the time of the 45-day design. It is not practical to require sealed drawings for a design not yet approved by the County. Rather, tower profile drawings indicating antenna-mounting locations should be submitted at time of the 45-day design (see RFP Section 1.9.H). It is requested that the submittal of sealed drawings for new towers and tower structural analysis for existing towers be provided within 90 days from Final Design submittal such that the appropriate engineering analyses may be performed based on a County-accepted system design. (Submitted: Jun 7, 2016 4:16:46 PM EDT)

Answer- Detailed drawings for structures and foundations sealed by a Florida P.E will be permitted at the 90 day Final Design, with tower profile drawings indicating antenna-mounting locations provided at the 45-day design. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 23 RFP Section: 5.2.A.1

Question: Requirement is for vendor to update proposed solutions during negotiations if it is determined that existing towers must be replaced or modified. Whether an existing tower structure should be modified or replaced may not be known at the time of negotiation since structural analysis of existing structures will not yet have been conducted by the successful vendor. Similar to the request made in Question 13 above, is it acceptable to provide the recommendation to modify or replace following the structural analysis of existing tower structures within a 90-day period from Final Design submittal? (Submitted: Jun 7, 2016 4:18:09 PM EDT)

Answer- Recommendations to replace or upgrade a tower may be provided within a 90-day period during the Final Design submittal. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 24 RFP Section: 5.2.C.2

Question: Please clarify requirement for transmission line support to accommodate both snap-in and bolt - in cable hangers. RFP Section 2.6.6.E.1 does not permit the use of “snap-on kits.†Please resolve the conflict between RFP Sections 2.6.6.E.1 and 5.2.C.2. (Submitted: Jun 7, 2016 4:19:12 PM EDT)

Answer- The specifications have been updated in an Addendum to reflect that snap- in cable hangers are not permitted. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 25 RFP Section: 5.2.E.3, 5.3.1.5.a

Question: Harris Site Grounding and Lightning Protection Guidelines should be corrected to read AE/LZT 123 4618/1. (Submitted: Jun 7, 2016 4:21:04 PM EDT)

Answer- The reference has been updated through an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 26 RFP Section: 5.7F.2.b

Question: Requirement is for DC power system to provide -24/-48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. (Submitted: Jun 7, 2016 4:22:20 PM EDT)

Answer- These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level. (Answered: Jun 23, 2016 9:17:49 AM EDT)

Question 27 RFP Section: 7.2.1.E.2

Question: Requirement is for portable radio battery capacities of 2150, 2900, and 4200 mAh, which may be specific vendor capacities. Battery capacity by itself is not an accurate gauge of operating time. It is suggested that the County specify batteries based on portable radio operating time in accordance with the industry standard 5-5-90 duty cycle. (Submitted: Jun 7, 2016 4:23:11 PM EDT)

Answer- The specific battery capacity levels have been removed. This is reflected in an Addendum. The County desires options for various battery capacity levels for portable radios offered by each vendor. (Answered: Jun 29, 2016

12:57:46 PM EDT)

Question 28 RFP Section: 7.2.2.E

Question: Requirement is for up to 100 feet of coaxial cable for control stations. Please state quality reference or performance specification for coax cable. (Submitted: Jun 7, 2016 4:24:13 PM EDT)

Answer- Control station cables should be 1/2" LDF plenum rated cable with associated RF surge suppression, ground kit, and mounting hardware. This is reflected in an Addendum. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 29 RFP Section: N/A

Question: Please provide the scheduled dates for planned demonstrations. (Submitted: Jun 7, 2016 4:25:22 PM EDT)

Answer- Plans are being made for the demonstrations, but the scheduled date will not be known until after the RFP bid end date deadline. (Answered: Jul 18, 2016 7:59:42 AM EDT)

Question 30 RFP Section: Evaluation Criteria 4.0

Question: The evaluation criteria includes 5 points for “Workload of the firm†. Please indicate how you plan to calculate “Workload of the firm†. Also, please describe how this benefits or affects Broward County and the selected company’s deployment efforts once the commitment to deploy within a specified time is made?

(Submitted: Jun 7, 2016 4:26:26 PM EDT)

Answer- Each Evaluation Committee Member will evaluate and allocate up to 5 points in regards to how much recent, current and projected work the firm has retained. This criteria will aid Broward County by indicating whether the firm can adequately manage a large project. Refer to Evaluation Criteria, question number four (4). (Answered: Jun

14, 2016 10:44:46 AM EDT)

Question 31 RFP Section: Evaluation Criteria 4.0

Question: The evaluation criteria includes 5 points for location. During the mandatory pre-bid meeting of May 17th, the county representative said that these 5 points would be given to a company if the company’s

Headquarters were located in Broward County. Please confirm that “Headquarters†means a firm’s

Corporate Headquarters. (Submitted: Jun 7, 2016 4:27:42 PM EDT)

Answer- Yes, Headquarters means the firm's Corporate Headquarters. (Answered: Jun 9, 2016 4:06:18 PM EDT)

Question 32 RFP Section: N/A

Question: Please provide radio traffic statistics for the current radio system during normal operation and busy hour to see how radio traffic was affected under real situations. (Submitted: Jun 7, 2016 4:28:25 PM EDT)

Answer- The current radio system traffic does not consider future loading, and is therefore not an accurate measure of system performance. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 33 Section 3.3 System Configuration

3.3.3 Grade of Service (GoS) – Trunked System B. The system shall meet a GoS of 1 percent, with 90 percent of units that are placed in queue receiving a channel grant within two seconds. Vendors shall use the following information in developing their design: 1. Assume 4,772 active users on the system 2. Assume 5 calls per unit per hour 3. Assume a 4 second call duration. 4. If the Vendor’s proposed system contains multiple subsystems or cells, an additional loading increase

shall be included to account for calls that involve talkgroups on two or more cells. Vendors shall provide calculations and explain justifications. Question: In reference to the item 3 above “Assume a 4 second call duration†, does this call duration represent the actual audio time without any call setup time included? (Submitted: Jun 7, 2016 4:28:58 PM EDT)

Answer- This represents the actual call audio time. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 34 Section 10.3.C – System Staging 3. The microwave subcontractor must make accommodations to stage its equipment at the P25 Vendor’s

facility, to allow staging of the complete radio and backup system simultaneously. Question: Would it be acceptable for the microwave MPLS network equipment to be staged at the Motorola Solutions facility (CCSi) without the complete microwave RF radio equipment? (Submitted: Jun 7, 2016 4:29:54 PM

EDT)

Answer- The full system must be configured at staging, including microwave MPLS and RF components. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 35 How many dispatch consoles will be dedicated for training? (Submitted: Jun 7, 2016 4:30:55 PM EDT)

Answer- The Vendor will be responsible for providing a local training facility at the Vendor's expense with a minimum of 20 dispatch positions. The training shall be conducted on a 24/7 basis to account for all Broward County dispatch shifts. There shall be a ratio of one student per dispatch console position. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 36 RFP Section:1.2, 1.4.A.2

Question: Requirement is for dispatch consoles and Motorola PremierOne CAD system to interface with the paging and FSA systems. System overview implies a requirement for vendor to furnish new UHF alphanumeric simulcast paging transmitters and a UHF fire station alerting system. Please clarify whether new UHF paging and fire station alerting subsystems are required as part of the procurement under Bid R1422515P1. If so, please provide full technical requirements including features, functions, and RF coverage. If new paging and FSA subsystems are not required under the Bid, please identify any need to interface to existing paging and FSA subsystems along with full technical descriptions and interface requirements. (Submitted: Jun 7, 2016 4:34:51 PM EDT)

Answer- The paging and FSA systems are not part of this procurement. The reference has been removed. (Answered: Jun

29, 2016 12:57:46 PM EDT)

Question 37 RFP Section: Bid Comments (Scope, Item 1), 1.3.C

Question: Scope Item 1 on RFP Page 2 requires a 700 MHz P25 Phase II System) to replace the County’s

existing 800 MHz Motorola SmartZone System while RFP Section 1.3.C requires a standalone 700/800 MHz, P25 DMM Phase I and Phase II trunked, simulcast system. Can the primary P25 trunked system be limited to one frequency band or must it be composed of both 700 and 800 MHz channels? (Submitted: Jun 7, 2016 4:36:46 PM EDT)

Answer- There are 20 700 MHz frequencies available to Broward County. If more than 20 frequencies are required, than it is likely 800 MHz frequencies utilized on the County's existing system will be required. (Answered: Jun 23, 2016

9:04:21 AM EDT)

Question 38 RFP Section:1.3.D

Question: Requirement is for a 4-site P25 Phase II, 7-channel fixed simulcast backup network supporting both voice and data. Please advise the frequency band of operation for the backup P25 trunked system. (Submitted: Jun

7, 2016 4:37:33 PM EDT)

Answer- Designs must account for either 700 MHz or 800 MHz frequencies based on frequency availability. (Answered: Jun

23, 2016 9:04:21 AM EDT)

Question 39 RFP Section: 4.1.E

Question: Requirement is that the dispatch console system seamlessly integrate with the City of Fort Lauderdale’s Motorola P25 system and that the interface may be accomplished through CSSI or other

means that satisfy all identified requirements. Harris utilizes a virtualized CSSI within its ISSI interface. Does the Motorola hosted master site located at Motorola’s facility in Plantation, Florida provide the necessary ISSI interface to accommodate an interface to a

Harris ISSI? (Submitted: Jun 7, 2016 4:38:22 PM EDT)

Answer- It should be assumed that the Motorola Hosted Master Site will support the ISSI/CSSI connection at the time of system deployment. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 40 RFP Section: 4.5

Question: Requirement is for: The outputs from the console equipment shall be capable of being connected to the agency’s current replay

recording equipment. Please identify the existing replay equipment. A logging recorder link that will support a direct connection without requiring a conventional interface. Please identify each voice logging recorder to which vendor must link trunked and conventional audio resources and dispatch operator positions. To achieve a more efficient interface between the new trunked radio systems and the logging recorder, would the County accept new digital logging recorders in place of the County’s existing recorders? (Submitted: Jun 7, 2016

4:40:21 PM EDT)

Answer- A new digital logging recorder will not be accepted. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 41 Question: It is our expectation that the answers to these questions will have a significant impact on the system

design and the time required to complete a proposal. Therefore, Harris kindly requests that a 4 week extension be granted by Broward County. Such extension would go along with the 12 week period for proposal completion communicated during the RFQ selection committee meeting of April 26th. (Submitted: Jun 7, 2016 4:41:54 PM EDT)

Answer- the request to extend the bid end date by 4 weeks will not be granted. Any need to extend the bid end date will be determined as appropriate and as to the needs of Broward County. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 42 RFP Section 3.2.1.1 Microwave Engineering

A. Vendors shall conduct physical path surveys to assure that all proposed paths meet proper clearance criteria. Question: Is it correct to assume that physical path surveys referenced are to be completed by the successful vendor and not for the proposal stage? (Submitted: Jun 13, 2016 2:34:59 PM EDT)

Answer- Physical path surveys shall be conducted by the successful vendor after award, not during the proposal stage. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 43 Section 5.7 - DC Power System F. Performance Requirements: 3. Minimum Duration of Supply – The DC power system shall provide eight hours of run-time with a 25-percent equipment growth factor. Question: Is it correct to assume that the 25% equipment growth factor means that the proposed Charger-Rectifier and Battery Plant should be sized 25% higher than the required capacity? (Submitted: Jun 15, 2016 10:26:23

AM EDT)

Answer- Yes, correct. (Answered: Jun 23, 2016 9:04:21 AM EDT)

Question 44 1. Lobbyist Registration Requirement Certification

Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be

deemed non-responsive for failure to fully comply within stated time frames. Question: This form is not on Bidsync, will it be added or is considered completed from Step 1 of the 2 Step process? (Submitted: Jun 15, 2016 8:09:35 PM EDT)

Answer- The Lobbyist Registration Requirement Certification Form has been added in an Addendum. (Answered: Jun 29,

2016 12:57:46 PM EDT)

Question 45 With regard to the requirement for backup radio systems that appears on page 10 section 1.2, page 12

paragraph D and page 24 section 2, which four (4) of the 12 sites listed as mandatory in Appendix B are the intended sites for these secondary systems? (Submitted: Jun 17, 2016 10:05:28 AM EDT)

Answer- The four sites listed in Column J of Appendix B. These include Core, Coconut Creek, Davie, and Channel 2. (Answered: Jun 29, 2016 12:57:46 PM EDT)

Question 46 Section 5.3.F.3

The roof shall withstand the impact of ice falling from the adjacent tower without suffering any damage, or shall otherwise be protected from such damage. The Vendors shall describe in their proposals how this requirement will be met. Question: Please confirm the requirements for the Shelters per Section 5.3.F.3 to be a requirement of the specification. (Submitted: Jun 22, 2016 6:36:41 PM EDT)

Answer- While falling ice is not likely to be experienced, the requirement is intended to account for other falling objects or projectiles. The requirement remains. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 47 Section 7.3.2.A.3

The County has requested maintenance pricing to cover ‘Accidental Damage Replacement’ of subscriber

radios. a) Can the County please further define ‘Accidental Damage’ so respondents have a clear understanding

of what to include and b) Since there is not a specific line item in the price pages for Accidental Damage, are respondents to include this price in the overall maintenance pricing or provide it as a separate line item? (Submitted: Jun 24, 2016 8:29:35 AM EDT)

Answer- Accidental damage shall include any damage caused to the radio that impairs operation that is not directly the result of a manufacturer defect. The 'Accidental Damage' warranty plan shall cover the repair or replacement of these units as required. An updated pricing sheet has been provided for the Accidental Damage option. (Answered: Jul 11, 2016 3:25:05 PM

EDT)

- This will be addressed through an Addendum. (Answered: Jul 12, 2016 7:05:44 AM EDT)

Question 48 During the site surveys, Broward County indicated that it could provide a Tower Loading Analysis to vendors.

Can the County please provide this analysis for the existing towers? (Submitted: Jun 24, 2016 8:40:22 AM EDT)

Answer- Structural analyses shall be provided to the selected vendor after contract award. (Answered: Jul 11, 2016 3:25:05

PM EDT)

- According to the Project Manager, “County providing the proposers with data that is outdated and/or incomplete is not in the best interest of the County or the proposers… . the information the proposers are seeking, tower load analysis, is irrelevant for the proposers to provide a bid.†(Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 49 Section 4.3, Pg. 50

“B. The console system shall support a minimum of 24 conventional resources interfaced to the radio backhaul network through conventional gateways at each of the three PSAPs (72 conventional resources total). The conventional resources need to be available to the consoles in the event of a loss of wide-area trunking.â€

Please be more specific about the nature of the conventional resources. In B above the ask is for a minimum of 24 conventional resources but afterwards 72 conventional resources are described. (Submitted: Jun 24, 2016 8:41:44

AM EDT)

Answer- There are to be 24 conventional resources at each of the three regional dispatch centers, providing 72 total conventional resources. The conventional gateway needs to support Analog, Digital and IP Interface to conventional resource. Analog: The analog interface needs to support the following: • 2-Wire input/output • 4-Wire • VOX and Carrier Operated Relay (COR) • PTT Relay Output • Line Operated Busy Light (LOBL) Detectors • Analog Logging Output • Secure/Clear Call input The interface needs to support the following types of conventional channels: • R1, T1R1, T2R2, T4R4, T4R4, T8R8, T12R12, T14R14, T16R16 • MDC1200 • P25 Conventional The interface needs to support the following types of control: • E&M Control • Tone Remote Control (TRC) • Digital Control via IP Link (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 50 Section 2.5.1

This section asks for coverage maps in hard copy format. Does the vendor need to ship hard copies of the maps in addition to uploading the PDFs to BidSync? If so, please advise where to ship to and how to mark the packaging. (Submitted: Jun 24, 2016 8:43:12 AM EDT)

Answer- Soft copies submitted through BidSync will be acceptable for proposal purposes. Soft and hard copies will be required from the selected vendor after contract award based on final County approved system design. (Answered:

Jul 11, 2016 3:25:05 PM EDT)

Question 51 Section 2.5 and 2.5.2

Section 2.5.C.2 requests audio files in .wav or .mp3 files. Section 2.5.2.C requests antenna pattern files in EDX or PLANET formats. Given this is an electronic proposal only and items like this are typically provided on CD or jump drive, how would the County like Vendors to provide these files? (Submitted: Jun 24, 2016 8:44:31 AM EDT)

Answer- Vendor should upload the files in BidSync. At the County's request, vendor shall provide the files within three business days. This has been addressed in an Addendum (Answered: Jul 15, 2016 11:00:03 AM EDT)

Question 52 Could the County please provide a list of service codes that Broward County wishes to use that support the

CBE goals for this procurement? (Submitted: Jun 24, 2016 8:44:56 AM EDT)

Answer- OESBD will be having a meet and greet with eligible firms to network with potential bidders. This meeting is being coordinated by OESBD and is being held on 7/12/2016, 3:30-4:30PM, Broward County Government Center 115 S Andrews Avenue, RM 302, Ft. Lauderdale, FL 33301. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- Broward County does not provide a list of service codes regarding CBE goal requirements for solicitations. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 53 Section 6.7 DC Power System

F. Performance Requirements 3. Minimum Duration of Supply – The DC power system shall provide eight hours of runtime with a 25-percent equipment growth factor. Question: Eight hours of runtime for the P25 base stations will require significant space and significant weight for battery plants assuming that it is sized for full load (all trunked stations transmitting) plus 25% growth factor. For sizing the DC Power system, are we to assume that all voice trunking stations are continuously transmitting? If not, what would be the duty cycle to assume for the trunked voice channels (i.e. 50% transmit / 50% receive)? Traditional designs are configured for 2 hours of battery back up, mainly because if there is a generator failure, equipment is probable to fail from over heating. Is the County open to adjusting the time requirement for the back up battery systems? (Submitted: Jun 24, 2016 5:07:35 PM EDT)

Answer- Regarding Section 5.7, DC Power System; Vendors should assume a 50% average repeater usage (transmit and receive) for 8 hour DC runtime calculations. Vendors must also ensure 4 hours of DC runtime under 100% load. The County understands the space and weight requirements. These factors should be considered within the proposals. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This has been addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 54 In order for Harris to comply with the Broward County RFP request to demonstrate CAD interface with Motorola

PremierOne CAD to pass radio user data between systems, including radio unit ID, messaging, and CAD entry data, we request that Broward County please supply all PremierOne API documentation. Thank you for your consideration of this request. We look forward to your prompt response so that we can begin the middleware development process as soon as possible. (Submitted: Jun 27, 2016 1:02:07 PM EDT)

Answer- The County is not licensed to provide API data for PremierOne CAD. Vendors must demonstrate their best effort to conduct the demonstrations, and absent the ability to provide a live demonstration the vendor may provide information to the review committee to indicate their ability to meet the requirements in the specifications. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 55 In regard to the price pages supplied with the RFP (Appendix D_Pricing_Workbook for Information Only), there

are no columns for extended price calculations. Does the County want bidders to add column(s) to show the calculated extended price for items whose quantity is larger than 1? (Submitted: Jun 27, 2016 1:28:29 PM EDT)

Answer- Regarding Appendix D - Pricing Workbook for Information Only, The County is not requesting bidders to add columns to show extended pricing. (Answered: Jun 27, 2016 2:17:07 PM EDT)

Question 56 The price pages have a column for unit price and a column for discount percent. Is the unit price intended to be

the list price (before application of the discount) or the net unit price (after application of the discount). (Submitted:

Jun 27, 2016 1:29:09 PM EDT)

Answer- Regarding Appendix D - Pricing Workbook for Information Only; The unit price is intended to be the net price after application of the discount. (Answered: Jun 27, 2016 2:17:08 PM EDT)

Question 57 The list of sites provided in the RFP includes Tamarac and Deerfield. During the mandatory pre -bid meeting of May 17 it was mentioned that these sites are not to be re-used. However, this was not communicated officially through an amendment to the RFP. Can the County provide clarification regarding these two sites? (Submitted: Jun

28, 2016 7:42:12 AM EDT)

Answer- The County's existing sites in Deerfield and Tamarac are receive-only locations that will not be reused. The County is looking to build new tower sites in these general areas. It is the new sites that are reflected in the site matrix. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- For further clarification, the Deerfield and Tamarac site locations listed in Appendix B - Site Information are not the County's existing receive-only locations. (Answered: Jul 25, 2016 11:32:51 AM EDT)

Question 58 Question: Requirement is for DC power system to provide -24/ -48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. (Submitted: Jun 29, 2016 1:25:17 PM EDT)

Answer- Please see response to question 26. These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 59 Jun 07, 2016 4:22:20 PM EDT

Question: Requirement is for DC power system to provide -24/-48 VDC, 12 VDC, and 120 VAC. Should these voltages be furnished only to the extent they are used within the successful vendor’s design? Or in the event

these voltages must be furnished regardless of successful vendor’s design, please state minimum

requirements for current capacity at each of the required voltage levels. "Answer - Jun 23, 2016 9:17:49 AM EDT These voltages must be supplied for supplemental fielded equipment that is already deployed or may be deployed in the future that are not part of the vendors' designs. Vendors should assume a minimum of 10 Amps supply current above and beyond the levels required for the proposed equipment at each required voltage level." ---Updated Question: In reference to the answered question, is 1 for N redundancy also required for these supplemental voltages of +12vdc, -24vdc and 120vac? (Submitted: Jun 29, 2016 2:21:17 PM EDT)

Answer- N+1 redundancy is required for all voltage levels. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 60 Coordinates given for Hard Rock in the RFP do not clearly identify the intended structure. There appears to be

three structures that make up the Hard Rock complex. There are buildings to the Northwest, Southwest and Southeast in the complex. Please identify which building in the Hard Rock complex is intended for use as the Hard Rock radio site. (Submitted: Jun 30, 2016 12:20:18 PM EDT)

Answer- The coordinates correspond to planned new construction. The coordinates provided should be utilized. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 61 4.5. VOICE LOGGER OUTPUT

The Vendor shall identify within its proposal all replay requirements necessary to complete the interface. Question: In addition to the API cost, is it the intent of the County for the respondents to include pricing of all necessary replay requirements (including additional server hardware, other recording license additions and the services) or just identify all necessary replay requirements to complete the interface? (Submitted: Jun 30, 2016

3:32:54 PM EDT)

Answer- The vendor shall work with Replay Systems Inc. to obtain a quote for hardware and software needed to upgrade or replace existing logging recorder in order to be able to record the radio system talkgroups, conventional resources and dispatch consoles audio. For the radio vendor, the pricing should include at a minimum: server, firewall, and software licenses needed to pull the audio from the radio network and interface to the Logging system at both Central Dispatch and North Dispatch. For the Replay quote, it should included at a minimum the following (QTY to be defined by Replay): 1) VPI P25 Interface; 2) P25 API; 3) P25 Codec (one required per 32 Channels); 4) Cost to upgrade or replace existing logging recorder; 5) Installation and configuration (need to support pretest and cutover); 5) Extended Hardware and Software Support for years 2 thru X. (Answered: Jul 11,

2016 3:25:05 PM EDT)

- This will be addressed in an Addendum. (Answered: Jul 14, 2016 10:54:17 AM EDT)

Question 62 RFP Section 4.5

1. Please describe by make and model/version the existing replay recorders located at dispatch positions and the system logging recorders with which vendors are being asked to interface. 2. Please provide the contact information of the manufacturer representative and/or service group that provides follow-on sales and service to the existing logging recorder and the replay recorders. (Submitted: Jul 1, 2016 10:02:36

AM EDT)

Answer- #1 Vendor to contact Replay Systems, Inc. for existing logging system information. #2 Eddie Guererri Vice President Sales and Customer Support Replay Systems, Inc. 6555 NW 9th Avenue | Suite 105 Fort Lauderdale, FL 33309 T 954-267-9199 | TF 800.722.3472 F 954.267.9184 (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 63 The Specifications for the RFP reference the EOC one time in regards to being a microwave site. Does the

County require the EOC to be included in the new microwave design? (Submitted: Jul 1, 2016 1:11:08 PM EDT)

Answer- Yes, the EOC is to be a microwave only site. Appendix D has been updated with the information for the EOC site. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- This will be addressed through an Addendum. (Answered: Jul 12, 2016 7:05:44 AM EDT)

Question 64 2.6.7. Backup and Interoperability Systems

D. Vendors shall propose a mobile communications trailer with the following elements: 1. Appropriately sized vehicle for towing the proposed trailer Question: Please identify if the County requires the vehicle's price included in the proposal or only the specifications of a vehicle to tow the trailer? (Submitted: Jul 1, 2016 1:12:14 PM EDT)

Answer- The vehicle's price must be included in the proposal. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 65 With the recent addition of the Hard Rock Site location requirement, for a Prime Site, will County provide contact

information to the Vendors? (Submitted: Jul 1, 2016 1:15:28 PM EDT)

Answer- Contact information will be provided to the selected vendor. Vendors should assume sufficient space and power will be available. (Answered: Jul 11, 2016 3:25:05 PM EDT)

- The contact for the Hard Rock site location is: Bobby Brown, Seminole Tribe of Florida Network Administrator, Phone Number: 954-966-6300 x11340, E-mail: [email protected]. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 66 Is there a requirement in the emergency communications trailer for Radio Dispatch Operator position or

positions? (Submitted: Jul 1, 2016 3:47:59 PM EDT)

Answer- There is no requirement for a dispatch console position in the communications trailer (Answered: Jul 13, 2016

11:42:45 AM EDT)

Question 67 CBE Goal

The RFP states that the Vendor shall only address the base solicitation amount for CBE goal participation. Can the County further elaborate on what is defined as the base solicitation in terms of the CBE calculation? (Submitted:

Jul 8, 2016 11:48:49 AM EDT)

Answer- As stated in the Office of Economics and Small Business Requirements: CBE Goal Participation, C., "The Vendor shall address the base solicitation amount for the CBE goal participation. No alternate/optional item(s) shall be addressed...". The Base solicitation amount is interpreted to be Line Item numbers R1422515P1-01-01 through R1422515P1-01-09 in the Item Response Form. There are no alternate or optional line items in in the Item Response Form for this solicitation. (Answered: Jul 11, 2016 3:25:05 PM EDT)

Question 68 Does the County already have agreements to use/occupy the FDOT site that is shown as a non -existing 800 MHz site? Or, does the vendor bear any responsibility in securing the approval to use this site and, if so, to what degree? For the FDOT site, please provide the County’s contact for the purpose of arranging a site survey. (Submitted:

Jul 8, 2016 11:50:07 AM EDT)

Answer- The County has not made significant progress to date in securing the FDOT site, and is also evaluating other sites in the area. Therefore, we do not have contact information at this time. It is expected that the vendors will make reasonable assumptions for candidate sites or other sites proposed by the vendors that cannot be surveyed. The County notes that the FDOT site is a candidate site, and vendors have the discretion to either use this site or not within their designs. Vendors may reach out to the site owners of candidate sites directly if they wish to conduct surveys. (Answered: Jul 15, 2016 8:22:06 AM EDT)

Question 69 Can the County please provide scoring details or evaluation criteria for the demonstrations so vendors

understand how the demos will be evaluated? (Submitted: Jul 8, 2016 12:45:51 PM EDT)

Answer- The Demonstration Requirements document will be provided to the Evaluation Committee for their review. (Answered: Jul 13, 2016 11:42:45 AM EDT)

Question 70 Coverage testing will be performed per TSB -88.3-D in all accessible test tiles as defined by the grid definitions in the RFP Section 10.6.B.4.b.ii. We define accessible as any land tile containing roads that are identified in the 2015 US Census Bureau’s

Tiger Road Database and is classified as: Primary Secondary Local Ramp Service Drive Vehicular Trail Private Service Road (if accessible) Tiles that are not land accessible but may be accessed via watercraft will also be included in the test. Does the County agree with these definitions? (Submitted: Jul 8, 2016 1:25:37 PM EDT)

Answer- While the County tends to agree with these requirements, the more broad definition defined in TSB-88.3-D of "Accessible test tiles" will be maintained in the specifications. Tiles that are accessible via watercraft (airboat, boat, etc.) shall be considered accessible, including areas over the Everglades. These areas shall be tested consistent with the County’s coverage requirements. (Answered: Jul 15, 2016 8:22:06 AM EDT)

Question 71 Part 1 of 3

LAW OFFICES MOSKOWITZ, MANDELL, SALIM & SIMOWITZ, P.A. 800 CORPORATE DRIVE, SUITE 500 FORT LAUDERDALE, FLORIDA 33334 July 8, 2016 Jose De Zayas, Project Manager Michael Mullen, Purchasing Agent Re: Broward County Solicitation #R1422515P1, Public Safety Radio APCO Project 25 700 MHz Communication System (the “Solicitation†) Gentlemen: This firm represents Harris Corporation (“Harris†) with respect to the above-referenced Solicitation. As we are aware that the Cone of Silence is in effect with respect to this Solicitation, we address this letter to you both in accordance with Mr. Mullen’s prior email to Harris and Section J of the Solicitation’s Special Instructions

to Vendors. Should this letter be addressed to any other person, we ask that you forward it accordingly and advise us as well for any future communications. In light of the importance of the public safety implications of this Solicitation, on behalf of Harris we write to request that Broward County provide a four week extension of the current July 8, 2016 deadline for the submission of questions, and a six week extension of the current submission deadline of August 3, 2016. We believe such an extension is in the best interests of the County, its residents and all interested vendors to ensure that complete and accurate, technically feasible, proposals are submitted in conformance with the requirements of the Solicitation. (Submitted: Jul 8, 2016 3:25:46 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- A two week extension from August 3, 2016 to August 17, 2016 for a submission deadline has been determined to be appropriate. The question and answer period will not be extended as requested. (Answered: Jul 26, 2016

3:17:40 PM EDT)

Question 72 Part 2 of 3

In particular, we note that some 70 questions have been submitted to date concerning the technical specifications of the Solicitation, and 24 of those questions remain unanswered as of this writing. The unanswered questions pose issues of tremendous concern with respect to the ability to properly design the required system and implement the same. For instance, the Solicitation requires the vendor to demonstrate a proper interface of the radio system and the CAD system. Technical questions regarding the existing proprietary CAD system have not been answered, nor relevant documentation provided to design and implement the proper interface. Further, there is insufficient information provided as to the availability of certain tower sites and the loading capacity of tower sites. The tower questions presented and documentation requested is critical to the appropriate design of the system to provide the required coverage. We also note that the City of Fort Lauderdale recently issued, on June 30, 2016, its Solicitation 769-11783, Enhanced 911 Public Safety Answering Point (PSAP) Implementation (the “RLI†). This Request for Letters of Interest concerns the process and phases necessary for the City to realize a fully functional Enhanced 911 (E911) Public Safety Answering Point (PSAP) with a focus on Next Generation (NG911) Capabilities. The City had joined the Broward County Consolidated Regional E911 Communications System in August of 2014, but now appears to be seeking its own solution in light of “ongoing issues with the regional system.†In light of the Solicitation’s County-wide application, Harris is very concerned as to what, if any, impact the City’s RLI will

have on the systems and processes to be designed, the areas to be covered and any changes to the overall scope of the Solicitation. (Submitted: Jul 8, 2016 3:26:43 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- As of July 18, all questions have been answered. Regarding tower loading, please see response to question 48. The City of Ft. Lauderdale's solicitation, Enhanced 911 Public Safety Answering Point (PSAP) Implementation, has no impact on any of the specifications or plans regarding Broward County's current solicitation RFP R1422515P1. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Question 73 Part 3 of 3

Finally, Harris understands the significant importance of supporting companies based in Broward County and will be engaging local companies as part of its project team. The vendor fair now scheduled for July 12 will introduce a number of new vendors to Harris that will help it meet the CBE criteria set forth in the Solicitation. While Harris will make every effort to evaluate the companies identified as potential partners for this project, the proposal deadline of August 3rd will not provide enough time to thoroughly appraise and validate these potential vendors as well as to get the subcontract proposals and inputs for their portions of the project. To Harris, a sound deployment of the P25 radio system for the County is its top priority, so the companies engaged must meet both Harris’ and the County’s high standards.

For the aforesaid reasons, we respectfully request that the County extend the current July 8, 2016 deadline for the submission of questions for four weeks, and the current submission deadline of August 3, 2016 for an additional six weeks. The provision of this extension will ensure that all vendors can submit complete proposals that meet and exceed all of the Solicitation’s technical, CBE and other specifications.

Very truly yours, _/s/ William G. Salim, Jr. WILLIAM G. SALIM, JR. WGS/cl cc: Client (Submitted: Jul 8, 2016 3:27:12 PM EDT)

Answer- Communication noted. (Answered: Jul 15, 2016 8:22:06 AM EDT)

- Broward County is pleased that the July 12, 2016 Office of Economic and Small Business Development Meet and Greet time was a success in bringing potential subcontractors and proposers together. As stated earlier question and answer 71, the question and answer period will not be extended as requested. The extension for submission deadline has been extended to August 17, 2016. We believe that this is a sufficient time for proposers to submit their responses. (Answered: Jul 26, 2016 3:17:40 PM EDT)

Bid R1422515P1Broward County Board ofCounty Commissioners

8/4/2016 1:03 PM p. 244