Page 1 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

Table of Contents Procurement Authority...... 4 Project Funding Source...... 5 Scope of Service...... 5 Submittal Instructions...... 5 Required Forms...... 7 For Additional Project Information Contact:...... 8 Pre-Submittal Conference...... 8 Evaluation Process...... 8 Review Responses...... 9 Bond Requirement...... 9 Qualifications of Surety...... 9 Evaluation Criteria...... 12 Cone of Silence...... 13 Demonstrations...... 13 Presentations...... 14 Pricing...... 14 Negotiation and Award...... 14 Public Art and Design Program...... 14 Posting of Solicitation and Proposed Contract Awards...... 14 Vendor Protest...... 15 Rejection of Responses...... 16 Public Records and Exemptions...... 16 Copyrighted Materials...... 17 Local Preference...... 17 State and Local Preferences...... 17 Right of Appeal...... 17 Negotiations...... 18 Projected Schedule...... 18 Responsiveness Criteria...... 19 Definition of a Responsive Proposer:...... 19 1. Domestic Partnership Act...... 19 2. Bond Requirements...... 19 3. Lobbyist Registration - Certification...... 20 4. Additional Requirements...... 20 Responsibility Criteria...... 22 Definition of Responsible Proposer...... 22 1. Office of Economic and Small Business Development Program...... 22 2. Financial Information...... 22 3. Litigation History...... 22 4. Authority to Conduct Business in Florida...... 23 5. Additional Requirements...... 23 Evaluation Criteria...... 25 Project-Specific Criteria...... 25 Page 2 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 Company Profile...... 27 Legal Requirements...... 31 Tiebreaker Criteria...... 35 Required Forms to be Returned...... 38 Attachment “F” - Domestic Partnership Certification...... 39 Attachment “G” - Lobbyist Registration – Certification...... 40 Attachment “I” - Litigation History...... 41 Attachment “J” - Insurance Requirements...... 42 Attachment “K” - Cone of Silence Certification...... 43 Attachment “M” - Drug Free Workplace Policy Certification...... 44 Attachment “N” - Non-Collusion Statement Form...... 45 Attachment “P” - Local Vendor Certification...... 46 Attachment “Q” - Volume of Work Over Five Years...... 47 Attachment “R” - Proposal Bond...... 48 Attachment “S”- Performance and Payment Bond...... 50 Attachment “T” - Pricing Sheets...... 52 Total...... 56 Exhibits...... 59 EXHIBIT “1” DETAILED SCOPE OF WORK...... 60

Balance of Page Left Blank Intentionally

Page 3 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 Request for Proposals (RFP) RFP Number: R1147317P1 RFP Name: Local Government UHF Trunking 400 MHz Radio System Procurement Authority

Unchecked boxes do not apply to this solicitation.

Pursuant to the Broward County Procurement Code, the Broward County Commission invites qualified firms to submit Proposals for consideration to provide services on the following project: Standard Request for Proposals Construction General Contractor: Two-Step Process - (Step 1) Issue RFP to Short list firms - (Step 2) Issue Invitation for Bids to Shortlisted firms to obtain bids Establish Library of Firms for Services Pursuant to the Broward County Procurement Code, the Broward County Commission invites qualified firms to submit Proposals for consideration to provide Construction Manager at Risk Services on the following project. Standard Construction Manager at Risk Construction Manager at Risk (Modified): Two Step Process - (Step 1) Issue RFP to Short list firms (Step 2) Issue Invitation for Bids to Shortlisted firms to obtain bids Pursuant to Florida Statutes, Chapter 287.055 (Consultants’ Competitive Negotiation Act), the Broward County Commission invites qualified firms to submit Proposals for consideration to provide Professional Consulting Services on the following project. Non-Continuing Contract: (Check only one box) Professional services needed for a construction project where the construction costs exceed $ 325,000 Professional services needed for a planning or study activity where the fee for the professional services exceed $ 35,000 Continuing Contract :( Check only one box) Professional services needed for projects in which construction costs do not to exceed $2 million Professional services needed for study activities when the fee for such professional service does not exceed $ 200,000 Professional services needed for work of a specified nature Design-Build: (Check only one box) Qualification - Based with a Guaranteed Maximum Price and a Guaranteed Completion Date

Page 4 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 Project Funding Source

X County Funds

Scope of Service

The Office of Communications Technology is seeking a vendor that will be able to engineer, furnish, install and maintain a UHF 400 MHz digital trunking radio system to be used by Broward County Local Government. The proposed radio system shall provide reliable, efficient, county wide communications and is to seamlessly interconnect to the City of Sunrise existing MOTOTRBO Capacity Plus 5 channel (voice and turbo data for AVL) single site located at the County’s Markham Park location and to the Broward County School Board MOTOTRBO Capacity Plus 2 channel system located at Beacon Tower site in Davie; also must interoperate with the existing 800 MHZ Trunked Radio System and future P25 Trunked Radio System. See Exhibit “1” – Detailed Scope of Work Submittal Instructions

Unchecked boxes do not apply to this solicitation.

Only interested firms from the Sheltered Market may respond to this solicitation.

This solicitation is open to the general marketplace. Interested firms may supply requested information in the “Evaluation Criteria” section by typing right into the document using Microsoft Word. Firms may also prepare responses and any requested ancillary forms using other means but following the same order as presented herein. Submit eight (8) CDs, containing the following files: CD or DVD discs included in the submittal must be finalized or closed so that no changes can be made to the contents of the discs.

IT IS IMPORTANT THAT EACH CD BE LABELED WITH THE COMPANY NAME, RFP NUMBER AND TITLE, AND THEN PLACED IN AN INDIVIDUAL DISC ENVELOPE.

1. A single PDF file that contains your entire response with each page of the response in the order as presented in the RFP document, including any attachments. 2. Responses to the Evaluation Criteria questions are to be provided in the following formats: a. Microsoft Word for any typed responses. b. Microsoft Excel for any spreadsheets

Page 5 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

Submit five (5) total printed copies (hard copies) of your response. It is the responsibility of each firm to assure that the information submitted in both its written response and CDs are consistent and accurate. If there is a discrepancy, the information provided in the written response shall govern.

This is of particular importance in the implementation of the County's tiebreaker criteria. As set forth in Section 21.31.d of the Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the firm's response to the solicitation. Therefore, in order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the written submittal.

Balance of Page Left Blank Intentionally

Page 6 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

Required Forms

This Request for Proposal requires the following CHECKED forms to be returned: (Please initial each Attachment being returned)

Documents submitted to satisfy responsiveness requirement(s) indicated with an (R) must be attached to the RFP submittal and returned at the time of the opening deadline.

Verification of return (Please Initial) Attachment A Proposers Opportunity List Removed – Not Included Attachment B Letter of Intent (CBE) Removed – Not Included Attachment D Application For Evaluation Removed – Not Included of Good Faith Effort Attachment E Vendor’s List (Non-Certified Subcontractors and Suppliers Information) Removed – Not Included Attachment F Domestic Partnership Certification(R) ______Attachment G Lobbyist Registration – Certification(R) ______Attachment H Employment Eligibility Verification Program Contractor Certification Removed – Not Included Attachment I Litigation History ______Attachment J Insurance Requirements ______Attachment K Cone of Silence Certification ______Attachment L Living Wage Ordinance Removed – Not Included Attachment M Drug Free Workplace Policy Certification ______Attachment N Non-Collusion Statement Form ______Attachment O Scrutinized Companies List Certification Removed – Not Included Attachment P Local Vendor Certification ______Attachment Q Volume of Work Over Five Years ______Attachment R Proposal Bond(R) ______Attachment S Performance and Payment Bond ______Attachment T Pricing Sheets(R) ______

Balance of Page Left Blank Intentionally

Page 7 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 Send all requested materials to: Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 RE: RFP Number: R1147317P1

The Purchasing Division must receive submittals no later than 5:00 pm on September 9, 2013. Purchasing will not accept electronically transmitted, late, or misdirected submittals. If fewer than three interested firms respond to this solicitation, the Director of Purchasing may extend the deadline for submittal by up to four (4) weeks. Submittals will only be opened following the final submittal due date.

For Additional Project Information Contact:

Additional Project Specific Information Contact: Lygia Torres, Project Manager Phone: (954) 357-8512 Email: [email protected]

Procurement Process Related Information Contact: Erick Martinez, Purchasing Agent Phone: (954) 357-6114 E-mail: [email protected]

Pre-Submittal Conference

Attendance at the Pre-Submittal Conference is optional. This information session presents an opportunity for proposers to clarify any concerns regarding the solicitation requirements. The proposer is cautioned that, although the Pre-submittal Conference is optional, no modification or any changes will be allowed in the pricing because of the failure of the proposer(s) to have attended the conference.

Pre-Submittal Conference

DATE: Thursday, August 22, 2013

TIME: 9:00 AM Local Time

LOCATION: Governmental Center Building, Room 430, 115 S. Andrews Avenue, Fort Lauderdale, Florida 33301 Evaluation Process

A Evaluation Committee (EC) will be responsible for recommending the most qualified firms and rating them. The process for this procurement may proceed in the following manner:

Page 8 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

Review Responses

The Purchasing Division delivers the RFP submittals to agency staff for summarization for the Evaluation Committee members. Agency staff will prepare an analysis report which includes a matrix of responses submitted by the firms. This may include a technical review, if applicable.

Staff will also identify any incomplete responses. The Director of Purchasing will review the information provided in the matrix and will make a recommendation to the Evaluation Committee as to each firm’s responsiveness to the requirements of the RFP. The final determination of responsiveness rests solely on the decision of the Evaluation Committee. At any time prior to award, the awarding authority may find that an offeror 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 offeror has breached or failed to perform a contract, claims history of the offeror, 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 offeror.

Bond Requirement

Proposal Bond All firms responding to the RFP must include with their submission a proposal bond or other surety identified below in the amount of Ten Thousand Dollars ($10,000), payable to the Board of County Commissioners. The bond shall remain in force until a contract is awarded. (Attachment R)

Performance and Payment Bond The successful firms will be required to submit a Performance Bond and a Payment Bond in an amount equal to one-hundred percent (100%) of the total System cost (not including System maintenance and support) or an alternative form of security permitted by the Broward County Procurement Code. The Bond(s) must be submitted by the successful Proposers within fifteen (15) calendar days after notification by the Contract Administrator. The Performance and Payment bond(s) will remain in effect for the duration of the contract. (Attachment S)

Qualifications of Surety

1. The Bond must be executed by a surety company of recognized standing, authorized to do business in the State of Florida as surety, 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.

2. In addition to the above minimum qualifications, the surety company must meet at least one of the following additional qualifications:

Page 9 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

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 Revisions. 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 September 1, 1978 (31 DFR Section 223.10, Section 233.111). 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 County will accept a surety bond from a company with a rating of A- or better for bonds up to $2 million, provided, however, that if any surety company appears on the watch list that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the County shall review and either accept or reject the surety company based on the financial information available to the County. A surety company that is rejected by the County may be substituted by the proposer or proposer with a surety company acceptable to the County,

c. A surety company that is rejected by the County may be substituted by the proposer or proposer with a surety company acceptable to the County, only if the proposed amount does not increase.

d. For projects which do not exceed $500,000.00 the County will accept a Bond from a surety company which has twice the minimum surplus and capital required by the Florida Insurance Code at the time the RFP 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.

e. The County will accept a surety bond from a company with a rating of A- or better; provided, however, that if the surety company appears on the 'Watch List' that is published quarterly by 'Focus' of the Office of the Florida Insurance Commissioner, the County shall review and either accept or reject the surety company based on the financial information available to the County. A surety company that is rejected by the County may be substituted by the proposer or proposer with a surety company acceptable to the County only if the proposed amount does not increase.

f. The surety company shall have at least the following minimum ratings:

Policyholder's Financial Amount of Bond Ratings Size 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

Page 10 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

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

Balance of Page Left Blank Intentionally

Page 11 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 Evaluation Criteria The following list of Evaluation Criteria total 100 points. Subsequent pages will further detail and define the Evaluation Criteria which are summarized with their numerical point ranges.

Evaluation Criteria - Project Specific Criteria Maximum Number of Points 1) ABILITY OF PROFESSIONAL PERSONNEL - Describe the qualifications and 15 relevant experience of the Engineering,Project Management, Techicians, Installers and all key personnel that are most likely to be assigned to this proposed project for the prime. Include resumes for the Engineering,Project Management, Technicians, Installers and all key personnel described. Include the qualifications and relevant experience of all sub-consultants to be used in this project. 2) PAST PERFORMANCE - Describe firm’s experience on projects of comparable 15 nature, scope, complexity and duration along with evidence of satisfactory completion, both on time and within budget, for the past five (5) years regarding the Prime proposer. Include the following for each project; NOTE: Projects related to Government, Municipality, Public Safety Installations and Networks are highly prefered. a. Project name b. Location c. Date of completion, (month, year) d. Company role and responsibility for the project. e. List Firm's project manager and other key professionals involved on the project. f. Provide references including contact name, title, organization, address, phone and email address for all cited projects completed and active. 3) IMPLEMENTATION AND INTEGRATION - Describe the firm's approach to this 35 proposed project: a.Describe how the proposed radio system would seamlessly integrate with the City of Sunrise existing MOTOTRBO Capacity Plus 5 channel (voice and turbo data for AVL system located at Markham Park Tower Site) and the Broward County School Board MOTOTRBO Capacity Plus 2 channel system located at Beacon Tower site in Davie. b.Describe how the proposed system would interoperate with the existing 800 MHZ Trunked Radio System and future P25 Trunked Radio System. c.Describe how would the subscribers be able to seamlessly roam between all 5 sites. d.Describe how would you acheive redundancy for the antenna network. e. Describe how your firm would develop cost estimates and controls, indicating how they are updated, providing specific examples of sucessful recommendations implemented and cost containment strategies used to maintain project budget without sacrificing quality. As referenced in Exhibit 1 - Detaied Scope of Work 4) PROPOSED PROJECT PLAN AND IMPLEMENTATION TIMELINE – Provide a 10 detailed project plan and implementation timeline including Gantt charts and radio infrastructure diagrams as necessary. Describe major milestones for achieving the schedule and any other recommendations that may directly impact the schedule. 5) REFERENCES AND PERFORMANCE EVALUATIONS - Named references provided 5 by the proposer and Performance Evaluations. 6) * PRICE. 20 TOTAL NUMBER OF POINTS 100 Page 12 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

Description Points

* Total points awarded for price will be determined by applying the following formula: (Lowest Proposed Price/Proposer’s Price) x ?? = Price Score Please note that prices may be negotiated in the best interest of the County after the scoring is completed.

Cone of Silence

At the time of the Evaluation Committee appointment (which is typically prior to the advertisement of the solicitation document) in this RFP process, a Cone of Silence will be imposed. Section 1-266, Broward County Code of Ordinances as revised, provides that after Evaluation Committee appointment, potential vendors and their representatives are substantially restricted from communicating regarding this RFP with the County Administrator, Deputy and Assistants to the County Administrator and their respective support staff, or any person appointed to evaluate or recommend selection in this RFP process. For communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the Initial Evaluation Committee Meeting. After the application of the Cone of Silence, inquiries regarding this RFP 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.

Demonstrations

If this box is checked, all firms that are found to be both responsive and responsible to the requirements of the RFP will have an opportunity demonstrate the nature of their offered solution to the EC on the firm’s approach to this project and the firm’s ability to function and perform as required by the RFP Scope of Work. The EC may provide a list of subject matter for the discussion. The firms will have equal time to demonstrate but the question-and-answer time may vary. The EC will score the firms and post its recommendation for three days as a “Proposed Recommendation of Ranking”. Following this three-day period, if no objections to the proposed ranking have been received in writing by the Director of Purchasing, a Final Recommendation of Ranking will be posted and presented to the Board for approval. At the discretion of the Board, demonstrations to the Board of County Commissioners by the scored firms may be required. A copy of the demonstration (hard copy, DVD, CD or a combination of both) should be given to the Purchasing Agent at the meeting to retain in the Purchasing files.

Page 13 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

Presentations

If this box is checked, all firms that are found to be both responsive and responsible to the requirements of the RFP will have an opportunity to make an oral presentation to the EC on the firm’s approach to this project and the firm’s ability to perform. The EC may provide a list of subject matter for the discussion. The firms will have equal time to present but the question- and-answer time may vary. The EC will score the firms and post its recommendation for three days as a “Proposed Recommendation of Ranking”. Following this three-day period, if no objections to the proposed ranking have been received in writing by the Director of Purchasing, a Final Recommendation of Ranking will be posted and presented to the Board for approval. At the discretion of the Board, presentations to the Board of County Commissioners by the scored firms may be required.

Pricing

Unchecked boxes do not apply to this solicitation. Price will be considered in the final evaluation and rating of the qualified firms. Included in this RFP solicitation is a Price Sheet which must be completed and returned with the RFP Submittal at the time of the opening deadline. County staff and the top ranked firm will negotiate fees for pre-construction services during the Negotiation Phase of this process. Generally, the Parties negotiate a Guaranteed Maximum Price (GMP) for construction services during the course of pre- construction services.

Negotiation and Award

The Purchasing Negotiator, assisted by County staff, will attempt to negotiate a contract with the first ranked firm. If an impasse occurs, the County ceases negotiation with the firm and begins negotiations with the next-ranked firm.

Public Art and Design Program

Unchecked boxes do not apply to this solicitation. Section 1-88, as amended, of the Broward County Code (of Ordinances) contains the requirements for the Broward County’s Public Art and Design Program. It is the intent of Broward County to functionally integrate art, when applicable, into capital projects and integrate artists’ design concepts into this improvement project. The proposer 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).

Posting of Solicitation and Proposed Contract Awards

The Broward County Purchasing Division's website is the official location for the County's posting of all solicitations and contract award results. It is the obligation of each vendor to Page 14 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 monitor the website in order to obtain complete and timely information. The website is located at http://www.broward.org/Purchasing/Pages/SolicitationResult.aspx

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:

(a) Any protest concerning the proposal or other solicitation specifications or requirements must be made and received by the County within seven (7) 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.

(b) Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the proposal opening, shall be submitted in writing and received by the County within five (5) business days from the posting of the recommendation of award on the Purchasing Division's website.

(c) Any actual or prospective proposer or offeror 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 on the Purchasing Division's website.

(d) 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 solicitation or proposed contract award shall be a waiver of the vendor's right to protest.

(e) Protests arising from the decisions and votes of an 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.

(f) As a condition of initiating any RFP protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee $30,000 - $250,000 $ 500 $250,001 - $500,000 $1,000 $500,001 - $5 million $3,000 Page 15 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

Over $5 million $5,000

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.

Rejection of Responses

The Evaluation Committee may recommend rejecting all proposals 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.

Public Records and Exemptions

Upon receipt, all response submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes.

Any firm that intends to assert any materials to be exempted from public disclosure under Chapter 119, Florida Statutes must submit the document(s) in a separate bound document labeled "Name of Firm, Attachment to Proposal Package, RFP# - Confidential Matter". The firm must identify the specific statute that authorizes the exemption from the Public Records Law. CD or DVD discs included in the submittal must also comply with this requirement and separate any materials claimed to be confidential. Failure to provide this information at the time of submittal and in the manner required above may result in a recommendation by the Director of Purchasing that the response is non-responsive.

Any claim of confidentiality on materials that the firm asserts to be exempt and placed elsewhere in the submittal will be considered waived by the firm upon submission, effective after opening. Please note that the financial statement exemption provided for in Section 119.071(1) c, Florida Statutes only applies to submittals in response to a solicitation for a "public works" project.

Please be aware that submitting confidential material may impact full discussion of your submittal by the Selection/Evaluation Committee because the Selection/Evaluation Committee will be unable to talk about the details of the confidential material(s) at the public Selection/Evaluation Committee meeting. Please note that the financial statement exemption provided for in Section 119.071(1) c, Florida Statutes only applies to submittals in response to a solicitation for a "public works" project.

Page 16 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

Copyrighted Materials

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. It is noted that copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public.

Local Preference

In accordance with Broward County Ordinance No. 2004-29, the Broward County Board of County Commissioners provides a local preference. This preference includes any county with which the Broward County Board of County Commissioners has entered into an inter-local agreement of reciprocity. Except where otherwise provided by federal or state law or other funding source restrictions, a local proposer whose submittal is within 5% of the highest total ranked proposer outside of the preference area will become the firm with whom the County will proceed with negotiations for a final contract.

Local business means the vendor has a valid occupational license issued by the county within which the vendor conducts their business at least one year prior to bid or proposal opening, that authorizes the business to provide the goods, services or construction to be purchased and a physical address located within the limits of said county, in an area zoned for the conduct of such business, from which the vendor operates or performs business on a day-to-day basis that is a substantial component of the goods or services being offered. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing a physical address.

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 County's Local Preference Ordinance and Procurement Code will not be applied in the procurement process.

Right of Appeal

Pursuant to Section 21.83 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 Evaluation Committee's determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Code.

The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Evaluation Committee to be deemed timely. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a person having standing to protest and must comply with all other requirements of this section. The institution and filing of an appeal is an administrative remedy to be employed prior to the Page 17 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 institution and filing of any civil action against the County concerning the subject matter of the appeal.

Negotiations

It is the County’s intent to conduct the first negotiation meeting no later than two (2) weeks after approval of the final ranking as recommended by the Committee. At least one of the representatives for the firm participating in negotiations with the County must be authorized to bind the firm.

In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the firm) an impasse will be declared and negotiations with the first-ranked firm will cease. Negotiations will begin with the next ranked firm, etc. until such time that all requirements of Procurement Code, Section 21.85.c.8 have been met.

Projected Schedule

RFP Advertised Date: August 14, 2013 Pre-Submittal Conference: August 22, 2013 RFP Open Date: September 9, 2013 Initial Evaluation Meeting: Final Evaluation Meeting: If three (3) or fewer responses are received, a combination Initial and Final Evaluation meeting may be held on insert date http://www.broward.org/Commission/Pages/SunshineMeetings.aspx Please check this website for any changes to the above tentative schedule.

Balance of Page Left Blank Intentionally

Page 18 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 Responsiveness Criteria

Definition of a Responsive Proposer:

In accordance with Broward County Procurement Code Section 21.8.b.66, a Responsive Proposer means a person who has submitted a proposal which conforms in all material respects to a solicitation. The proposal of a Responsive Proposer must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitaion 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 of non-responsive by the Director of Purchasing. The 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.

***NOTICE TO PROPOSERS***

Proposers are invited to pay strict attention to the following requirements of this RFP. The information being requested in this section is going to be used by the Evaluation Committee during the selection/evaluation process and further consideration for contract award. Please be aware that proposers have a continuing obligation to provide the County with any material changes to the information being requested in this RFP.

1. Domestic Partnership Act

The Broward County Domestic Partnership Act (Section 16-1/2 – 157 of the Broward County Code of Ordinances, as amended) requires that, for projects where the initial contract term is valued at more than $100,000, that at the time of RFP submittal, the vendor shall certify that the vendor currently complies or will comply with the requirements of the Domestic Partnership Act by providing benefits to Domestic Partners of its employees on the same basis as it provides benefits to employee’s spouses.

The Domestic Partnership Certification Form (Attachment F) should be completed, for all submittals over $100,000, and returned with the RFP Submittal Response at the time of the opening deadline, but no later than five (5) business days from request of the Purchasing agent. Failure to meet this requirement shall render your submittal non-responsive.

2. Bond Requirements

All firms responding to the RFP must include with their submission a bond or other surety, identified below, in the amount of Ten Thousand Dollars ($10,000), payable to the Board of

Page 19 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

County Commissioners. The bond will remain in force until contract award. The bond must be an original, no photocopies will be accepted. In lieu of the bond, the following will be acceptable: cash, money order, certified check, cashier's check, original irrevocable 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 Proposer shall not be deemed a valid bond guaranty. (Attachment R)

3. Lobbyist Registration - Certification

A vendor who has retained a lobbyist(s) to lobby in connection with a competitive solicitation shall be deemed non-responsive unless the firm, in responding to the competitive solicitation, certifies, see Attachment G, that each lobbyist retained has timely filed the registration or amended registration required under Section 1-262, Broward County Code of Ordinances. 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 the basis, exercise any contractual right to terminate the contract for convenience.

The Lobbyist Registration Certification Form (Attachment G) should be completed and returned at the time of the RFP opening deadline and included within the submittal document. If not included with the RFP submittal at the time of the RFP opening deadline, the Lobbyist Certification Form must be completed and returned prior to contract award at a date and time certain established by the County.

4. Additional Requirements

Vendors shall provide evidence that they meet or exceed the following mandatory requirements. The personnel employed by the vendor and assigned to perform on this project shall hold certifications relevant to the technologies which they are contracted to support: 1. Proposers are required to be authorized resellers or authorized distributors of the equipment being offered. Bidders are to provide on letterhead authorization from the Original Equipment Manufacturer (OEM) stating their ability to sell and provide repairs and maintenance services for the equipment. The Proposer’s status is subject to verification by the County with the OEM directly.

2. At the time of proposal submission, the proposer shall currently have a fully operational Warranty Repair Center (WRC) based within 75 miles of the Governmental Center, 115 S. Andrews Avenue, Fort Lauderdale 33301 with the ability to provide warranty support for products as described in this solicitation. Proposers must submit a current Occupational License as evidence of this facility. The location’s requirements are as follows:

The location must be an established business location having a service location as being a place of business inclusive of the following criteria:

Page 20 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

a. Building or store front operations designed for the purpose of providing customer service (customer receiving / drive-in service bays).

b. Staffed customer interaction point, operational during normal business hours of Monday through Friday, eight hours per day.

c. Service management approval. d. Certificate of business and liability Insurance.

3. At the time of proposal submission, the proposer shall currently have a Certified Service Center (CSC) accreditation and provide evidence that the vendor has a fully operational CSC based within 75 miles of the Governmental Center, 115 S. Andrews Avenue, Fort Lauderdale 33301. Proposers must submit a current Occupational License as evidence of this facility. The CSC program is designed as a tool to help you find quality service centers and to provide a standard of professionalism for service centers who desire to offer outstanding customer service. To attain a Certified Service Center status, a service center must comply with specified requirements including maintaining an adequate repair facility, a Service Manager with Certified Service Manager accreditation, and specified Insurance coverage. These requirements have been determined by representatives of all facets of the service industry. CSC Certification is obtained through third party, independent certifying bodies comprised of several electronics associations designated by the CSC Organization, including ETA-I. To find out more on this program please visit http://www.c-csc.org/ .

Balance of Page Left Blank Intentionally

Page 21 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 Responsibility Criteria

Definition of Responsible Proposer

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsible Proposer or Offeror means an offeror who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Evaluation Committee will recommend to the awarding authority a determination of a firm’s responsibility. At any time prior to award, the awarding authority may find that an offeror is not responsible to receive a particular award. The following criteria shall be evaluated in making a determination of responsibility:

1. Office of Economic and Small Business Development Program

(See Office of Economic and Small Business Development Program requirements below).

Office of Economic and Small Business Development Program Requirements In accordance with Ordinance No. 2012-33, Broward County Business Opportunity Act of 2012, the County Business Enterprise (CBE) Program shall apply to this contract. All proposers responding to this solicitation shall utilize, or attempt to utilize, CBE firms in performing the contract in at least the assigned percentage amount for this solicitation. The assigned CBE participation goal for this contract is listed below.

No County Business Enterprise (CBE) goal has been assigned to this project.

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/Pages/Default.aspx

2. Financial Information

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 as stated in the Evaluation Criteria and Public Record and Exemptions sections may result in a recommendation of non-responsive by the Director of Purchasing.

3. Litigation History

Although the review of a vendor's litigation history is an issue of responsibility, the failure to provide litigation history as required in the Evaluation Criteria may result in a recommendation of non-responsive by the Director of Purchasing.

Page 22 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

4. Authority to Conduct Business in Florida

A Florida corporation or partnership is required to provide evidence with its response that the firm is authorized to transact business in Florida and is in good standing with the Florida Department of State. If not with its response, such evidence must be submitted to the County no later than 5 business days from request of the Purchasing agent.

A foreign (out-of-state) corporation or partnership is required to provide evidence with its response that the firm is authorized to transact business in Florida. If not with its response, such evidence must be submitted to the County no later than 5 business days from request of the Purchasing agent.

A joint venture is required to provide evidence with its response that the joint venture, or at least one of the joint venture partners, is authorized to transact business in Florida and is in good standing with the Florida Department of State. If not with its response, such evidence must be submitted to the County no later than 5 business days from request of the Purchasing agent. However, the joint venture is required to provide evidence prior to contract execution that the joint venture is authorized to transact business in Florida and provide the County with a copy of the joint venture Agreement. A joint venture is also required to provide with its response a Statement of Authority indicating that the individual submitting the joint venture’s proposal has the legal authority to bind the joint venture. If not with its response, such evidence must be submitted to the County no later than 5 business days from request of the Purchasing agent.

5. Additional Requirements

a. Minimum of two R56 certified technicians. The R56 Technician is a non-Auditor certification, which validates examinees’ knowledge of the core concepts required in the installation of a communications site, based on the R56 industry codes and standards. It should be attempted by installation contractors, service shops, project supervisors, project managers, site construction teams, and electrical contractors involved with communications site installation and construction. Can be obtained through Electronics Technicians Association International (ETA-I). ETA-I is a third party, independent certifying body recognized by the electronics industry as a leader in certification.

b. Minimum of two Certified Electronics Technician Associate (CETa) level -General technician certifications are obtained through Electronics Technicians Association International (ETA-I). ETA-I is a third party, independent certifying body recognized by the electronics industry as a leader in certification. The Associate Electronics Technician exam is a certification of entry-level electronics professional knowledge to include not only electronics but also safety, record keeping and professionalism.

c. Resume showing prior similar engineering, project management, installing and maintenance experience in South Florida(a minimum of five years) with references in Public Safety/Municipality Installations of network or wireless implementations.

Page 23 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

d. CJIS Security Awareness Certification. The Florida Department of Law Enforcement (FDLE) Criminal Justice Information Services (CJIS) is the central repository of criminal history records for the State of Florida and provides criminal identification screening to criminal justice and non-criminal justice agencies and private citizens to identify persons with criminal warrants, arrests and convictions that impact employment, licensing, eligibility to purchase a firearm, as well as a variety of criminal justice functions.

e. WLAN Certified - Wireless Local area network certification by Hewlett Packard and/or CISCO.

f. CompTIA A+ Certified Professional IT Technician. The A+ certification demonstrates competency as a computer technician. Officially, CompTIA A+ certification is a vendor neutral certification that covers numerous technologies and operating systems. CompTIA is a provider of professional certifications for the information technology (IT) industry. Computing Technology Industry Association (CompTIA), a non-profit trade association.

g. CompTIA Network+ Certified - Network+ is a certification that is used to measure skill as a network technician: understanding of network hardware, installation, and troubleshooting. Obtained through CompTIA.

h. The proposer shall provide evidence that it has ability to provide on site services 24/7 and 365 days per year per Service Level Agreement Requirements.

Additionally, 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 offeror has breached or failed to perform a contract, claims history of the offeror, 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 offeror.

Failure to provide the County with any of the above referenced information at the required time may be cause for the response to the solicitation to be deemed non- responsible.

Balance of Page Left Blank Intentionally

Page 24 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 Evaluation Criteria

With regard to the Evaluation criteria, each firm has a continuing obligation to provide the County with any material changes to the information requested. The County reserves the right to obtain additional information from interested firms.

Evaluation Criteria – Provide answers below. If you are submitting a response as a joint venture, Project-Specific Criteria you must respond to each question for each entity forming the joint venture. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable. 1) List Key Management Members of proposed maintenance team, including supervisor(s); and primary project managers for each locations listed on the price sheets, describe their relevant experience and the role they will play in the project, which may include the following: a) Project Superintendent b) Site supervisors c) Full time service crews 2) Provide resume showing prior similar engineering, project management, installing and maintenance experience (for a minimum of five years) with references in Public Safety/Municipality Installations of network or wireless implementations. 3) Describe the firm's approach to this proposed project: a) Describe how the proposed radio system would seamlessly integrate with the City of Sunrise existing MOTOTRBO Capacity Plus 5 channel (voice and turbo data for AVL system located at Markham Park Tower Site) and the Broward County School Board MOTOTRBO Capacity Plus 2 channel system located at Beacon Tower site in Davie.

Page 25 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

b) Describe how would the proposed system would interoperate with the existing 800 MHZ Trunked Radio System and future P25 Trunked Radio System. c) Describe how would the subscribers be able to seamlessly roam between all 5 sites. d) Describe how would you acheive redundancy for the antenna network. e) Describe how your firm would develop cost estimates and controls, indicating how they are updated, providing specific examples of sucessful recommendations implemented and cost containment strategies used to maintain project budget without sacrificing quality. As referenced in Exhibit 1 - Detaied Scope of Work 4) Provide a detailed project plan and implementation timeline including gantt charts and radio infrastructure diagrams as necessary. Describe major milestones for achieving the schedule and any other recommendations that may directly impact the schedule.

Balance of Page Left Blank Intentionally

Page 26 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

Evaluation Criteria – Provide answers below. If you are submitting a response as a joint venture, you must respond to each question for Company Profile each entity forming the joint venture. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable. 1. Supply legal firm name, headquarters address, local office addresses, state of incorporation, and key firm contact names with their phone numbers and e-mail addresses. 2. Supply the interested firm’s federal ID number and Dun and Bradstreet number. 3. Is the interested firm legally authorized, YES NO pursuant to the requirements of the Florida Statutes, to do business in the State of Florida? 4. All firms are required to provide Broward County the firm's financial statements at the time of submittal in order to demonstrate the firm's financial capabilities. Failure to provide this information at the time of submittal may result in a recommendation by the Director of Purchasing that the response is non- responsive. Each firm shall submit its most recent two (2) years of financial statements for review. The financial statements are not required to be audited financial statements. With respect to the number of years of financial statements required by this RFP, the firm must fully disclose the information for all years available; provided, however, that if the firm has been in business for less than the required number of years, then the firm must disclose for all years of the required period that the firm has been in business, including any partial year-to-date financial statements. The County may consider the unavailability of the most recent year’s financial statements and whether the firm acted in good faith in

Page 27 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

disclosing the financial documents in its evaluation. Any claim of confidentiality on financial statements should be asserted at the time of submittal. (see below)

*****ONLY “IF” claiming Confidentiality*****

The financial statements should be submitted in a separate bound document labeled "Name of Firm, Attachment to Proposal Package, RFP# - Confidential Matter".

The firm must identify the specific statute that authorizes the exemption from the Public Records Law. CD or DVD discs included in the submittal must also comply with this requirement and separate any materials claimed to be confidential. Failure to provide this information at the time of submittal and in the manner required above may result in a recommendation by the Director of Purchasing that the response is non-responsive. Furthermore, proposer’s failure to provide the information as instructed may lead to the information becoming public. Please note that the financial statement exemption provided for in Section 119.071(1) c, Florida Statutes only applies to submittals in response to a solicitation for a "public works" project. Litigation History Requirement: 5. The County will consider a vendor's litigation history information in its review and determination of responsibility. 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. If the vendor is a joint venture, the information provided should

Page 28 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

encompass the joint venture (if it is not newly- formed for purposes of responding to the solicitation) and each of the entities forming the joint venture. For purpose of this disclosure requirement, a “case” includes lawsuits, administrative hearings and arbitrations. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

1. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

2. 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; 3. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract; 4. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or 5. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

Notwithstanding the descriptions listed in paragraphs 1 – 5 above, a case is not considered to be "material" if the claims raised in the case involve only garnishment, auto negligence, personal injury, workers' compensation, foreclosure or a proof of claim filed by the vendor.

For each material case, the vendor is required to provide all information identified, on the attached “Litigation History” form. (Attachment I)

A Vendor is also required to disclose to the County any and all case(s) that exist between

Page 29 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

the County and any of the vendor's subcontractors/subconsultants proposed to work on this project.

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. Prior to making such determination, the vendor will have the ability to clarify the submittal and to explain why an undisclosed case is not material.

6. Has the interested firm, its principals, YES NO officers, or predecessor organization(s) been debarred or suspended from bidding by any government during the last three (3) years? If yes, provide details. 7. Has your company ever failed to complete YES NO any work awarded to you? If so, where and why? 8. Has your company ever been terminated YES NO from a contract? If so, where and why? Insurance Requirements: 9. Attached is a sample Certificate of Insurance Attachment J. It 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 firm currently carries the insurance or to submit a letter from the carrier indicating upgrade availability.

Balance of Page Left Blank Intentionally

Page 30 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

Evaluation Criteria – Provide answers below. If you are submitting a response as a joint venture, Legal Requirements you must respond to each question for each entity forming the joint venture. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable.

1. Standard Agreement Language: Identify any standard terms and conditions YES (Agree) with which the interested firm cannot agree. The standard terms and conditions for the resulting contract can be located at: NO http://www.broward.org/Purchasing/Document If no, you need to specifically identify the s/hardwareandmaintenanceagreement.pdf terms and conditions with which you are taking exception since they will be combined with discussed with the Selection Committee. Please be aware that taking exceptions to http://www.broward.org/Purchasing/Document the County’s standard terms and s/licensemaintenanceandsupportagreement.p conditions may be viewed unfavorably by df the Selection Committee and ultimately impact the overall evaluation of your If you do not have computer access to the submittal. internet, call the Project Manager for this RFP to arrange for mailing, pick up, or facsimile transmission.

2. Cone of Silence: This County’s ordinance prohibits certain communications among vendors, county staff, and Evaluation committee members. Identify any violations of this ordinance by any members of the responding firm or its joint venturers. The firm(s) submitting is expected to sign and notarize the Cone of Silence Certification (Attachment K). 3. Public Entity Crimes Statement: A person or affiliate who has been placed on the convicted vendor list following a conviction for

Page 31 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

a public entity crime may not submit an offer to perform work as a consultant or contract with a public entity, and may not transact business with Broward County for a period of 36 months from the date of being placed on the convicted vendor list. Submit a statement fully describing any violations of this statute by members of the interested firm or its joint venturers. 4. No Contingency Fees: By responding to this solicitation, each firm warrants that it has not and will not pay a contingency fee to any company or person, other than a bona fide employee working solely for the firm, to secure an agreement pursuant to this solicitation. For Breach or violation of this provision, County shall have the right to reject the firm’s response or terminate any agreement awarded without liability at its discretion, or to deduct from the agreement price or otherwise recover the full amount of such fee, commission, percentage, gift, or consideration. Submit an attesting statement warranting that the Responder has not and will not pay a contingency fee to any company or person, other than a bona fide employee working solely for the firm, to secure an agreement pursuant to this solicitation. 5. DRUG FREE WORKPLACE: 1. Do you have a drug free workplace policy? 1. YES NO 2. If so, please provide a copy of your drug free workplace policy in your proposal. 3. Does your drug free workplace policy 3. YES NO comply with Section 287.087 of the Florida Statutes? 4. If your drug free workplace policy complies 4. YES NO with Section 287.087 of the Florida Statutes, please complete the Drug Free Workplace Policy Certification Form. (Attachment M) 5. If your drug free workplace policy does not comply with Section 287.087of the Florida 5. YES NO Statutes, does it comply with the drug free

Page 32 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

workplace requirements pursuant to Section 21.31.a.2 of the Broward County Procurement Code?

6. If so, please complete the attached Drug Free Workplace Policy Certification Form (Attachment M). 7. YES NO 7. If your drug free workplace policy does not comply with Section 21.31.a.2 of the Broward County Procurement Code, are you willing to comply with the requirements Section 21.31.a.2 of the Broward County Procurement Code? 8. If so, please complete the attached Drug Free Workplace Policy Certification Form. (Attachment M) Failure to provide a notarized Certification Form in your proposal indicating your compliance or willingness to comply with Broward County's Drug Free Workplace requirements as stated in Section 21.31.a.2 of the Broward County Procurement Code may result in your firm being ineligible to be awarded a contract pursuant to Broward County's Drug Free Workplace Ordinance and Procurement Code

6. Non-Collusion Statement: By responding to this solicitation, the vendor certifies that this offer is made independently and free from collusion. Vendor shall disclose on the attached “Non-Collusion Statement Form” (Attachment N) 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 (1989), who is an officer or director of, or had 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,

Page 33 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

or any other activity pertinent to this procurement is presumed, for purposes hereof, a person has a material interest if they directly or indirectly own more than 5 percent of the total assets or capital stock of any business entity, or if they otherwise stand to personally gain if the contract is awarded to this vendor. 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. 7. 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 bid, proposal or response to a Broward County solicitation for goods or services in an amount equal to or greater than $1 million.

The certification form is referenced as “Scrutinized Companies List Certification” (Attachment O) and should be completed and submitted with your proposal but must be completed and submitted prior to award.

Balance of Page Left Blank Intentionally

Page 34 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

Evaluation Criteria – Provide answers below. If you are submitting a response as a joint Tiebreaker Criteria venture, you must respond to each question for each entity forming the joint venture. Furthermore, to receive credit for a tiebreaker criterion, each entity forming the joint venture must meet the tiebreaker criteria. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable.

LOCATION in BROWARD COUNTY 1. Is your firm located in Broward County? 1. YES NO 2. Does your firm have a valid current Broward 2. YES NO County Local Business Tax Receipt? 3. Has your firm (a) been in existence for at least 3. YES NO six (6) months prior to the proposal opening (b) providing services on a day to day basis (c) at a business address physically located within the limits of Broward County (d) in an area zoned for such business and (e) the services provided from this location are substantial component of the services offered in the firm's proposal? If so, please provide the interested firm's business address in Broward County, telephone number(s), email address, evidence of the Broward County Local Business Tax Receipt and complete the attached Local Vendor Certification Form. (Attachment P)

Failure to provide a valid Broward County Local Business Tax Receipt and the attached notarized Certification Form in your proposal shall prevent your firm from receiving credit under Broward County's tiebreaker criteria of Section 21.31.d of the Broward County Procurement Code and, if applicable, shall

Page 35 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

prevent your firm from receiving any preference(s) allowed under Broward County's Local Preference Ordinance.

DOMESTIC PARTNERSHIP ACT

1. Do you have a domestic partnership program? 2. If so, please provide a copy of your domestic partnership program in your proposal and complete Attachment F “Domestic Partnership Certification Form.” Failure to provide a notarized Certification Form indicating in your proposal shall prevent 1. YES NO your firm from receiving credit for having such a program under Broward County's tiebreaker criteria of Section 21.31.d of the Broward 2. YES NO County Procurement Code. 3. Does your domestic partnership program provide benefits which are the same or substantially equivalent to those benefits offered 3. YES NO to other employees in compliance with the Broward County Domestic Partnership Act of 2011, Broward County Ordinance # 2011-26, as amended?

Failure to provide a notarized Certification Form in your proposal indicating that the company provides domestic partnership benefits which are the same or substantially equivalent to the requirements of the Broward County Domestic Partnership Act of 2011, Broward County Ordinance # 2011-26, as amended, shall prevent your firm from receiving any preference(s) allowed under the Act if applicable to this solicitation.

VOLUME OF WORK OVER FIVE YEARS

Vendor that has the lowest dollar volume of work previously awarded by the County over a five (5) year period from the date of the submittal will

Page 36 of 105 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

receive the tie breaker preference. The work shall include any amount awarded to any parent or subsidiary of the vendor, any predecessor organization and any company acquired by the vendor over the past five (5) years. If the vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

Volume of work also includes Amendments, Purchase Orders, Change Orders and Work Auhthorizations.

If applicable complete Attachment Q. (Report only amounts awarded as Prime Vendor)

To be considered for the Tie Break preference, this completed Attachment Q must be included with the RFP Submittal Response at the time of the opening deadline.

Balance of Page Left Blank Intentionally

Page 37 of 105 Required Forms to be Returned

(Forms that follow this Title Page that need to be returned, i.e. Attachments F, G, I etc.)

Balance of Page Left Blank Intentionally

Page 38 of 105 Attachment “F” - Domestic Partnership Certification

NOTE: This Form must be completed in order to be considered for a contract award. Additionally, in order to receive credit for “tie breaker” purposes, this Form must be returned with the RFP submittal at the time of the opening.

The Vendor, by virtue of the signature below, certifies that it is aware of the requirements of Broward County’s Domestic Partnership Act, (Section 16-1/2 -157 of the Broward County Code of Ordinances, as amended); and certifies the following: (Please 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: (Please check only one below).

The Vendor’s price proposal for the initial contract term is $100,000 or less.

The Vendor employs less than five (5) employees.

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 does not provide benefits to employees’ spouses.

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.)

I, ______, ______of ______(Name) (Title) (Vendor) hereby attests that I have the authority to sign this notarized certification and certify that the above-referenced information is true, complete and correct.

______Signature

______Print Name SWORN TO AND SUBSCRIBED BEFORE ME this ______day of ______, 20___

STATE OF ______COUNTY OF ______

______My commission expires: ______(SEAL) Notary Public (Print, type or stamp commissioned name of Notary Public)

Personally Known ______or Produced Identification ______Type of Identification Produced: ______

Page 39 of 105 Attachment “G” - Lobbyist Registration – Certification

This certification form should be completed and submitted with your proposal. If not included with the RLI submittal at the time of the RLI opening deadline, the Lobbyist Certification Form must be completed and returned by a date and time certain established by the County.

The Vendor, by virtue of the signature below, certifies that:

a. 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 Section 1-262, Broward County Code of Ordinances; and

b. 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.

Based upon these understandings, the vendor further certifies that: (Check One)

1.______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..

2.______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 Section 1-262, Broward County Code of Ordinances.

3.______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

______Name of Lobbyist Lobbyist’s Firm

______(Vendor Signature) ______STATE OF ______(Print Vendor Name)

COUNTY OF ______

The foregoing instrument was acknowledged before me this ____day of ______, 20___, by

______as ______of (Name of person whose signature is being notarized) (Title)

______known to me to be the person described herein, or who produced (Name of Corporation/Company)

______as identification, and who did/did not take an oath. (Type of Identification)

NOTARY PUBLIC: ______My commission expires: ______(Signature) ______(Print Name) Page 40 of 105 Attachment “I” - Litigation History

Vendor : ______RFP#:______Vendor’s Parent Company:______MATERIAL CASE SYNOPSIS Vendor’s Subsidiary Company:______

Vendor’s Predecessor Organization: ______

Party Plaintiff Defendant

Case Name Case Number

Date Filed

Name of Court or other tribunal

Civil Administrative/Regulatory Type of Case Criminal Bankruptcy Claim or Cause of Action and Brief description of each Count

Brief description of the Subject Matter and Project Involved

Disposition of Case Pending Settled Dismissed

Judgment Vendor’s Favor (Attach copy of any applicable Judgment, Settlement Agreement Judgment Against Vendor and Satisfaction of Judgment.) If Judgment Against, is Judgment Satisfied? Yes No Name:

Email: Opposing Counsel Phone number:

NAME OF COMPANY: ______

Page 41 of 105 Attachment “J” - Insurance Requirements

Page 42 of 105 Page 43 of 105 Attachment “K” - Cone of Silence Certification

The undersigned vendor hereby certifies that:

1. _____ the vendor has read Broward County's Cone of Silence Ordinance, Section 1-266, Article xiii, Chapter 1 as revised of the Broward County Code; and

2. _____ the vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning upon the appointment of the Evaluation Committee (for Requests for Proposals - RFPs) or Selection Committee (for Request for Letters of Interest - RLIs) for communication regarding this RFP/RLI 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.

3.______the vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

______(Vendor Signature)

______(Print Vendor Name)

STATE OF ______

COUNTY OF ______

The foregoing instrument was acknowledged before me this ____day of ______, 20___, by

______as ______of (Name of person whose signature is being notarized) (Title)

______known to me to be the person described herein, or who produced (Name of Corporation/Company)

______as identification, and who did/did not take an oath. (Type of Identification)

NOTARY PUBLIC:

______

(Signature)

Page 44 of 105 ______My commission expires: ______(Print Name)

Page 45 of 105 Attachment “M” - Drug Free Workplace Policy Certification

THE UNDERSIGNED VENDOR HEREBY CERTIFIES THAT:

1. _____ THE VENDOR HAS A DRUG FREE WORKPLACE POLICY AS IDENTIFIED IN THE COMPANY POLICY ATTACHED TO THIS CERTIFICATION.

AND/OR

2. _____ THE VENDOR HAS A DRUG FREE WORKPLACE POLICY THAT IS IN COMPLIANCE WITH SECTION 287.087 OF THE FLORIDA STATUTES.

AND/OR

3. _____ THE VENDOR HAS A DRUG FREE WORKPLACE POLICY THAT IS IN COMPLIANCE WITH THE BROWARD COUNTY DRUG FREE WORKPLACE ORDINANCE # 1992-08, AS AMENDED, AND OUTLINED AS FOLLOWS:

(a) 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; (b) Establishing a continuing drug-free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The offeror's policy of maintaining a drug-free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (c) Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph (a); (d) Notifying all employees, in writing, of the statement required by subparagraph (a), that as a condition of employment on a covered contract, the employee shall: (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893, Florida Statutes, 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 (5) days after such conviction. (e) Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision (d) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (f) Within 30 calendar days after receiving notice under subparagraph (d) 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: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) 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; (g) Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs (a) through (f). OR

4.____ THE VENDOR DOES NOT CURRENTLY HAVE A DRUG FREE WORKPLACE POLICY BUT IS WILLING TO COMPLY WITH THE REQUIREMENTS AS SPECIFIED IN NO. 3 ______(VENDOR SIGNATURE)

______(PRINT VENDOR NAME) STATE OF ______

COUNTY OF ______

The foregoing instrument was acknowledged before me this ____day of ______, 20___, by

______as ______of (Name of person whose signature is being notarized) (Title)

______known to me to be the person described herein, or who produced (Name of Corporation/Company)

______as identification, and who did/did not take an oath. (Type of Identification) NOTARY PUBLIC:

______(Signature) ______My commission expires: ______(Print Name)

Page 46 of 105 Attachment “N” - Non-Collusion Statement Form

By signing this offer, the vendor certifies that this offer is made independently and free from collusion. Vendor shall disclose below, 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), Fla. Stat. (1989), 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. For purposes hereof, a person has a material interest if they directly or indirectly own more than 5 percent of the total assets or capital stock of any business entity, or if they otherwise stand to personally gain if the contract is awarded to this vendor.

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.

NAME RELATIONSHIP

______

______(Vendor Signature)

______(Print Vendor Name)

In the event the vendor does not indicate any names, the County shall interpret this to mean that the vendor has indicated that no such relationships exist.

(Form is to be signed even if no names are listed)

Page 47 of 105 Attachment “P” - Local Vendor Certification

Tiebreaker Criteria (or Local Preference if Applicable)

THE UNDERSIGNED VENDOR HEREBY CERTIFIES THAT:

1. _____ THE VENDOR IS A LOCAL VENDOR IN BROWARD COUNTY AND HAS A VALID BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT WHICH IS ATTACHED TO THIS CERTIFICATION

AND

2. _____ THE VENDOR IS A LOCAL VENDOR IN BROWARD COUNTY AND:

(a) Has been in existence for at least six (6) months prior to the proposal opening;

(b) 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

(c) The services provided from this location are a substantial component of the services offered in the vendor's proposal.

AND/OR

3. _____ THE VENDOR IS A LOCAL VENDOR IN BROWARD OR MIAMI-DADE COUNTY AND HAS A VALID CORRESPONDING COUNTY LOCAL BUSINESS TAX RECEIPT WHICH IS ATTACHED TO THIS CERTIFICATION AND:

(a) Has been in existence for at least ONE YEAR prior to the proposal opening;

(b) 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

(c) The services provided from this location are a substantial component of the services offered in the vendor's proposal. ______(VENDOR SIGNATURE)

______(PRINT VENDOR NAME) STATE OF ______

COUNTY OF ______

The foregoing instrument was acknowledged before me this ____day of ______, 20___, by

______as ______of (Name of person whose signature is being notarized) (Title)

______known to me to be the person described herein, or who produced (Name of Corporation/Company)

______as identification, and who did/did not take an oath. (Type of Identification)

NOTARY PUBLIC:

______(Signature)

______My commission expires: ______(Print Name)

Page 48 of 105 Attachment “Q” - Volume of Work Over Five Years

Tie Breaker Criteria Broward County Projects

The work shall include any amount awarded to any parent or subsidiary of the vendor, any predecessor organization and any company acquired by the vendor over the past five (5) years. If the vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture. (Report only amounts awarded as a Prime Vendor including any Amendments, Purchase Orders, Change Orders and Work Authorizations.) IF no work was performed, show a Grand Total of $0

Solicitation Broward Contract County Item Project Title Date Awarded Awarded Number Bid – Department No. Dollar Quote – RLI - or Division Amount RFP 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Grand Total

Page 49 of 105 Attachment “R” - Proposal Bond

THIS FORM MUST BE COMPLETED AND SUBMITTED AT TIME OF SUBMITTAL FOR VENDOR TO BE DEEMED RESPONSIVE

BY THIS BOND, We ______, as Principal, hereinafter called

CONTRACTOR, and ______, as Surety, are bound to the Board of

County Commissioners of Broward County, Florida, as Obligee, hereinafter called COUNTY, in the amount of Ten-Thousand Dollars ($10,000) for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally.

WHEREAS, the COUNTY is seeking to contract with a ______firm (registered with the

Florida Department of State, Division of Corporations) for ______Services for the

______; and

WHEREAS, the COUNTY is utilizing a Request for Proposals (RFP) solicitation process for this Project and CONTRACTOR in response to said RFP No. R1147317P1 agrees and is bound that;

THE CONDITION OF THIS BOND is that if:

CONTRACTOR submits a timely response in the COUNTY's RFP process; then THIS BOND WILL REMAIN IN FULL FORCE AND EFFECT UNTIL CONTRACT AWARD. If the CONTRACTOR is awarded the contract, but fails to enter into a contract, then the CONTRACTOR and Surety, jointly and severally, shall be liable to the COUNTY for the full sum herein stated which shall be due and payable to the COUNTY immediately upon demand of the COUNTY, in good and lawful money of the United States of America; as liquidated damages for failure thereof of said CONTRACTOR; OTHERWISE THE BOND SHALL REMAIN IN FULL FORCE AND EFFECT.

No right of action shall accrue on this bond to or for the use of any person or corporation other than

Page 50 of 105 COUNTY named herein; and

In the event suit is brought upon this bond by the COUNTY, Surety shall pay reasonable attorneys' fees and costs incurred by the COUNTY in such suit.

Signed and sealed this ______day of ______, 20_____.

WITNESSES: ______(Name of Corporation)

______Secretary By______(Signature and Title) (CORPORATE SEAL) ______(Type Name and Title Signed Above)

IN THE PRESENCE OF: SURETY COMPANY:

______By______Agent and Attorney-in-Fact

Address: ______(Street)

______(City/State/Zip Code)

Telephone No.: ______

Page 51 of 105 Attachment “S”- Performance and Payment Bond

FORM OF PERFORMANCE AND PAYMENT BOND

KNOW ALL MEN BY THESE PRESENTS:

That we ______as Surety, are bound to the Board of County Commissioners of Broward County, Florida, as Obligee, hereinafter called COUNTY, in the amount of ______Dollars ($______) for the payment whereof the CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally.

WHEREAS, the CONTRACTOR has by written agreement entered into a Contract dated the ______day of ______, 20__, with COUNTY for ______which Contract is by reference made a part hereof, and is hereinafter referred to as the Contract.

THE CONDITION OF THIS BOND is that if the CONTRACTOR:

1. Performs the Contract between the CONTRACTOR and the COUNTY for Janitorial Services of ______, the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the Contract; and

2. Promptly makes payments to all claimants, supplying CONTRACTOR with labor, materials, or supplies, used directly or indirectly by the CONTRACTOR in the prosecution of the work provided for in the Contract; and

3. Pays COUNTY all losses, damages, expenses, costs and attorney’s fees including appellate proceedings, that COUNTY sustained; and

4. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this Bond is void; otherwise it remains in full force.

The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond.

Whenever the CONTRACTOR shall be, and declared by COUNTY to be, in default under the Contract, the COUNTY having performed COUNTY'S obligation thereunder, the Surety may promptly remedy the default, or shall promptly

(1) Complete the CONTRACT in accordance with its terms and conditions; or

(2) Obtain a proposal or proposals for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of a qualified, responsible Proposer, or, if the COUNTY

Page 52 of 105 elects, upon determination by the COUNTY and surety jointly of the qualified, responsible Proposer, arrange for a Contract between such Proposer and COUNTY, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. ATTACHMENT “S” (Continued) FORM OF PERFORMANCE AND PAYMENT BOND

The term "balance of the Contract price," as used in this paragraph, shall mean the total amount payable by COUNTY to the CONTRACTOR under the Contract and any amendments thereto, less the amount properly paid by COUNTY to the CONTRACTOR.

No right action shall accrue on this bond to or for the use of any person or corporation other than the COUNTY named herein and those persons or corporations, or their heirs, executors, administrators or successors.

Any action under this Bond must be instituted in accordance with Notice and Time Limitations provisions .

Signed and sealed this ______day of ______, A. D., 20__.

______(Name of Corporation)

WITNESSES: ______Secretary CORPORATE SEAL) BY: ______(Signature and Title) BY: ______(Type Name and Title signed above)

IN THE PRESENCE OF:

______INSURANCE COMPANY:______

BY: ______Agent and Attorney-in-Fact Address: ______(Street) ______(City/State/Zip Code) Telephone No.: ______

Page 53 of 105 Page 54 of 105 Attachment “T” - Pricing Sheets

A. PROPOSED PRICE

The Proposer shall state its price for providing all hardware, equipment, licenses, and services as stated in this solicitation.

TOTAL PROPOSED PRICE FOR THE LOCAL GOVERNMENT UHF TRUNKING 400MHZ RADIO SYSTEM FOR THE TEN (10) YEAR TERM:

$

Note: A payment schedule will be negotiated with the selected Proposer based upon project milestones and deliverables (e.g., installation, County’s final acceptance of deliverables, etc).

B. BREAKDOWN OF PROPOSED PRICE

The Proposer shall provide a breakdown of the “Proposed Price” stated Section A, above, as provided for in the tables below. Items that are not applicable shall be identified as “N/A”; items that are at no charge to the County shall be identified as “N/C”.

B.1 RADIO SYSTEM PRICE

Radio System Equipment/Hardware $

Radio System Software Licenses $

Project Management Services $

Design/engineering/consulting services $

Staging of Equipment $

Implementation Services (inclusive of installation, customization, and $ optimization)

FCC Commissioning (inclusive of licenses) $

Page 55 of 105 Attachment “T” - Pricing Sheets continued

B.1 RADIO SYSTEM PRICE

Permits (Low-Voltage Cabling, etc…) $

Training – System Hardware and Software $

Training - System Planning, Engineering and System Management $

Training - System Management Terminal(s) Training $

Additional Costs and Fees (Please list and add additional sheets as $ necessary)

Radio System Subtotal: $

B.2 SUBSCRIBER UNITS

Subscriber Units (inclusive of all Portable Subscriber Units, Mobile Radio $ Units, Desktop Control Stations, programming and installation)

Maintenance and support fees for all subscriber units for 10 years

Subscriber Units Subtotal: $

B.3 SYSTEM MAINTENANCE AND SUPPORT SERVICE FEES

System Maintenance and Support Service Fees Year 1 N/A – Warranty Period

System Maintenance and Support Service Fees Year 2 $

System Maintenance and Support Service Fees Year 3 $

System Maintenance and Support Service Fees Year 4 $

System Maintenance and Support Service Fees Year 5 $

Page 56 of 105 Attachment “T” - Pricing Sheets continued

System Maintenance and Support Service Fees Year 6 $

System Maintenance and Support Service Fees Year 7 $

System Maintenance and Support Service Fees Year 8 $

System Maintenance and Support Service Fees Year 9 $

System Maintenance and Support Service Fees Year 10 $

System Maintenance and Support Service Fees Subtotal: $

Total System Proposed Price (B.1 + B.2 + B.3)*: $

* Note: Total Proposed Price shall be equal to the Proposed Price stated in Section A above.

PRICE BREAKDOWN FOR PROPOSED RADIO SYSTEM EQUIPMENT/HARDWARE Use the table provided below to list the components of the proposed radio system equipment and hardware. This is inclusive of all repeaters, controllers, etc… Manufacturer/Model Description Quantity Unit Price Total $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Total for Proposed Radio System Equipment/Hardware: $

Page 57 of 105 Attachment “T” - Pricing Sheets continued

PRICE BREAKDOWN FOR PROPOSED SUBSCRIBER UNITS Estimated Manufacturer/Model Description Unit Price Total Quantity* Portable Subscriber Unit 1,000 $ $ (alphanumeric display) Portable Subscriber Unit 1,000 $ $ (non-display) Mobile Subscriber Unit 1,000 $ $ Desktop Control Station 100 $ $ Programming of Portable N/A 2,000 $ $ Subscriber Unit Programming of Mobile N/A 1,000 $ $ Subscriber Unit Programming of Desktop N/A 100 $ $ Control Station Installation of Mobile N/A 1,000 $ $ Subscriber Unit into Vehicle Installation of Desktop N/A 100 $ $ Control Station Maintenance and support for N/A Portable Subscriber Unit 10 Years $ $ (alphanumeric display) Maintenance and support for N/A Portable Subscriber Unit 10 Years $ $ (non-display) Maintenance and support for N/A 10 Years $ $ Mobile Subscriber Unit Maintenance and support for N/A 10 Years $ $ Desktop Control Station Total for Proposed Subscriber Units: $ *Note: Quantities displayed are only estimates based on the County’s anticipated needs. The County may use the pricing in this section for evaluation purposes. No guarantee is expressed or implied as to quantities to be ordered or dollars to be spent. The County is not obligated to place any order for the given amount subsequent to the award of this solicitation.

PRICE BREAKDOWN FOR PROPOSED RADIO SYSTEM SOFTWARE LICENSES

Use the table provided below to list the proposed radio system software licenses.

Title License Type Quantity Unit Price Total $ $ $ $ $ $ Total for Proposed Radio System Software: $

Page 58 of 105 Attachment “T” - Pricing Sheets continued

PRICE BREAKDOWN FOR IMPLEMENTATION SERVICES

Anticipated Proposed Total Position Hours Hourly Rate (Hours x Rate) $ $ $ $ $ $ $ $ $ $

Other Description Total $ $

Total for Implementation Services: $

PRICE BREAKDOWN FOR TRAINING SERVICES

Anticipated Training Course Description Total # of Hours $ $ $ $ $

Other Description Total $ $

Grand Total for Training Services: $

Page 59 of 105 Attachment “T” - Pricing Sheets continued

C. FUTURE CONSIDERATIONS, OPTIONAL SERVICES, OPTIONAL EQUIPMENT & COMPONENTS Proposer must provide rates for disciplines of its personnel for any additional services and/or components requested by County which are not part of this Scope of Services, but may become necessary at a later time. Rates for additional handheld devices and software licenses are also requested should the County elect to purchase additional quantities. Optional services, equipment, and software includes, but is not limited to the list found below. Proposers may also include additional items as necessary. For example: third party applications.

Description Proposed Rate Project Manager $ Per Hour Engineer $ Per Hour Technician/Installer $ Per Hour Trainer $ Per Hour On-Site Training (Per Day) $ Per Day Software License $ Per Unit FCC License Submittal $ Per Unit System Management Terminal Equipment $ Per Unit System Management Software $ Per Unit Repeater (per specifications in Exhibit “1”) $ Per Unit Controller (per specifications in Exhibit “1”) $ Per Unit Dispatch Console Equipment (including CPU) $ Per Unit Dispatch Console Software License $ Per Unit Multicoupler $ Per Unit Antenna $ Per Unit Combiner $ Per Unit

Tower Top Amplifier $ Per Unit Annual lease of Portable Subscriber Unit $ Per Unit (alphanumeric display) Annual lease of Portable Subscriber Unit (non-display) $ Per Unit Annual lease of Mobile Subscriber Unit $ Per Unit Annual lease of Desktop Control Station Subscriber $ Per Unit Unit Third Party Application for AVL $ Per Unit Third Party Application for GPS $ Per Unit Other Third Party Application: $ Per Unit Other Third Party Application: $ Per Unit Other Third Party Application: $ Per Unit Other Third Party Application: $ Per Unit Other Third Party Application: $ Per Unit

Page 60 of 105 Attachment “T” - Pricing Sheets continued

Description Proposed Rate Other: $ Per Unit Other: $ Per Unit Other: $ Per Unit Other: $ Per Unit Other: $ Per Unit Other: $ Per Unit (Add additional items as required)

Note: Compensation to the selected Proposer for Additional Services shall be based on the rates set forth above and the negotiated scope of work issued under the resultant contract. The selected Proposer shall use agreed upon hourly rates to calculate the not-to-exceed cost statement required for each project.

END OF PRICING SHEET

Page 61 of 105 Exhibits

Balance of Page Left Blank Intentionally

Page 62 of 105 EXHIBIT “1” DETAILED SCOPE OF WORK

LOCAL GOVERNMENT UHF TRUNKING RADIO SYSTEM SPECIFICATIONS

GENERAL SYSTEM OVERVIEW

Broward County is soliciting proposals for a digital trunked Time Division Multiple Access (TDMA) Radio System. This System shall provide reliable, efficient, radio functionality for Broward County operational groups and shall accommodate Broward County communications requirements between them. Additionally, the proposed digital trunked TDMA Radio System shall provide reliable county wide radio medium building coverage and shall seamlessly interconnect with the City of Sunrise’s existing MOTOTRBO Capacity plus 5 channel (voice and turbo data for AVL purposes) single site located at the County’s Markham Park location. The System will also seamlessly interconnect with the Broward County School Board’s MOTOTRBO Capacity Plus 2-channel system located at the Beacon Tower site in Davie. The selected Proposer shall be responsible for delivery of a complete turn-key digital trunked TDMA Radio System with the features, functions and capabilities described in this solicitation; inclusive of all engineering, equipment, software, software licensing, hardware, installation implementation, integration, configuration, training, maintenance, support services as described herein.

BACKGROUND

During the strategic planning of the public safety radio system it was discovered by Staff that there would be a requirement of a second overlay to accommodate the additional traffic loading from other municipalities joining the County’s regional communications network. Staff then began exploring other options to unload non-public safety traffic to a more cost effective two-way radio communications network that could be leveraged by both County local government users and other municipal local government users. Migrating Local Government onto its own radio communications network will mitigate overload situations on the Public Safety Radio Network.

The proposed Radio System shall be digital, trunked TDMA, and must operate in the UHF 400 MHz band. It will consist of 3 County sites (EMS Tower, Coconut Creek Tower and Pembroke Park Tower) with 6 channels per site. The system must seamlessly integrate with the City of Sunrise existing MOTOTRBO Capacity plus 5 channel (voice and turbo data for AVL) system located at Markham Park Tower Site and the Broward County School Board’s MOTOTRBO Capacity plus 2 channel system located at Beacon Tower site in Davie. It must also interoperate with the existing 800 MHZ Trunked Radio System and future P25 Trunked Radio System. It is expected to have a Digital Audio Quality (DAQ) of a minimum of 3.0 and a reliability of no less than 90% for medium building penetration (using a portable radio). The proposed UHF 400 MHz digital trunked radio system shall permit the radio user to roam across the entire area of coverage without requiring manual switching or changing of site information. The respondent shall provide coverage maps to validate system requirements. The ability to manually switch from site to site shall also be available on all radio types. With the intention that Broward County expects the proposed system to be in service for the next decade, the Respondent shall provide a company statement of expected life of the proposed system along with dates for expected End-of-Service/End-of-Life on any parts or pieces of proposed system.

Page 63 of 105 Balance of Page Left Blank Intentionally

EXHIBIT “1” DETAILED SCOPE OF WORK (Continued)

DEFINITIONS

Term Definition

Automated Vehicle Locator, automatically determining and transmitting the AVL geographic location of a vehicle

CDR Contract Design Review

CET Certified Electronic Technician Associate

CJIS Criminal Justice Information Services

CMR Change Management Review Process

CompTIA Computing Technology Industry Association

CSC Certified Service Center

DAQ Digital Auto Quality

EEPROM Electrically Erasable Programmable Read-Only Memory

ETA-I Electronics Technician Association International

FCC Federal Communications Commission

FDLE Florida Department of Law Enforcement

Higher Higher level of performance and quality. Specification

MOP Method of Procedure

OCT Office of Communications Technology

Page 64 of 105 Project 25 is a suite of standards for digital radio communications for use by federal, P25 state/province and local public safety agencies in North America to enable them to communicate with other agencies and mutual aid response teams in emergencies.

Protocol System of digital rules for message exchange within or between computers.

Push-to-talk also known as Press-to-Transmit is a method of having conversations PTT or talking on a two-way radio by using a momentary button to switch from voice reception mode to transmit mode.

RSSI Received Signal Strength Indication

RX Receive

Subscriber Unit - Two-way communications radio device. It can be a portable SU (handheld) subscriber unit or a mobile (in-car) subscriber unit.

Time Division Multiple Access - A radio technology that allows multiple calls on a TDMA single channel preserving the full channel width but dividing it into alternating time slots that can each carry an individual call.

TG Talkgroups

TIA Telecommunications Industry Association

Trunked Radio System is a complex type of computer-controlled two-way radio system that allows sharing of relatively few radio frequency channels among a large TRS group of users. Instead of assigning, for example, a radio channel to one particular organization at a time, users are instead assigned to a logical grouping, a "talkgroup".

TX Transmit

VSWR Voltage Standing Wave Ratio

WRC Warranty Repair Center

SYSTEM REQUIREMENTS MATRIX: Proposers are required to complete the below chart indicating whether their Proposed Solution meets or does not meet the outlined requirements. Proposers should provide a detailed description of how the requirement is or is not met in fields provided for ALL items included in the table. This should include a description of any work required to meet the requirement. A blank in any box will be interpreted as an "N" or “No.”

The acceptable responses are as follows:

Page 65 of 105 “Y” - “Yes” - Indicates that the requirement can be met by the proposed System or the functionality is currently available in the proposed System. Proposers should provide a detailed description of how the requirement will be met in the “Response Description” field.

“N” – No” - Indicates that the requirement cannot be met by the proposed System or the requested functionality is not available in the proposed System.

“P” - “Partial”- Indicates that the requirement can be partially met by the proposed System or the requested functionality is partially available in the proposed System. In the Proposal response, please provide a proposed start date, completion date, and any additional costs associated with the development of the request. Cross-reference any attached documentation in the response.

“C” - “Custom” - Indicates that the requirement can be met through customization of the proposed System or the requested functionality can be accommodated through a software customization. In the Proposal response, please provide a proposed start date, completion date, and any additional costs associated with the development of the request. Cross-reference any attached documentation in the response.

“N/A” – “Not Applicable” – Indicates that the requirement is not applicable to the proposed System.

Page 66 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 1. GENERAL REQUIREMENTS The proposed Digital Trunked TDMA Radio System and protocol shall provide the following features and functionalities: The system and/or user equipment shall support digital transmissions on a 6.25 equivalent, 12.5 kHz channel or 25 kHz. TDMA technology shall be implemented on the digital 1.1 system. The system and/or user equipment shall also support analog transmissions on 12.5 kHz or 25 kHz channels.

The repeater/base station equipment shall be able to 1.2 manage two independent time slots on a single 12.5 kHz frequency using TDMA technology transmissions.

The System shall support single site configurations and multi-site configurations which will allow for roaming with 1.3 configurable parameters for optimizing roaming performance.

The system shall operate with a dedicated Control Slot operating on One Slot of any repeater on the Site. The other 1.4 Slot on that repeater will be available for voice or data assignment.

The System shall support the ability to trunk voice or data 1.5 traffic to available system channels to maximize efficiency.

The trunking system shall automatically detect a Push to Talk (PTT) as a request to talk, and automatically select and assign a voice path for the communications of the selected 1.6 talk group. Various entities and work groups shall be able to communicate without regard to channel selection, radio site selection or geographic location.

The system shall support the ability to add sites or repeaters 1.7 to the system network without bringing radios in for reprogramming.

The system shall be sophisticated enough to only route audio to sites with registered TG members through site 1.8 registration and de-registration. Audio should not be transmitted over IP links unless there are registered users for the active talk group at those sites.

Page 67 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 1. GENERAL REQUIREMENTS The proposed Digital Trunked TDMA Radio System and protocol shall provide the following features and functionalities:

Subscriber Units shall be registered based on their physical 1.9 serial number and cannot be subject to ‘cloning’.

Via a PC through a central and remote IP connection, the system administrator shall be able to disable, remove, add, modify users and their permissions without any disruption to 1.10 the network, repeaters, site controllers, roaming, calls in process, or registrations to System Management Terminals (Qty.=2). Equipment, Software and Install to be provided by vendor.

Page 68 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 1. GENERAL REQUIREMENTS The proposed Digital Trunked TDMA Radio System and protocol shall provide the following features and functionalities: Priority Levels

1.11.1. The system Trunking protocol shall provide at least eight (8) Priority Levels for talkgroups.

1.11.2. Priority Level Access: In a busy talk-path condition, the system shall stack or queue call service requests from users on a first-in-first-out (FIFO) basis.

1.11.3. The system shall be capable of rearranging the queue based upon a relative priority level associated with a specific radio unit ID or talkgroup ID allowing faster servicing of higher priority (i.e., emergency alarm) calls.

1.11.4. By system design default, emergency calls shall have the highest priority of any other call in the busy queue. Priority levels shall be configurable by individual ID and/or 1.11 talkgroup ID.

1.11.5. The system shall have a priority structure that is supported throughout the network.

1.11.6. This shall enable the following:

1.11.6.1. Network administrators shall be able to dynamically assign different priority levels to various types of radio users as well as groups of users (talkgroups).

1.11.6.2. Emergency Calls shall have the highest priority and be capable of pre-empting lower priority calls if no channels are available.

1.11.6.3. Channels shall be assigned on the basis of the highest priority among calls waiting.

The system Trunking protocol shall provide a busy queue 1.12 with automatic call back.

The system shall support data traffic on available timeslots 1.13 in the pool of resources.

The system shall support the ability to restrict the maximum 1.14 number of active data calls on any given site

Page 69 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 1. GENERAL REQUIREMENTS The proposed Digital Trunked TDMA Radio System and protocol shall provide the following features and functionalities: The system shall support the ability to restrict the maximum 1.15 number of active voice conversations on any given site

The system shall be capable of supporting data communications that include GPS location services, text messaging, and a data interface for other customer specific 1.16 and supplied applications including system performance management, VoIP dispatch, AVL, work-order management, and email connectivity.

The manufacturer shall provide details on the ease of 1.17 expansion of their system. This will include how to expand the number of radios, sites, and channels in their solution.

Number of talkgroups: The solution shall be capable of a 1.18 minimum of 4000 talkgroups.

The vendor shall provide a business plan outlining how the appointment would provide for service presence and 1.19 improved customer satisfaction in the prospective service area

The vendor shall comply with Environmental Health & 1.20 Safety standards.

The vendor shall achieve and maintain quality goals and 1.21 continuous quality improvement programs (customer satisfaction /contract compliance / case resolution)

Page 70 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 2. SYSTEM MANAGEMENT REQUIREMENTS

The system shall support targeted email alerts upon failures 2.1 and alarms for the repeaters and controllers.

The system via a computer shall be able to centrally and remotely disable a unit that is lost or stolen from operating 2.2 on the system. The manufacturer will explain the procedure to disable and enable a unit on the system.

System shall have the ability to add users to the network 2.3 manager database without disruption to availability of traffic channels or calls in progress.

System shall have the ability to remove users from the 2.4 system-wide database without disruption to availability of traffic channels or calls in progress.

System shall have the ability to modify users’ privileges from the system-wide database without disruption to availability of traffic channels or calls in progress such as:

2.5.1. Access/use the System

2.5.2. Site Wide / System Wide

2.5.3. Private Call Initiate

2.5.4. Private Call Receive 2.5 2.5.5. Remote Monitor

2.5.6. Text Message

2.5.7. GPS

2.5.8. Call Alert

2.5.9. Radio Check

2.5.10. Emergency Initiation

Page 71 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 2. SYSTEM MANAGEMENT REQUIREMENTS

System owner shall have access to restrict users to specified sites on the system via a computer centrally and remotely located to allow for total control over the network 2.6 resources at the subscriber level. This change shall able to be made during operations without ANY associated downtime to any infrastructure equipment or other subscriber radios.

From any remote location, connected over IP, a system 2.7 administrator shall be able to adjust any individual subscriber’s geographic access to the system.

Every user in the system can have a different geographic 2.8 access profile. Furthermore, user’s site access may be modified at any time.

The system admin shall have the ability to update the trunking system radio option board firmware over the air without bringing radios in. This update shall be able to be 2.9 scheduled for off hours and repeated over time to ensure the entire fleet receives the latest software for their radio units.

The controller shall have the ability to transmit updated frequency information in the event that the system is adding, 2.10 removing, or modifying frequencies. This shall be able to be done over the air without bringing radios in to physically be plugged into a cable.

Page 72 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 2. SYSTEM MANAGEMENT REQUIREMENTS

To reduce maintenance/operational costs, system shall have several areas where downtime is minimized; these shall be done without bringing radios in and without requiring control station use:

2.11.1. adding new frequencies to sites

2.11.2. adding new sites to the system

2.11.3. changing privileges for individual subscribers 2.11 2.11.4. adding new subscribers

2.11.5. removing subscribers

2.11.6. upgrading firmware

2.11.7. modifying subscriber programming

2.11.8. Changing which sites a user can access

Management software shall have the ability to demonstrate 2.12 and validate the function of each site, channel and slot with integrated real-time activity displays.

Management software shall have the ability to monitor all network activity on all sites: Group Voice, Private Voice, 2.13 Group Data, Private Data, Emergencies, Radio Commands, and Busy Conditions.

Management software shall have the ability to display all 2.14 sites and all channels simultaneously in one screen.

Management software shall have the ability to simultaneously show currently affiliated subscribers and 2.15 their last reported activity at the system, site or talk group level.

Management software shall have the ability to instantly 2.16 display trending graphs for performance metrics at the system, site or channel level.

Page 73 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 2. SYSTEM MANAGEMENT REQUIREMENTS

Management software shall allow alias names, display colors and extended information to be assigned for each asset from the system, site, channel, talk group and 2.17 subscriber and make those alias names, display colors and extended information available in real-time displays and reporting.

The system shall support the ability to program more than 200 customized alerts such as audio and visual alerts, email, text message, SNMP trap or interface with external 2.18 alarm system that trigger based on thresholds of radio system usage, user events and diagnostic messages, definable per individual alert.

System shall archive all radio network activity in databases 2.19 for up to twelve (12) months.

The system shall have the ability to inhibit unregistered 2.20 radios from operating on the system. The manufacturer will explain how this will be accomplished.

For billing purposes, enhanced reports shall be available to:

2.21.1. Itemize site usage by agencies, talk groups or subscribers for site-based airtime billing

2.21.2. Itemize subscriber usage by agency to be used with agency-based detailed airtime billing 2.21 2.21.3. Itemize subscriber usage by type of activity (private calls, group calls, data calls, etc..) to enable detailed activity-based airtime billing

2.21.4. Itemize talk group airtime usage to be used with talk group-based airtime billing

Management software shall have the ability to display latest 24 hours of system performance measurement statistics 2.22 such as busies, corruption, packets received, emergencies in periods down to 1 minute for all sites, channels and subscribers in one screen.

Page 74 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 2. SYSTEM MANAGEMENT REQUIREMENTS

System shall provide reports, filterable down to the individual subscriber level through selection grids, in Microsoft Excel format, on all network activity, such as:

2.23.1. Activities by Radio Over Time

2.23.2. Activities by Talk group Over Time

2.23.3. System Activities Over Time

2.23 2.23.4. Busy Detail

2.23.5. Call Activity

2.23.6. Site, Channel and Slot Utilization

2.23.7. Group PTTs and Usage by Radio

2.23.8. Radio Activity, Affiliations, State and PTTs

2.23.9. System Diagnostics and Trending

Page 75 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 3. TASKS TO BE PERFORMED The selected Proposer is expected to perform the following tasks: Perform entire design, installation, programming, integration, and configuration of the Radio System.

3.1.1. The Vendor shall design, prepare and assemble each system network site’s equipment into a compact, industry rated, equipment rack. The system equipment rack may include all associated network components of base station repeaters, duplexer, combiner, multi-coupler, band 3.1 pass/band reject filter and AC and lightning protection 19- inch rack mounted. System documentation shall include detailed drawings of these racks and the associated equipment and termination cabling.

3.1.2. The complete radio system is required to be installed no later than 120 calendar days after the agreement is executed.

Provide, install, stage and optimize all equipment and 3.2 software described in this solicitation.

Provide all components necessary for the proper operation of the proposed Solution, including any and all items not 3.3 identified in these specifications which are necessary to effective operation as described.

Install all necessary wiring for the proper operation of the 3.4 equipment.

Integrate all assemblies and sub-assemblies, and “Test 3.5 Bed” them prior to onsite installation in order to assure the County receives a comprehensive inter-operative solution.

3.6 Obtain all required permits for low-voltage cabling.

Provide all software (inclusive of licenses) necessary to 3.7 operate the System.

3.8 Perform commissioning of equipment with the FCC.

Page 76 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 3. TASKS TO BE PERFORMED The selected Proposer is expected to perform the following tasks:

The selected vendor shall provide Project Management services which will include: Scope Management, Schedule 3.9 and Time Management, Cost Management, Quality Management, Procurement Management, Resources Management and Communications Management.

Conduct on-site training courses including the training materials and documentation for hardware, software, system planning, engineering, management, consoles 3.10 (optional), and management terminals. The training will be conducted soon after award and will be coordinated with the County. Training shall be provided approximately ten (10) County personnel.

3.11 Comply with Final Acceptance as per County requirements.

Perform on-going maintenance and support services for the 3.12 complete radio system and subscriber units upon project final acceptance.

Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 4. THIRD PARTY APPLICATIONS

The System shall have the ability to support third party applications such as:

4.1.1. GPS

4.1.2. Text Messaging 4.1 4.1.3. Fleet Management / Outdoor Location Tracking

4.1.4. Enhanced System & Performance Management

4.1.5. Wireline VoIP Dispatch Console

4.1.6. Automatic Vehicle Location (AVL)

Page 77 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 4. THIRD PARTY APPLICATIONS

System shall have an open interface for third party application development available by contacting 4.2 manufacturer. Broward County shall have access to this interface for customized development upon request.

Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 5. VOICE AND DATA REQUIREMENTS

Voice shall take priority over data transmissions on radios 5.1 transmitting both voice and data information.

The proposed system shall provide multigroup call functionality.

5.2.1. Multigroup call functionality is defined as the ability for a one-way voice transmission heard by all available radios that are programmed with the same Multigroup ID. To initiate a Multigroup Call, the SU shall have the “Multigroup Initiation” privilege.

5.2.2. The “Multigroup Initiation” privilege must be capable of being turned on or off for any given subscriber in the fleet 5.2 without disruption to any infrastructure in the system and via a central PC based application connected over IP to the system.

5.2.3. The proposed system shall provide site all call functionality.

5.2.4. Site All Call Functionality is defined as a one-way voice transmission heard by all available radios registered to the same site where the transmission occurs. To initiate a Site All Call voice transmission, the SU shall have the “Site All Call Initiation” privilege.

Page 78 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 5. VOICE AND DATA REQUIREMENTS The proposed system shall support network wide all call functionality. 5.3 5.3.1. Network Wide All Call is a one way voice transmission initiated by a device such as a wireline console. This call type transmits to all network sites in the system.

Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 6. EMERGENCY FEATURE REQUIREMENTS

Upon activation of the emergency button, a channel shall be 6.1 assigned for a predetermined amount of time.

The emergency call hang time shall be adjustable by the 6.2 system manager.

If all voice channels are occupied when an emergency call is made, then the unit initiating the emergency shall be 6.3 placed at the top of the busy queue list and allowed access to the next available voice channel.

The "emergency unit" shall be given the highest level of 6.4 priority regardless of how many units are already in queue or what their priority is.

Upon activation of the emergency button, all radios in the talk group (if programmed this way) will receive an 6.5 emergency alarm visual and distinct audio tone indication and the unit identification of the radio initiating the alarm.

The act of pressing emergency in conjunction with a 3rd 6.6 party application shall have the option to automatically send a GPS packet upon call hang time expiration.

Page 79 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 6. EMERGENCY FEATURE REQUIREMENTS

An Emergency Alert will provide a method to announce an emergency entirely over the control channel. This will be an 6.7 Emergency Alert indication that can be received by a Console or subscriber programmed to indicate the alert or other control channel monitoring device

Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 7. SYSTEM FAILURE/REDUNDANCY REQUIREMENTS

In the event of a repeater failure, the system shall continue 7.1 to maintain its trunked operation, regardless of which repeater fails.

In the event of a wide area link failure, the system shall continue to maintain its local Trunked operation and shall 7.2 continue to provide wide area communications where a wide area link is still available between sites.

If a link fails to an individual site, other sites shall remain operational; the site with the failed link shall continue to 7.3 provide local site trunking and will be automatically brought back into any wide-area calls upon link restoration.

If an individual repeater fails, the system shall automatically 7.4 stop assigning users to that repeater station and take the repeater out of service.

System shall allow for the configuration of a second 7.5 controller per site that provides redundancy in the unlikely event of a controller failure.

When connected, the primary and secondary controllers are 7.6 synchronized with important system information including the channels and radio users on a site.

Page 80 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 7. SYSTEM FAILURE/REDUNDANCY REQUIREMENTS During regular operation, the primary controller also sends regular heartbeat messages to the secondary controller 7.7 indicating that it is effectively managing traffic on the system.

If the redundant controller does not receive these messages 7.8 it will automatically take control of the site.

System shall allow for the configuration of up to four rotating 7.9 control channels.

When configured, a rotation of the control channel will occur 7.10 every 24 hours unless an emergency call is in progress.

When not in control, the remaining candidate control 7.11 channels will still be used for regular system voice traffic.

System shall allow for the configuration of redundant control 7.12 channels.

In the unlikely event of a control channel repeater failure, 7.13 the system can be configured to rotate control to up to three additional repeater channels.

When not acting as a control channel, these candidate 7.14 channels will be used for normal system voice traffic.

System shall allow the ability for subscribers to automatically operate in Conventional Mode with loss of control channel or controller. 7.15 7.15.1. Restoration of the control channel or controller will automatically bring subscribers back to trunking operation.

Page 81 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 8. REPEATER SOFTWARE REQUIREMENTS

The system shall provide a software application that allows the system administrator the ability to monitor and control the radio repeaters within the system remotely. The Repeater Diagnostics and Reporting system shall provide the following capabilities:

8.1.1. Repeater Diagnostics that include enabled-disabled station status, Transmitter power status, available channels and RSSI levels. 8.1 8.1.2. Repeater Controls that include changing channels, transmitter power, station reset and repeater knockdown.

8.1.3. Repeater Alarm Reporting including Receiver lock failure, transmit lock detect, station overheating, AC Power supply failure and detect and report of failure.

8.1.4. The application shall operate over the IP network remotely

Page 82 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 8. REPEATER SOFTWARE REQUIREMENTS

The system shall provide the following Repeater Alarms:

8.2.1. RX (Receiver lock failure)

8.2.2. TX (transmit lock detect)

8.2.3. Temp (station overheating)

8.2.4. Power (AC Power supply failure)

8.2.5. Fan (fan failure)

8.2.6. PA Voltage Major

8.2.7. PA Voltage Minor 8.2 8.2.8. VSWR Major

8.2.9. VSWR Minor

8.2.10. TX Power Major

8.2.11. TX Power Minor

8.2.12. PA EEPROM Corruption

8.2.13. Exciter EEPROM Corruption

8.2.14. Receiver EEPROM Corruption

8.2.15. Interoperability between Exciter and PA. 8.3 The system shall provide the following Repeater Diagnostics:

8.3.1. Read Enabled/Disabled Status

8.3.2. Read Analog/Digital Status

8.3.3. Read Wide or Local Area Status

8.3.4. Read Transmit Power Status

8.3.5. Read Available Channels

Page 83 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 8. REPEATER SOFTWARE REQUIREMENTS

8.3.6. Read Inbound RSSI

8.3.7. Read IPv4 Address and UDP Port

The system shall provide the following repeater control capabilities:

8.4.1. Change Enabled or Disabled Status

8.4.2. Change Channels

8.4.3. Change Transmit Power Level

8.4.4. Reset Repeater

8.4.5. Knockdown Repeater 8.4 8.4.6. The system shall provide the following Repeater Alarm Reporting

8.4.7. Detect and Report Receiver Lock Detect Failure

8.4.8. Detect and Report Transmitter Lock Detect Failure

8.4.9. Detect and Report Overheating

8.4.10. Detect and Report AC Power Supply Failure

8.4.11. Detect and Report Main Fan Failure

The repeater management software shall remember up to 8.5 16 systems and monitor 8 at a time

The repeater management software shall be capable of 8.6 sending notifications to standard email addresses upon a repeater alarm condition.

Page 84 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 9. CONTROLLER REQUIREMENTS

The Minimum Controller Specifications for a multi-site controller should be as follows:

9.1.1. Celeron M, 1 GHz Microprocessor

9.1.2. Operating System: Linux preferred

9.1.3. 4 Autosensing 10/100/1000 Mbps Ethernet

9.1.4. 1 RS-232 Port

9.1.5. Storage Expansion: compact flash port 9.1 9.1.6. AC input power requirements: 100/240 VAC, 47 to 63 Hz, Maximum Power when fully loaded is 50 W.

9.1.7. Operating Temperature: -30°C to +60°C (-22°F to +140°F)

9.1.8. Humidity: 5% to 95% RH

9.1.9. Storage Temperature: -40°C to +85°C (-40°F to +185°F)

9.1.10. Ability to operate in redundant mode.

Alerts shall be generated by the controller in response to various conditions, including alarms from the repeaters. 9.2 These alerts shall be viewable in a real time display and have the ability to be emailed from the system to an administrator.

Page 85 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 9. CONTROLLER REQUIREMENTS

At minimum, the following controller alerts shall be available:

9.3.1. Control Channel Lost > this alert occurs if the site operates without a CC for more than 1 minute

9.3.2. Repeater Alarm Detected > this alert occurs if a repeater detects a fault in its operation

9.3.3. Remote Site Connection Lost > occurs if a remote site has lost connection for more than 1 minute 9.3 9.3.4. Secondary Controller Active > this alert is shown by the secondary controller, after it takes over site control from the primary controller. automatically cleared upon manually restoring site control to the primary controller

9.3.5. Primary controller missing connected secondary controller > indicates that the primary controller hasn’t yet communicated with the secondary controller, or that communication has been established, but the process of synching with the secondary controller is not yet complete.

Hang times shall be able to be centrally adjusted so that a system owner can make adjustments on-the-fly. The 9.4 controller shall have the ability to remotely control the various hang timers in the repeaters over the Ethernet connection using commands over the IP network.

Page 86 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 10. SUBSCRIBER UNIT REQUIREMENTS

All user portable radios shall include battery technology for 10.1 automatic maintenance and reconditioning.

All user portable radios shall be rated IP57 and CSA 157 10.2 Class I Div I.

All radio equipment shall support the use of radio subscriber 10.3 accessories for automatic gain control and noise suppression.

The system and/or user equipment shall include embedded 10.4 digital forward error correction technology to increase clarity throughout range.

All user radios shall include Emergency Declaration capability with single button activation.

10.5.1. The Emergency Declaration shall provide visual and 10.5 audible status notification to specified radios.

10.5.2. The Vendor’s Proposal shall include a detailed description of the Emergency Declaration features and programming options.

The system and/or user equipment shall include embedded 10.6 GPS receivers in both the portable and mobile radios with proper antenna.

The system and/or user equipment shall include embedded text messaging capabilities.

10.7.1. Any additional external receivers or accessories shall not be required to receive or send text message information.

10.7 10.7.2. The user equipment shall support unit-to-unit canned and user creatable text messaging capability.

10.7.3. The user equipment shall support at least 140 scrolling characters.

10.7.4. Text messaging shall be supported in a repeater and/or talk around mode.

10.8 Subscriber shall have the ability to display Site ID.

Page 87 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 10. SUBSCRIBER UNIT REQUIREMENTS

“Man down” shall be an available option and Depending on which “Movement Type” is configured, the radio shall automatically initiate an Emergency Call (after expiration of 2 timers) in the following scenarios: 10.9 10.9.1. User falls down

10.9.2. User becomes incapacitated and stops moving

User or object that would normally be motionless begins to 10.10 move

The proposed system shall provide Late Entry capabilities.

10.11.1. Late Entry is defined as the functionality whereby the proposed system can transmit late entry indications related to any active call thus allowing latecomer users (i.e., 10.11 previously turned off subscriber unit, radio out of range, etc.) to join an active talk group, broadcast/announcement group, or sub-network call.

10.11.2. All subscriber terminals and dispatch consoles shall have late entry functionality.

All radios will automatically register with the system when 10.12 powered on.

Subscriber shall be able to create his/her scan list from 10.13 contacts within any zone.

Vendor shall offer optional leasing terms for subscriber units for 4-year terms, warranty of 4 years, and the option to 10.14 upgrade equipment per software upgrade releases minimum requirements.

Page 88 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 11. PORTABLE RADIO REQUIREMENTS The proposed portable radio should be rugged, reliable, and meet or exceed the following minimum specifications:

11.1 Emergency button.

11.2 12.5 kHz analog channel bandwidth.

11.3 12.5 kHz TDMA (6.25e) digital channel bandwidth.

11.4 Alphanumeric display radio model availability.

11.5 Non-display radio model availability.

1000 Channels (Alphanumeric model), 32 Channels (Non- 11.6 display model)

11.7 Digital Signaling - PTT ID, Private Call, All Call, Call Alert

Escalating Alerts, Emergency, Radio Check, Radio 11.8 Disable/Enable and Remote Monitor

11.9 Analog Signaling - : PTT ID, Emergency and Call Alert

11.10 16-position channel selector.

11.11 External microphone and speaker connections.

11.12 Standard Li-on battery.

11.13 Full line of optional accessories.

6 Programmable buttons – Alphanumeric model (supporting both long and short press) (3 programmable buttons – Non 11.14 display model) (The radios are to be provided programmed by vendor.)

Meet IP57 submersible requirement with or w/o accessory 11.15 cover attached

11.16 Impres standard batteries

Page 89 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 11. PORTABLE RADIO REQUIREMENTS The proposed portable radio should be rugged, reliable, and meet or exceed the following minimum specifications:

11.17 Impres 6 unit display multi-unit chargers

Proposed portable radio units shall conform to applicable Portable Military Standards 810C, 810D, and 810E. The 11.18 portable transmitters and receivers must further meet or exceed the following specifications.

Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 12. PORTABLE TRANSMITTER SPECIFICATIONS

12.1 Frequency Range: 403-470 MHz

12.2 Frequency Stability: +/- 1.5ppm (Non-GPS)

+/- 0.5ppm (GPS) RF Power Output: 1 – 4 watts Channel 12.3 Spacing 12.5 kHz

12.4 Adjacent Channel Power: 60 dB @ 12.5 kHz

Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 13. PORTABLE RECEIVER SPECIFICATIONS 13.1 Frequency Range: 403-470 MHz

Page 90 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 13. PORTABLE RECEIVER SPECIFICATIONS 13.2 Channel Spacing: 12.5 kHz

13.3 Analog Sensitivity (12 dB SINAD): 0.35 uV / .22uV (typical]

13.4 Digital Sensitivity 5% BER: 0.3 uV

Adjacent Channel Selectivity: 60dB at 12.5 kHz@ (TIA603) 13.5 45dB at 12.5 kHz@ (TIA603C)

13.6 Spurious Rejection: 70 dB

13.7 Audio Distortion: 3%

Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 14. MOBILE RADIO SPECIFICATIONS Programming and installation of the mobile radios in each vehicle is required. The proposed mobile radio should be rugged, reliable, and meet or exceed the following minimum specifications: 14.1 Emergency button.

14.2 12.5 kHz analog channel bandwidth.

14.3 12.5 kHz TDMA (6.25e) digital channel bandwidth.

Visor Microphone (to keep drivers hands on the wheel at all 14.4 times)

14.5 Push to talk buttons mounted near the driver.

14.6 1000 Channels

Digital Signaling - PTT ID, Private Call, All Call, Call Alert, 14.7 Escalating Alerts, Emergency, Radio Check, Radio Disable/Enable and Remote Monitor

Page 91 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 14. MOBILE RADIO SPECIFICATIONS Programming and installation of the mobile radios in each vehicle is required. The proposed mobile radio should be rugged, reliable, and meet or exceed the following minimum specifications: Analog Signaling - MDC1200: PTT ID, Emergency and Call 14.8 Alert

14.9 Full line of optional accessories.

14.10 High power unit (at least 1- 40 watts).

4 Programmable buttons (supporting both long and short 14.11 press)

14.12 Digital talk-around on provided simplex frequency

Mobiles will reuse existing antenna and line, must provide 14.13 correct jumper for mobiles.

14.14 Alphanumeric display and enhanced palm microphone

14.15 AC power supplies option for control station operation

Mobile/Control Station Transmitter Specifications Mobile/control station transmitters shall meet or exceed the following minimum specifications: 14.16.1. Frequency Range: 403-470 MHz

14.16.2. Frequency Stability: +/- 1.5ppm (Non-GPS) 14.16 14.16.3. +/- 0.5ppm (GPS) RF Power Output: 1-40 watts

14.16.4. (low power model) Channel Spacing: 12.5 kHz

14.16.5. Adjacent Channel Power: 60 dB @ 12.5 kHz

Page 92 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 14. MOBILE RADIO SPECIFICATIONS Programming and installation of the mobile radios in each vehicle is required. The proposed mobile radio should be rugged, reliable, and meet or exceed the following minimum specifications:

Mobile/Control Station Receiver Specifications Mobile/control station receivers shall meet or exceed the following minimum specifications:

14.17.1. Frequency Range: 403-470 MHz

14.17.2. Channel Spacing: 12.5 kHz

14.17.3. Analog Sensitivity (12 dB SINAD): 0.30 uV / .22uV 14.17 (typical]

14.17.4. Digital Sensitivity 5% BER: 0.3 uV

14.17.5. Adjacent Channel Selectivity (w / TIA603): 65dB at 12.5 kHz / 50dB at 12.5 kHz (w / TIA603C)

14.17.6. 19.6 Spurious Rejection: 75 dB

14.17.7. 19.7 Audio Distortion: 3%

Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 15. DESKTOP CONTROL RADIO SPECIFICATIONS Control Stations shall meet or exceed the following minimum specifications:

15.1.1. Emergency button. 15.1 15.1.2. 12.5 kHz analog channel bandwidth.

15.1.3. 12.5 kHz TDMA (6.25e) digital channel bandwidth.

Page 93 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 15. DESKTOP CONTROL RADIO SPECIFICATIONS

Alphanumeric display 15.2.1. 1000 Channels

15.2.2. Digital Signaling - PTT ID, Private Call, All Call, Call Alert, Escalating Alerts, Emergency, Radio Check, Radio Disable/Enable and Remote Monitor

15.2.3. Analog Signaling - MDC1200: PTT ID, Emergency, and Call Alert

15.2.4. Enhanced Touchtone microphone for texting to 15.2 users

15.2.5. Full line of optional accessories.

15.2.6. 12 vt. power supply for each control station

15.2.7. 4 Programmable buttons on front of mobile (supporting both long and short press)

15.2.8. One Yagi antenna and 100 feet of ½” superflex. AC and Coaxial suppression required for each Yagi antenna.

BALANCE OF PAGE LEFT BLANK INTENTIONALLY

Page 94 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 16. BASE STATION TRANSMITTER SPECIFICATIONS Eighteen (18) (6 per site), higher specification repeaters will be provided at Tower Sites with redundant Controller Configuration. All racked equipment to be installed in existing building at Tower Sites. Proper AC and Coaxial surge suppression will be provided. 120 volt AC power to be provided by Broward County. Base Station Transmitter Specifications - Base station transmitters shall conform to the minimum standards specified by TIA/EIA-603, Section 4.2, and the Code of Federal Regulations 47, Part 90, Subpart I. The proposed transmitters shall further meet or exceed the following specifications:

16.1.1. Frequency Range: 403-470 MHz

16.1 16.1.2. Frequency Stability: UHF: 1.5 ppm

16.1.3. RF Power Output: UHF: 100 watts (continuous)

16.1.4. Channel Spacing Analog: 12.5 kHz

16.1.5. Channel Spacing Digital: 12.5 kHz (6.25e compliant)

16.1.6. Audio Distortion: Less than 3% (1% typical) at 1000Hz; 60% RSD

Base Station Receiver Specifications - The base station receivers shall conform to the minimum standards specified by TIA/EIA-603, Section 4.1. The base station receivers shall further meet or exceed the following specifications:

16.2.1. Frequency Range: 403-470 MHz

16.2.2. Analog Sensitivity (12 dB SINAD): 0.30 uV (0.22 uV typical)

16.2.3. Digital Sensitivity: 0.30 uV (0.20 V typical) 16.2 16.2.4. Adjacent Channel Selectivity (TIA603): UHF @ 12.5kHz: 75 dB (78 dB typical)

16.2.5. Adjacent Channel Selectivity (TIA603D): UHF @ 12.5kHz: 45 dB (60 dB typical)

16.2.6. Spurious Rejection: UHF: 85 dB

16.2.7. Audio Distortion: Less than 3% (1% typical) at 1000 Hz 60% RSD

Page 95 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 17. ANTENNA WORK REQUIREMENTS

Antenna design is to provide redundancy and optimize 17.1 coverage with minimal loss. Tower work must be performed by the vendor’s tower contractor.

The successful vendor’s tower contractor will have at least 17.2 10 years of experience at tower erection and climbing.

17.3 All work to be performed to US OSHA standards.

17.4 All antenna work must be guaranteed for a period of 5 years

Antenna and radio servicer (vendor’s tower contractor) must 17.5 be based within 50 miles of Ft. Lauderdale, FL.

Vendor must provide tower structure load analysis for each site to conform with TIA/EIA-222-G and to the latest edition 17.6 of the South Florida Building Code. If modifications are required, modifications drawings must be included and modification work must be performed.

Proper lightning suppression is required including coaxial surge suppression and ground halo per Motorola R-56 17.7 standards must be provided. Coax must be run into any building with rubber boot entry.

Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 18. DATA CIRCUITS

Broward County will be responsible for providing data 18.1 N/A N/A circuits to interconnect sites.

Page 96 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 19. PERFORMANCE GUARANTEE

The successful vendor will guarantee the multi-site digital trunk system to provide portable and mobile coverage with a 90-95% reliability and a DAQ of 3.0 within the footprint of Broward County, FL. The vendor is responsible to provide a complete working system that will seamlessly integrate with the City of Sunrise existing MOTOTRBO Capacity Plus 5 channel (voice and turbo data for AVL) system located at 19.1 Markham Park Tower Site and the Broward County School Board’s MOTOTRBO Capacity Plus 2 channel system located at Beacon Tower site in Davie; it must also interoperate with the existing 800 MHZ Trunked Radio System and future P25 Trunked Radio System. Any components necessary to complete the project, not anticipated by the vendor, will be the sole responsibility of the vendor to provide at no cost to Broward County.

Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 20. WARRANTY

During the Warranty period (“Warranty Period” means one (1) year from the date of Final Acceptance or Beneficial Use, whichever occurs first), the vendor warrants that the Equipment and Software will be free from material defects in workmanship and materials.

All products, goods and parts shall be replaced free of any 20.1 charge (parts and labor) during the warranty period and any subsequent period covered by support services provided by vendor. Further, all Equipment and Software provided by vendor shall be new and unused. During the warranty period, in addition to warranty services, the vendor shall provide on-site Service Support and maintenance for the Equipment, Software and Radio System.

Page 97 of 105 Describe how the proposed Solution will Requirement meet the requirement and Req. Description any customizations or # Response configurations that are (Y, N, P, C, N/A) required to satisfy the required output. 21. MAINTENANCE AND SUPPORT 21.1 Maintenance & support services are required to be provided throughout the resultant contract term. The selected Proposer shall provide 24x7 365 days on-site maintenance and support services. All pricing is to be included as part of the vendor’s Proposal. Maintenance and support services shall begin upon the project final acceptance.

21.1. Service Level Agreement Problem Types

21.1.1. Severity Level 1 - This level is meant to represent a major issue that results in an unusable system, sub-system, Product, or critical features from the Customer’s perspective. No Work-around or immediate solution is available. 21.1.1.1. Response is provided continuously

21.1.1.2. Major System failure

21.1.1.3. 33% of System down

21.1.1.4. 33% of Site channels down

21.1.2. Severity Level 2 - This level is meant to represent a moderate issue that limits a Customer's normal use of the system, sub-system, product, or major non-critical features from a Customer’s perspective.

21.1.2.1. Response during Standard Business Day

21.1.2.2. Significant System Impairment not to exceed 33% of system down

21.1.2.3. System problems presently being monitored

21.1.3. Severity Level 3 - This level is meant to represent a minor issue that does not preclude use of the system, sub- system, product, or critical features from a Customer's perspective. It may also represent a cosmetic issue, including documentation errors, general usage questions, recommendations for product enhancements or modifications, and scheduled events such as preventative maintenance or product/system upgrades.

21.1.3.1. Response during Standard

Page 98 of 105 Describe how the proposed Solution will Requirement meet the requirement and Req. Description any customizations or # Response configurations that are (Y, N, P, C, N/A) required to satisfy the required output. 21. MAINTENANCE AND SUPPORT Business Day

21.1.3.2. Intermittent system issues

21.1.3.3. Information questions

21.1.3.4. Upgrades/Preventative maintenance

Response Time Requirements:

21.2.1. Severity 1 - Within 2 hours from receipt of Notification Continuously 21.2 21.2.2. Severity 2 - Within 4 hours from receipt of Notification Standard Business Day

21.2.3. Severity 3 - Within 24 hours from receipt of Notification Standard Business Day

Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 22. PROJECT MANAGEMENT REQUIREMENTS The selected vendor shall provide Project Management services which will include: Scope Management, Schedule and Time Management, Cost Management, Quality Management, Procurement Management, Resources Management and Communications Management.

Scope management is the process of maintaining control of the project in terms of the aims, goals, and objectives of the 22.1 Broward County Office of Communications Technology (OCT).

Schedule and Time Management- Upon contract award, the vendor’s Project Manager (PM) will provide an updated project schedule with specific sub-activities to display 22.2 accurately the actual start and current completion dates of the project. This schedule will be updated regularly during the implementation of the project and updates will be provided to OCT’s PM.

Page 99 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 22. PROJECT MANAGEMENT REQUIREMENTS The selected vendor shall provide Project Management services which will include: Scope Management, Schedule and Time Management, Cost Management, Quality Management, Procurement Management, Resources Management and Communications Management.

Cost Management- During the execution of a project of this scope, contract modifications may arise to accommodate changes in scope. Either party may request changes within the general scope of the contract. If a requested change 22.3 causes an increase or decrease in the cost or time required to perform the contract, the vendor and OCT will agree upon an equitable adjustment of the Contract Price, Performance Schedule, or both, and document it.

Quality Management - All work will be performed consistent with high quality commercial practice and in accordance with Motorola’s R56 Quality Standards for Fixed Equipment Installations and all applicable manufacturer installation and maintenance manuals. All installation tasks shall be 22.4 conducted and performed to meet all applicable Federal, State, and local building and code requirements as well as National Fire Protection Association(NFPA) code 101 (and others, as applicable) requirements and applicable IEEE established standards.

Procurement Management - The Project Manager will 22.5 provide oversight and management for all procurement activities under this project.

Resources Management - The PM will obtain, apply and 22.6 manage qualified resources for every aspect of the project.

Communications Management- the PM will create and manage a successful communication plans that will identify 22.7 stakeholders, the information to be communicated, and frequency of communications.

The PM will track the progress of the project and take proactive measures to insure that the project proceeds as 22.8 planned. The PM will schedule weekly meetings with the OCT’s PM to review current project status to date and discuss all associated documents and deliverables.

The PM will provide and circulate meeting minutes which 22.9 will include an action item register no later than the following working day after the meeting is held.

Page 100 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 22. PROJECT MANAGEMENT REQUIREMENTS The selected vendor shall provide Project Management services which will include: Scope Management, Schedule and Time Management, Cost Management, Quality Management, Procurement Management, Resources Management and Communications Management.

The PM will manage and control documents including but 22.10 not limited to equipment submittals, shop drawings, meeting minutes and project schedules.

Prior to equipment ordering, OCT will review and approve/disapprove equipment submittals. Prior to 22.11 equipment installation, OCT will review; approve/disapprove rack/shop drawings.

The vendor’s PM will submit Acceptance Testing Plan upon 22.12 contract award and coordinate the Tests.

As-built drawings will be submitted prior to Final 22.13 Acceptance.

After contract signature, the implementation process will begin with the project Kickoff meeting. This meeting will introduce all members of the vendor’s implementation team 22.14 and the point of contact with the OCT’s project team; the Communications Plan will be established, the Project Schedule will be discussed and weekly project meetings will be established.

After the kickoff meeting, the vendor will hold a Contract Design Review (CDR) of the proposed system design with OCT’s PM and designated representatives. The goal of the Contract Design Review process is to verify and finalize agreement on the overall design and deliverables. This 22.15 meeting will identify contract-negotiated commitments, clarify the system design, identify any special product requirements and their impact on system implementation, and refine the system implementation plan. A discussion of the cutover plan and methods to document a detailed procedure for cutover will begin at this meeting.

A cutover plan with a detailed MOP will be submitted by the 22.16 vendor and discussed with OCT.

Page 101 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 22. PROJECT MANAGEMENT REQUIREMENTS The selected vendor shall provide Project Management services which will include: Scope Management, Schedule and Time Management, Cost Management, Quality Management, Procurement Management, Resources Management and Communications Management. Any assessment, equipment installation or testing that may cause an impact on the existing Radio System operations will follow the Change Management Process; in which a 22.17 Change Management Report (CMR) will be submitted at least a week prior to the installation to be discussed in a conference call held every Thursday at 10am.

The System database will need OCT’s approval before final 22.18 implementation.

A punch list will be generated by the PM following cutover 22.19 and will have a maximum of 15 labor days to be completed. It will be a requisite for Project Final Acceptance.

BALANCE OF PAGE LEFT BLANK INTENTIONALLY

Page 102 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 23. OPTIONAL EQUIPMENT AND SOFTWARE REQUREMENTS 23.1 Optional Equipment and Software Requirements

23.1. Dispatch Consoles

23.1.1. The console shall not require external control stations

23.1.2. Console shall be able to place a one-way announcement call, network-wide to all subscribers and place a Site All Call at all network sites.

23.1.3. Console shall have the ability to display a history of past conversations

23.1.4. Console shall have the ability to replay audio from past conversations

23.1.5. Console shall present an audible indication to the dispatcher for granted, queued, failed, or canceled PTT requests

23.1.6. Console shall be able to receive an emergency alert that is sent only to the dispatcher, not everyone else in the talk group

23.1.7. Console shall be able to receive emergency calls

23.1.8. Console shale display the PTT ID of the subscriber unit speaking on the display

23.1.9. Console shall display the PTT ID Alias of the subscriber unit speaking on the display

23.1.10. Console shall have the ability to patch telephone to radio, radio to radio, and telephone to telephone

23.1.11. Console shall support POTS, T1, IP and SIP telephone interfaces

23.1.12. Console shall have the ability to patch in legacy resources during migration

23.1.13. Console shall support legacy resources (conventional radio, telephone) prior to and during migration

23.1.14. Console shall have the ability for the GUI to be fully

Page 103 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 23. OPTIONAL EQUIPMENT AND SOFTWARE REQUREMENTS customizable by customer

23.1.15. Console shall have the option to be configured in a N+1 redundant configuration

23.1.16. Console shall be configurable for no single point of failure

23.1.17. Console shall have the ability to be updated without downtime

23.1.18. Console shall have the ability to integrate resources such as video, internet feeds, diagrams, pictures, CAD, IP logging recorders etc.

23.1.19. Console shall have IP connectivity from the console to the Radio base station, not just the console to the "backroom" equipment.

23.1.20. Console system shall be scalable to 100 consoles and 500 endpoints

23.1.21. All subscriber terminals and dispatch consoles shall have late entry functionality.

Dispatch console Requirements

23.2.1. Server Gateway required 23.2 23.2.2. Client Software required Note: Broward County will provide all hardware and network requirements for this application.

23.3 Dispatch Console Computer Hardware Minimum Specifications:

23.3.1. Windows 7 SP1 (64 Bit)

23.3.2. Intel® Core™ 2 Duo (or better) personal computer, 2.13 GHz (or faster)

23.3.3. 4 GB or more RAM

23.3.4. 80 GB hard drive, DVD-ROM drive

23.3.5. 2 USB ports (Two Additional USB ports are required to support up to three USB Jackboxes)

Page 104 of 105 Describe how the Requirement proposed Solution will meet the requirement Req. Description Response and any customizations # (Y, N, P, C, or configurations that N/A) are required to satisfy the required output. 23. OPTIONAL EQUIPMENT AND SOFTWARE REQUREMENTS 23.3.6. 10/100 Base T Ethernet adapter

23.3.7. Integrated high-definition digital audio adapter (SoundBlaster® Live! 24-bit sound card equivalent or better)

23.3.8. 17-inch or larger touch-sensitive (optional) or regular color monitor

23.3.9. Pointing device (two-button mouse or trackball; optional for touch-sensitive screens)

23.3.10. PCI Express video adapter (128 MB SDRAM)

23.3.11. USB Headset Jackbox (either Basic or Enhanced)

23.3.12. Desktop gooseneck microphone or two prong quick disconnect headset

23.3.13. 2 External Speakers (4 W amplified, 3” minimum) for select and unselect speaker.

23.3.14. 101 Key-Keyboard

23.3.15. Two additional USB Headset Jackboxes (3 supported at an Operator Position)

23.3.16. Up to 4 additional Monitor Speakers

23.3.17. Dual-Pedal Footswitch

GPS Vehicle Location Server and Software (Optional) This solution requires location data from all units to transmit 23.4 to the multiple repeaters in the system. Vendor is to provide technical requirements for a minimum of 1,500 users.

Page 105 of 105