Public Safety Radio System RFP

Total Page:16

File Type:pdf, Size:1020Kb

Public Safety Radio System RFP

Town of Greenwich, CT

PUBLIC SAFETY LAND MOBILE RADIO SYSTEM

REQUEST FOR PROPOSAL #7212 DEADLINE: JUNE 1, 2016 AT 3:00 PM TABLE OF CONTENTS

Reply Sheets ……………………………………………………………………………64 Attachments …………………………………………………………………………….74 Exhibits…………………………………………………………………………………..82

2 Public Safety Land Mobile Radio System REQUEST FOR PROPOSAL #7212

1.0 INFORMATION AND INSTRUCTIONS FOR RESPONDENTS

1.1 Background Information The Town of Greenwich, Connecticut currently operates a Motorola Type II Smartnet/Smartzone hybrid digital trunked Public Safety Land Mobile Radio System. The radio system infrastructure consists of six 800 MHz frequencies at each of four simulcast repeater sites. The primary radio system control site and public safety dispatch center are located at a fifth site located at the Greenwich Public Safety Complex at 11 Bruce Place. System controllers, comparators, and console electronics are located in the "Radio Room" at the Public Safety Complex. The radio system infrastructure and console equipment is approaching the end of its useful life and will be replaced based on the contract resulting from this RFP.

The repeater sites and Public Safety Complex are interconnected through a combination of 11 GHz and 18 GHz microwave circuits. The microwave equipment is also at end-of-life and is in the process of replacement by the Town under a separate contract. The replacement equipment includes Alcatel- Lucent 9500 Microwave Packet Radios which will provide connectivity between all sites.

The existing user radios are primarily comprised of various Motorola MTS, XTS, and XTL series units. A small quantity of Motorola APX units are also in service. It is anticipated that the APX radios will be retained and utilized with the replacement radio system. This RFP will entertain the optional replacement of other existing user radios, but user radio replacement is not a requirement and will not be a primary consideration in the proposal evaluation process.

1.2 Turnkey Approach The desired proposal is one in which the Contractor delivers, installs, and configures specified equipment and provides training and documentation. This RFP specifies equipment and performance standards. It is the Contractor’s responsibility to determine the specific hardware, software, accessories, and services required to deliver a fully-functional system. The Town will not issue any change orders based on the fact that a detail was omitted from the Contractor’s proposal. However, the Town reserves the right to issue change orders for other reasons deemed necessary.

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 3 1.3 Terms And Conditions In addition to the Town’s standard terms and conditions that appear on the reverse side of the cover page of this RFP, all of the following special terms, conditions and requirements shall also apply to this procurement:

1.3.1 Issuing Authority Mr. James Giarraputo Latham, CPPB, Senior Buyer has been designated to be responsible for the conduct of this procurement. Any inquiries or requests regarding this procurement must be submitted in writing to Mr. Latham to the address below by April 29, 2016 at 11:00 AM.

Town of Greenwich Purchasing Department 101 Field Point Road Greenwich, CT 06830

Fax: 1-203-622-7776 Email: [email protected]

1.3.2 Issuance of Addenda The Town of Greenwich reserves the right to amend this solicitation by addenda. Addenda will be posted to the Town’s website (www.greenwichct.org/bids) up to 48 hours in advance of the bid/proposal’s due date and time. It is the respondent's responsibility to check the Town’s website for addenda. If in the Town’s opinion revisions are of such a magnitude, the deadline for this solicitation may be extended in an addendum. In addition, addenda can change specifications, reply sheets, and times and dates for prebid meetings as well as due dates/deadlines for questions and bids/proposals. No notification of addenda issuance will be made other than on the Town’s website.

1.3.3 Applicable Law The respondent shall acknowledge and agree that, should it be awarded the Contract, it shall be solely responsible for strict compliance with all federal, state and local statutes, laws, codes, rules, regulations and ordinances, and for the procurement and maintenance of all necessary licenses and permits relating to the performance of services.

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 4 The laws of the State of Connecticut shall govern this Contract and any and all litigation related to this Contract. In the event of litigation related to this Contract, the exclusive forum shall be the State of Connecticut and the exclusive venue for such litigation shall be the Judicial District for Stamford/Norwalk at Stamford.

1.3.4 Taxes The Town of Greenwich is exempt from the payment of taxes imposed by the federal government and or state of Connecticut, and such taxes shall not be in the prices.

1.3.5 Packaging Each proposal must be sealed to provide confidentiality of the information prior to the submission date and time. The Town will not be responsible for premature opening of proposals not properly labeled.

1.3.6 Pre-Proposal Conference All potential respondents are strongly encouraged to attend the Pre-Proposal Conference scheduled on 3/14/16 from 1:00 PM to 4:00PM in the Town Hall Meeting Room, Greenwich Town Hall, 101 Field Point Road, Greenwich, CT 06830. All potential respondents are also strongly encouraged to attend the formal visits of the work site locations on 3/15/16 beginning @ The Greenwich Police Department at 9:00AM.

1.3.7 Proposal Costs The respondent shall be responsible for all costs incurred in the development and submission of this proposal, and for the cost of attending pre-proposal meeting and site visits.

Selected respondents may be required to present their proposals to the Evaluation Committee. The costs of such presentations and interviews and transportation shall be borne solely by the respondents.

1.3.8 Contract Format The Town of Greenwich has included, for reference by the respondents, in the Appendix to this document, the sample contract format EXHIBIT C that will be used for this procurement.

1.3.9 Withdrawal of Proposals Prior to Deadline A bidder wishing to withdraw a bid/proposal prior to the deadline may do so by preparing a formal written request on company letterhead. The person who signs the letter must be the Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 5 same person who signs the reply sheets. The Town will verify that the signature on the letter matches the signature on the reply sheets.

The Town will also verify the request to withdraw the bid/proposal by calling the respondent at the telephone number supplied on the reply sheets.

After the Town is satisfied that a request to withdraw a bid/proposal before the established deadline is valid, the bid/proposal will be returned to the respondent. The respondent may then withdraw completely from the bidding process, or may modify the proposal and resubmit before the deadline.

1.3.10 Withdrawal of Proposals After the Deadline If bid security is required and a respondent does not honor his/her bid for the specified time, the bid check shall become the property of the Town; or, if a bid bond was furnished, the bid bond shall become payable to the Town.

After the bid/proposal deadline has passed, the submitted bids/proposals become the property of the Town and are valid offers to be honored by the respondent for sixty (60) days or longer, as specified in the Request for Bid/Proposal.

Respondents who do not honor their bids/proposals for the sixty (60) day (or as specified) period, shall be declared irresponsible respondents.

1.3.11 Proposal Security Each proposal must be accompanied by a surety bond or certified Treasurer's or cashier's check, drawn or issued by a commercial or savings bank, trust company or savings and loan association and payable to the Town of Greenwich, Connecticut or by a surety bond prepared on the form of surety bond attached hereto, ATTACHMENT A, duly executed and acknowledged by the respondent, as principal, and by a surety company qualified to do business in the State of Connecticut and satisfactory to the Town, as surety.

The proposal security shall be in the sum of $465,000.00 and shall be enclosed in the sealed envelope containing the proposal. Each such check or surety bond may be held by the Town as security for the fulfillment of the respondent's 'agreement' as hereinabove set forth and as set forth in the respondent's proposal. Should the respondent fail to fulfill such agreements his proposal security check shall become the property of the Town or if a surety bond was Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 6 furnished, the bond shall become payable to the Town, as liquidated damages, otherwise, the bid check shall be returned to the respondent as hereinafter provided, or if the security is a surety bond, the bond shall become null and void.

1.3.12 Performance Bond For proposal greater than $100,000, the awarded contractor will be required to furnish a Performance, Maintenance and Payment Bond on the Town of Greenwich form which follows in the EXHIBIT D to this document in the amount of the Gross Sum of the contract, including allowance for contingencies and extra work, and/or contract price within seven (7) days of the award. The bond must be duly executed and acknowledged by said contractor as principal and by a surety company qualified to do business under the laws of the State of Connecticut and satisfactory to the Town, as surety, for the faithful performance of the contract and payment for labor and materials. The contractor shall pay the premium for such bond.

For proposals greater than $100,000, a letter from the bonding company, stating that the Performance Bond can be obtained within seven (7) days of request, shall be provided with respondent’s proposal.

1.3.13 Non-Connecticut Contractors The Town of Greenwich is requiring that for construction proposals at or above $200,000 the Nonresident Contractor must have obtained verified status from the Department of Revenue Services in the State of Connecticut and provide a copy of the letter of verification with the proposal. A respondent is a Nonresident Contractor if it does not maintain a regular place of business in Connecticut.

The Town’s threshold of $200,000 is $50,000 lower than the State of Connecticut’s threshold of $250,000 for the verification requirement.

The State of Connecticut Department of Revenue Services Special Notice, SN 2012(2) is included with this Request For Proposals as EXHIBIT E. This document provides the full definition of “Nonresident Contractor” and describes the State of Connecticut’s process for verification. Any questions relating to the verification process can be directed to the phone numbers given under the heading “For Further Information” on page 4 of Special Notice SN 2012(2).

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 7 It is recommended that potential respondents begin the State’s verification process as soon as possible in order to have adequate time to receive the letter of verification and present it with their proposal.

A proposal at or over $200,000 from a Nonresident Contractor will not be considered responsive if the respondent has not achieved verified status at the due date and time for the proposal. The exception to this requirement shall be if there has been one respondent only in a particular procurement process or the Town determines that it is in its best interests to waive this requirement. In this case, the Town reserves the right to modify this requirement. However, any modification to this requirement shall be in compliance with the State of Connecticut Department of Revenue Services Special Notice, SN 2012(2).

If the Town waives the verification requirement for a Nonresident Contractor, the Town shall withhold 5% of all payments made to the contractor to cover taxes due to the State of Connecticut. Payments withheld from the Nonresident Contractor may be released if proof of verification status in the form of a letter of verification is received. Payments withheld from the Nonresident Contractor may also be released to the contractor if the contractor has filed a surety bond, Form AU-964 EXHIBIT F, with the Department of Revenue Services in the amount equal to 5% of the total contract price including any change orders.

1.3.14 Insurance Requirements The awarded contractor will be required to provide insurance coverage as specified on the Insurance Requirements Sheet, as included in the EXHIBIT A of this RFP. The ACORD certificate of insurance form must be executed by your insurance agent/broker and returned to this office. The most current Acord form should be used for insurance documentation purposes. Company name and address must conform on all documents including insurance documentation. It is required that the agent/broker note the individual insurance companies providing coverage, rather than the insurance group, on the Acord form. The contract number (provided to the awarded contractor), project name and a brief description must be inserted in the “Description of Operations” field. It must be confirmed on the Acord Form that the Town of Greenwich is endorsed as an additional insured by having the appropriate box checked off and stating such in the “Description of Operations” field.

A letter from the awarded contractor’s agent/broker certifying that the Town of Greenwich has been endorsed onto the general liability policy as an additional insured is also mandatory. This letter shall be addressed to the Towns’ Director of Purchasing and Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 8 must follow exactly the format of the letter attached EXHIBIT B of this document. It must be signed by the same individual authorized representative who signed the ACORD form. Both the certificate of insurance and the letter must be signed with original ink “wet” signatures. If the insurance coverage required is provided on more than one Acord certificate of insurance, then additional agent/broker letters are also required. Contract development will begin upon receipt of complete, correct insurance documentation.

The Contractor shall be responsible for maintaining the above insurance coverages in force to secure all of the Contractor's obligations under the Contract with an insurance company or companies with an AM Best Rating of B+:VII or better, licensed to write such insurance in Connecticut and acceptable to the Risk Manager, Town of Greenwich. For excess liability only, non-admitted insurers are acceptable, provided they are permitted to do business through Connecticut excess line brokers per listing on the current list of Licensed Insurance Companies, Approved Reinsurers, Surplus Lines Insurers and Risk Retention Groups issued by the State of Connecticut Insurance Department.

The respondent shall submit with the proposal the signed, original “Insurance Procedure” form, ATTACHMENT C of this document, which states that the contractor agrees to provide the specified insurance coverage for this proposal at no additional charge above any insurance charge declared in the proposal.

1.3.15 Prevailing Wage Rates; Construction Safety And Health Course Except as noted below, the Contractor shall comply with the current provisions of Section 31-53 of the General Statutes of the State of Connecticut, EXHIBIT G, a part of which is quoted as follows.

"The wages paid on an hourly basis to any person performing the work of any mechanic, laborer or worker on the work herein contracted to be done and the amount of payment or contribution paid or payable on behalf of each such person to any employee or welfare fund, as defined in subsection (h) of section 31-53 of the General Statutes, shall be at a rate equal to the rate customary or prevailing for the same work in the same trade or occupation in the town in which such public works project is being constructed. Any contractor who is not obligated by agreement to make payment or contribution on behalf of such persons to any such employee welfare fund shall pay to each mechanic, laborer or worker as part of

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 9 such person’s wages the amount of payment or contribution for such person’s classification on each pay day."

All contractors and subcontractors shall submit certified weekly payrolls, on forms furnished by the Town, for all contracts meeting the aforementioned monetary limits. The certified payrolls shall be submitted with the Contractor's monthly certificate for payment.

Section 31-55a of the General Statutes of the State of Connecticut provides that the prevailing wage rates applicable to any awarded contract or subcontract are subject to annual adjustments each July 1st for the duration of the project.

Each Contractor that is awarded a contract shall pay the annual adjusted prevailing wage rate that is in effect each July 1st, as posted by the Department of Labor.

It is the Contractor’s responsibility to obtain the annual adjusted prevailing wage rate increases directly from the Department of Labor’s web site. The annual adjustments will be posted on the Department of Labor web page: www.ctdol.state.ct.us. For those without Internet access, contact the division listed below.

The Contractor shall also furnish proof with the weekly certified payroll for the first week each employee begins work that any person performing the work of a mechanic, laborer or worker has completed a course of at least ten (10) hours in duration in construction safety and health approved by the federal Occupational Safety and Health Administration in accordance with Connecticut General Statutes Section 31-53b and regulations adopted by the State of Connecticut Labor Commissioner.

The provisions of this section shall not apply where the total cost of all work to be performed by all contractors and subcontractors in connection with new construction of any public works project is less than four hundred thousand dollars ($400,000) or where the total cost of all work to be performed by all contractors and subcontractors in connection with any remodeling, refinishing, refurbishing, rehabilitation, alteration or repair of any public works project is less than one hundred thousand dollars ($100,000).

Questions can be directed to the Contract Compliance Unit, Wage and Workplace Standards Division, Connecticut Department of Labor, 200 Folly Brook Blvd., Wethersfield, CT 06109 at 860-263-6790. Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 10 1.3.16 Indemnification The Contractor shall indemnify and save harmless the Town and its officers, agents, servants and employees, from and against any and all claims, demands, suits, proceedings, liabilities, judgments, awards, losses, damages, costs and expenses, including attorneys’ fees, on account of bodily injury, sickness, disease, death or other damages sustained by any person or persons injury or damage to or destruction of any property, directly or indirectly arising out of, relating to, or in connection with the work called for in the Contract, whether or not due or claimed to be due in whole or in part to the active, passive or concurrent negligence, fault or contractual default of the Contractor, its officers, agents, servants or employees, any of its subcontractors, the Town, any of its respective officers, agents, servants, or employees and/or any other person or persons, and whether or not such claims, demands, suits or proceedings are just, unjust, groundless, false, or fraudulent, and the Contractor shall and does hereby assume and agrees to pay for the defense of all such claims, demands, suits and proceedings, provided, however, that the Contractor shall not be required to indemnify the Town, its officers, agents, servants, or employees, against any such damages occasioned solely by acts or omissions of the Town, its officers, agents, servants or employees, other than supervisory acts or omissions of the Town, its officers, agents, servants, or employees, in connection with the work called for in the Contract.

1.3.17 Copyrights and Patents License and/or royalty fees for the use of a process which is authorized by the contractor for the Town’s use for the equipment provided in through this RFP must be reasonable and paid to the holder of the copyright or patent, or authorized licensee, directly by the contractor and not by, or through, the Town. If the contractor uses any other design, device or materials covered by patent or copyright, it shall provide for such use by suitable agreement with the holder of such patented or copyrighted design, device or materials. It is mutually agreed to and understood that, without exception, the contract prices shall include all royalties or costs arising from the use of such designs, devices or materials in any way involved in the system.

Where activities supported by this project produce original computer programs, writings, sound recordings, pictorial reproduction, drawings, or other graphical representation and works of any similar nature (the term computer program includes executable computer programs and supporting data in any form), the Town has the right to use, duplicate, and disclose, in whole or in part, in any manner, for any purpose whatsoever and have others do so. If the material is copyrightable, the contractor may copyright such, and the Town reserves a royalty-free, non- Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 11 exclusive, and irrevocable license to reproduce, publish and use such materials, in whole or in part to authorize others to do so.

1.4 Respondent/Contractor Qualifications

 The respondent/contractor shall have a minimum of five years of successful experience with the design, supply, installation, and support of public safety radio systems that are similar in scope to the system specified in this RFP.

 The respondent/contractor shall be an authorized sales and service agency for the equipment being offered.  The respondent/contractor shall have or demonstrate the intent to develop an authorized service facility within 100 miles of Greenwich, Connecticut.  The respondent/contractor must supply adequate local staff and facilities to implement the radio system upgrade and provide ongoing service and maintenance after system acceptance as defined herein.  The respondent/contractor must be qualified to do business within the State of Connecticut.

1.5 Project Manager The Town will designate a project manager to serve as Town’s single point of contact for all technical and implementation matters. Upon award of contract, the Contractor shall assign a project manager who shall be the single point of contact for the Contractor and shall have the power to make decisions concerning all technical and implementation matters.

1.6 Proposal Contents The respondent shall deliver one complete original proposal, and five (5) complete copies of the proposal to the Purchasing Department before the deadline. Respondents should also include one CD or Flash Drive containing a single consolidated PDF of the complete original proposal submission(s).

A proposal is defined as a written offer to provide the equipment and services in accordance with requirements specified herein. To be compliant, the proposal must include: A cover letter signed by owner or corporate officer, expressing the respondent’s intent to provide equipment, software and services as required in this RFP.

Proposal Security per §Proposal Security. (see ATTACHMENT A)

Nonresident Contractor verification letter if applicable per §Non-Connecticut Contractors. (see EXHIBIT E & F)

Insurance Procedure Form per §Insurance Requirements. (see ATTACHMENT C)

1. A Respondent Profile per §Respondent Profile. (see ATTACHMENT B) Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 12 2. A Technical Proposal per §Technical Proposal.

3. A Cost Proposal per §Cost/Pricing Proposal.

4. A project delivery and implementation schedule which defines project milestones referenced to contract award date.

Any proposal submission that lacks any of these components will not constitute a proposal, will not be evaluated, and will not be eligible for contract award.

Only proposals for a complete Public Safety Land Mobile Radio System as defined in this RFP will be accepted in response to this RFP. The Contractor will carry full, non-assignable, and non-delegable responsibility for the technical and timely completion of all aspects of the project as defined in this RFP.

1.6.1 Respondent Profile The respondent profile must provide information on the respondent’s firm or organization, including the parent company, if applicable. In the specific order, it must provide the following information:

1. Clearly define the qualifications of the firm including experience with similar projects.

2. An outline of the respondent’s proposed project organization including key project personnel and a statement of experience for each.

3. A description of how the respondent proposes to provide support and maintenance for the equipment and options outlined in this RFP.

4. Professional references for the respondent must be provided within the proposal. A list of Public Safety Radio System projects of similar size and scope must be provided. The respondent shall provide project information regarding project status of all referenced Public Safety Radio System projects. In addition to reference checks, the Town may investigate further to determine the ability of the respondent to provide the equipment, material, and/or services as required by this RFP and to determine the adequacy of the proposed equipment, material, and/or services. The respondent shall furnish, upon request and in a timely manner, during the evaluation process, all such data and information requested for this purpose.

5. The proposal shall include a list of all potential subcontractors and a description of the anticipated service and/or equipment, or software they may provide. Subcontractors shall be licensed to do business in the State of Connecticut and shall have extensive experience with the supply of hardware, software, or services proposed to be provided by said subcontractors. The experience, qualifications and technical support for each subcontractor shall be clearly stated. The proposal shall state the tasks and time commitments for each proposed subcontractor. The respondent shall provide a list of all employees and

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 13 subcontractors that will require access to Town’s facilities. These employees will be subject to a background investigation prior to approval for access to those locations. The Town shall have the sole authority and final approval on who can gain access into Town buildings/facilities including the contractor’s employees and subcontractors.

6. The respondent shall provide a preliminary outline demonstrating the respondent’s approach to organization and completion of the project encompassing all appropriate activities and milestones including those tasks, which are deemed to be the responsibility of the Town. Tasks shall be clearly identified as to whether they are the responsibility of the Contractor, a specified subcontractor, or the Town. The primary purpose of the outline is to obtain a general picture of the respondent’s approach to accomplishing the ultimate goal.

7. The respondent must provide a clearly stated description of their Problem Escalation Procedures that will be followed to support the timely implementation of the Public Safety Radio System. This detailed description shall identify management and technical resources proposed to support the Town in the event of equipment or personnel problems.

1.6.2 Technical Proposal A Technical Proposal must be submitted that encompasses all RFP requirements and options. The Technical Proposal must be clearly divided so that each optional task or item described in the RFP is completely distinguishable and may be considered separately. The Technical Proposal shall include a “point-by-point” response to the RFP. The “point-by-point” response shall specifically accept, clarify, or take exception to each numbered section of the RFP. adequate documentation will receive a lower score on the proposal evaluation. 1.6.3 Cost/Pricing Proposal The respondent shall complete and submit with the proposal the Pricing Reply Sheets As included with this document. The completed Pricing Reply Sheets constitute the Cost/Pricing Proposal.

All costs associated with implementing the proposed equipment, services, and options must be included on the Pricing Reply Sheets. The respondent may add items to the Pricing Reply Sheets if necessary to accommodate their proposal.

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 14 1.7 Proposal Evaluation Process Proposals will be evaluated by the Evaluation Committee using the following criteria:

CRITERIA MAXIMUM POINTS 1. Features, functionality and quality of the equipment to be 30 provided 2. Capability and capacity to complete the work on time and 20 ability to fully service the Town’s needs 3. Equipment serviceability and future availability 20 4. Industry experience – especially in a mission-critical 20 environment demanding high reliability 5. Pricing 10

Total 100

The Evaluation Committee members will read and grade (privately and individually) all responsive proposals based on the evaluation criteria specified in this RFP. Each respondent will be ranked by the Senior Buyer based on the Evaluation Committee’s scores of the proposals. The highest ranked respondents will be identified as finalists.

The finalists may be interviewed by the Evaluation Committee: the interviews will be graded and the finalists will be ranked based on the grades they receive for the interviews.

The financial strength of the highest ranked finalist(s) and the results of reference checks may also be considered during the evaluation process. In addition, exceptions raised by the highest ranked finalist (if any) will need to be reconciled to the mutual satisfaction of both parties.

If the Town elects to make an award for this project, the highest ranked responsive, responsible finalist will receive the award.

The Town of Greenwich may elect to have individuals serve as observers and advisors during the evaluation process. The observers and advisors will be permitted to read the proposals of the finalists; will be permitted to attend the interviews; and will be permitted to ask questions at the interviews. The observers and advisors will not be permitted to grade the proposals or the interviews.

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 15 1.8 Intent It is the intent of this RFP and the resulting contract to describe a functionally complete project resulting in a Public Safety Land Mobile Radio System and associated items and services. Any work, materials, labor, expertise or equipment that may reasonably be inferred from the RFP and/or contract as being required to produce the intended result will be supplied, whether or not specifically set forth herein. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals, codes or recommendations of any technical society, organization or association, or to the laws or regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code or laws or regulations in effect at the time of contract award, except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual or code (whether or not specifically incorporated by reference in the contract documents) shall be effective to change the duties and responsibilities of the Town, Contractor, or any of their subcontractors, consultants, agents or employees from those set forth specifically in the Contract documents.

1.9 Payment Terms The Contractor shall submit invoices for payment based upon completed project milestones. The following payment schedule will be utilized unless otherwise negotiated.

 10 % upon execution of contract  5% upon completion of design reviews  10% upon issuance of notice-to-proceed by Town  5% upon successful completion of factory staging testing  10% upon delivery of equipment  25% upon completion of equipment installation and inspection  15% upon successful completion of acceptance testing  20% upon final acceptance

Payment shall be due thirty (30) days following the date of Contractor’s invoice and verification of completion of the project milestone by the Town. The Town shall be responsible for verification and approval of Contractor’s invoice, which approval shall not be unreasonably withheld. Approved invoices shall be paid via Electronic Funds Transfer (“EFT”).

1.10 Applicable Codes and Regulations The Contractor is responsible for compliance with all applicable codes and regulations including but not limited to the latest versions of the International Building Code, National Electrical Code,

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 16 International Fire Code, and International Mechanical Code. The Contractor shall also be responsible for compliance with applicable Environmental Protection Agency, Federal Communications Commission, and Federal Aviation Administration regulations and any other codes or regulations necessary for implementation of the Contractor’s proposal.

1.11 Construction Permits The Contractor shall be responsible for obtaining all necessary construction permits for system installation and implementation. The Town will provide assistance in expediting the permitting process. The Contractor will retain the ultimate responsibility for obtaining the appropriate construction permits.

1.12 Configuration Responsibility Contractor will be responsible for the configuration and integration of all equipment, systems and services furnished under the Contract. Contractor will be solely responsible for the performance of the delivered equipment. Any additional components not specifically identified in the Contract and its attachments, but that is required in order to fulfill the requirements set forth under the terms and conditions of the Contract, shall be provided and installed by the Contractor without additional charge to the Town.

1.13 Prime Contractor Responsibility If hardware, software and/or other services are supplied by subcontractors, it will be mandatory for the Contractor to act as Prime Contractor for the procurement of the entire system and related services. The Contractor shall be considered the sole point of contact with regard to contractual stipulations to include payment of any and all charges, as the Town does not recognize subcontractors in this instance. The Contractor will be responsible for meeting all other requirements of the specifications. The respondent must clearly identify in the proposal the hardware and software which is not manufactured, marketed and/or maintained by the Contractor.

The Town of Greenwich reserves the right to reject any proposal submitted by a joint venture unless such joint venture satisfies the Town of its ability to obtain and furnish to the Town a performance bond as per §Performance Bond. The premium for such bond shall be paid by the Contractor. At the time of submission of the proposal, the joint venture must provide a letter from the bonding company that the joint venture is able to receive the required bond within one week after receipt of an award by the Town, in the total amount of the contract price. The letter must be on the bonding company's letterhead with name, address and telephone number.

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 17 Contractor shall provide documentation acceptable to the Town proving each subcontractor’s qualifications, the number of, and the qualifications of, their personnel available for the contract work. Contractor agrees to use only the subcontractors and personnel previously identified to the Town. Assignment of different subcontractors and personnel other than identified will require written permission from the Town. The Town reserves the right to disapprove, with reasonable cause, any subcontractor and any employee.

Contractor agrees that it is fully responsible to the Town for the acts and omissions of its subcontractors on the same basis as it is for the acts of omissions of persons directly employed by it, and that failure of the Town to disapprove a subcontractor shall in no way relieve Contractor of such obligations. Nothing contained in the Contract shall create any contractual relationship between any subcontractor and the Town nor create any obligation on the part of the Town to pay, or to see the payment of, any sums to any subcontractor. Contractor shall not write any subcontract at variance with the conditions of the Contract documents.

The Contractor shall operate as an independent and not as an officer, agent, servant or employee of the Town. The Contractor shall have exclusive control of, and the exclusive right to control, the details of its operations hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions for its officers, agents, employees, contractors, and subcontractors. The doctrine of respondent superior shall not apply as between the Town and Contractor, its officers, agents, employees, contractors and subcontractors. Nothing herein shall be construed as creating a partnership or joint enterprise between the Town and Contractor, its officers, agents, employees, consultants, and subcontractors.

1.14 Work by Town or Town's Contractors Town reserves the right to perform work related to this project and to perform or award separate contracts in connection with other work at the sites. All such work and responsibilities shall be identified in the Contract and/or Statement of Work. The Contractor shall incorporate and coordinate the Contractor's work with work of Town and/or Town's separate contractors as required by the Contract documents.

Costs caused by defective or ill-timed work shall be borne by the party responsible. If the Contractor claims that delay or additional cost is involved because of such action by Town and/or Town's separate contractors, the Contractor shall make such claims as provided in the Contract.

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 18 1.15 Warranties

1.15.1 General The provisions of this section are general warranty terms.

1.15.2 Warranty of Title The Contractor warrants to Town that it possesses good, clear and marketable title to all equipment and materials provided hereunder and there are no pending liens, claims or encumbrances whatsoever against said equipment and materials.

1.15.3 Warranty of Specifications and Performance The Contractor warrants that all equipment, materials and workmanship furnished, whether furnished by the Contractor, or its subcontractors and suppliers, will comply with the specifications, drawings and other descriptions supplied or adopted and that all services will be performed in a workmanlike manner.

Contractor shall be solely responsible for the performance of the delivered materials and equipment. Contractor shall provide a working “system” that shall provide the equipment, performance, and services as described in the RFP and the final Contract.

1.15.4 Equipment Warranty and Maintenance All equipment, materials, parts, and services shall be warranted against defects in design, materials and workmanship for a period not less than one year as defined in §Initial Warranty and Maintenance. The initial warranty period shall begin upon final system acceptance. The Contractor shall propose pricing for two optional five-year maintenance periods as defined in §Extended Maintenance and Support commencing after expiration of the initial warranty period. The Proposal shall clearly define the terms, coverages, and costs of the optional maintenance periods.

1.16 Final Acceptance The Contractor shall receive final acceptance upon completion of the following steps:

1. Submission of all documentation required by the RFP 2. Completion of all construction and installation required by the RFP 3. Completion of all services as required by the RFP 4. Successful completion of all acceptance testing required by the RFP

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 19 5. Submission of acceptance test reports 6. Submission of all documentation including final design and “as-built” drawings 7. Completion of all training programs 8. Final acceptance will be issued by the Town no later than thirty (30) days after successful completion of Items 1-7 above.

2.0 TECHNICAL AND PERFORMANCE REQUIREMENTS

2.1 General Requirements The Town is soliciting proposals from qualified firms to provide a new, turnkey public safety grade radio system that meets or exceeds the needs and functional requirements of the system users as stated herein. The respondent shall propose their system configuration to achieve the operational requirements and shall be responsible for the method of accomplishing their proposed configuration. Any deviation from the requirements shall be specifically noted as an exception in the Proposal. The Town shall have the sole authority to determine compliance with the stated system requirements and the acceptability of any stated exception(s).

The Proposal must comply with the following general standards without exception:

 All equipment and services offered shall be of high quality and suitable for the intended purpose.  No discontinued, used, or refurbished equipment shall be supplied other than existing equipment specified herein as available for reuse.  The respondent shall be an authorized sales and service agency for the equipment being offered.  All equipment and devices proposed shall be current models with full manufacturer support.  All equipment proposed shall have available manufacturer support for a minimum of seven years after equipment has been discontinued or an end-of-life notice has been issued.

This section shall provide an operational description of the minimum requirements of the desired system.

2.2 Description of Desired System The requested radio system upgrade will replace the existing 4-site, 6-channel, 800 MHz simulcast system described in §Background Information. The anticipated system will utilize trunking technology and shall be compliant with relevant TIA standards for APCO Project 25 (“P25”) systems. It is anticipated that up to five radio site locations will be required to satisfy the coverage requirements and that simulcast technology will be utilized to configure the fixed-site equipment for operation with

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 20 the same frequency pairs at all site locations. The new P25 simulcast radio system is expected to use the six frequency pairs that are currently licensed to the Town per FCC call sign WNXR226. Due to growing capacity requirements, it is expected that P25 Phase 2 TDMA technology will be utilized to provide two "talkpaths" on each licensed RF channel. Depending upon the status of P25 Phase 2 standards and user equipment compatibility testing at the time of deployment, the Town may elect to initially operate in Phase 1 mode and convert to Phase 2 operations at a later date.

The system shall include integrated console equipment to replace existing dispatch console positions. The system shall further include replacement of VHF Fire Paging infrastructure and the refresh of various interoperability stations. The Town will provide a suitable IP backhaul system for interconnection of all sites, controllers, and console equipment.

P25 Phase 2 operations will require the replacement of a majority of the user radio fleet. The respondent is allowed to offer optional Phase 2 user equipment as defined herein or may elect to omit user equipment from their Proposal.

2.3 System Configuration Concept Based on the coverage and operational needs of the Town of Greenwich and its radio users, the Town has performed preliminary system configuration activities and developed a tentative system configuration. The Contractor shall evaluate and validate this system configuration concept. Per the coverage and operational needs of the Town, available site locations, and available FCC spectrum, the Town anticipates the following general system configuration:

 Protocol: APCO P25 Phase 2 Trunked  Frequency Band: 800 MHz  Channels: Six (6)  Site Count: Approximately five (5) RF sites per Contractor’s design  Multisite Configuration: Simulcast  Capacity: Licensing for a minimum of 1500 user radios  Console System: Integrated console system with eight (8) positions  VHF Fire Paging System: Two (2) site, non-simulcast, analog conventional  Digital Logging Recorder: Optional digital voice recording system  User Equipment: Optional P25 Phase 2 user equipment

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 21 The trunked radio system shall be compliant with relevant TIA P25 Phase 1 and Phase 2 trunking standards and shall utilize CQPSK simulcast modulation in Phase 1 mode and H-DQPSK simulcast modulation in Phase 2 mode. The radio system shall utilize simulcast technology to configure the radio system transmission sites for operation with the same six frequency pairs at all site locations. The Contractor’s proposed simulcast solution shall incorporate all components necessary to provide simulcast quality frequency stability, time synchronization, and modulation fidelity. The Town anticipates the use of GPS technology to provide simulcast time synchronization and master oscillator reference. Each simulcast channel shall utilize voter/comparator technology to ensure that the most reliable receiver signal is selected at all times and distributed to the transmitters for rebroadcast.

The Town has identified existing RF site locations which will be made available to the successful Contractor. Based upon preliminary coverage analysis, it is believed that at least one additional site will be required to satisfy the coverage requirements presented in §Coverage Requirements. The Contractor will be responsible for evaluating the site locations presented in §Transmission Site Locations and for determining the appropriate site count and equipment configurations necessary to meet the coverage requirements.

The radio system shall include an integrated dispatch console system. The console system shall support the following general features (see §Dispatch Console Requirements for detailed console requirements):

 P25-compliant Console Subsystem Interface (“CSSI”) or similarly featured proprietary interface  Eight (8) dispatch positions  PC-based workstations  IP technology for workstation connectivity  Support for P25-compliant AES encryption  Interfaces for 16 interoperability stations  Expansion capabilities for at least 12 total positions

The requirements for the VHF fire paging infrastructure and the refresh of various interoperability stations are presented in §Conventional Analog Equipment. Optional components are described in §System Options.

2.4 Standard Compliance & Updates The P25 system shall comply with relevant P25 standards for mandatory functions and standard options. It is recognized that certain common, trunked radio system features such as priority scanning, conventional failsoft, and over-the-air programming are not adequately addressed by existing P25 standards. The Proposal shall describe recommended proprietary features and associated user radio

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 22 capability considerations. Further, the manufacturer shall make all reasonable efforts to comply with future P25 standards that address these and other proprietary features. It is anticipated that the equipment manufacturer will make system software/firmware updates and enhancements available from time to time. Any available system updates that address compliance with P25 standards for Phase 2, priority scanning, conventional failsoft, or other features (standard or proprietary) included in this offering shall be provided to the Town at no cost during system implementation and the Initial Warranty Period described in §Initial Warranty and Maintenance. System updates offered during extended support and maintenance coverage shall be addressed per the terms of those agreements.

2.5 Coverage Requirements

2.5.1 General The P25 Phase 2 simulcast system shall provide guaranteed coverage performance as defined herein. Audio intelligibility of DAQ 3.4 shall be delivered per the service area, reliability requirements.

2.5.2 Service Area & Reliability The Town of Greenwich is responsible for all public safety services within its town limits.

GIS data layers of the town boundary in ESRI Shapefile format are available via the Internet at the following public IP address: 74.123.201.79

The P25 radio system shall provide DAQ 3.4 performance to outdoor handheld portable radios throughout 95% of the Greenwich town boundary (i.e., bounded-area reliability). Further, the P25 system shall provide in-building service throughout 85% of the Greenwich town boundary. In-building service is defined as a 10 dB signal level margin.

2.5.3 Coverage Design Candidate radio sites are provided in §Transmission Site Locations. The Contractor is fully responsible for evaluating the coverage performance of the candidate sites. It is anticipated that approximately five site locations will be required to satisfy the coverage requirements. However, the Contractor is encouraged to minimize cost and site count to the extent possible. The Contractor shall be responsible for a system configuration which delivers the specified coverage requirements. The Contractor shall optimize the system and provide any and all adjustments, modifications, and/or enhancements needed to comply with the coverage

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 23 requirements and successfully complete the Coverage Acceptance Test; see §Coverage Verification.

2.5.4 Coverage Predictions The Proposal shall include preliminary coverage predictions showing compliance with the coverage requirements herein. The coverage predications shall be prepared utilizing TIA TSB- 88-D methodology and shall demonstrate the bounded-area reliability requirements as defined in §Service Area & Reliability. The portable radio performance calculations and coverage predictions shall assume a body/antenna-loss factor of 9 dB. The system configuration and coverage predictions will be revised during the Design Review process.

2.5.5 Coverage Verification

2.5.5.1 Coverage Acceptance Test Plan The Proposal shall include a sample Coverage Acceptance Test Plan ("CATP"). The sample CATP shall provide the methodology for conducting the Coverage Acceptance Test and shall comply with the requirements herein. A final CATP will be developed by the Contractor and submitted for approval at least thirty (30) days before the test is scheduled to be performed. The Town will approve, conditionally approve, or reject the test plan within fourteen (14) days of submittal.

Tests will not be considered valid unless the test plan has received prior approval and the tests are monitored by the Town or its official designee(s). The Town reserves the right to disapprove any tests or test results which do not conform with agreed upon procedures and pass/fail criteria. If disapproved, it shall be the sole responsibility of the Contractor to modify, correct, or repeat any such disapproved tests or test results to the satisfaction of the Town.

2.5.5.2 Testing Methodology The CATP shall employ TIA TSB-88-D methods to conduct an automated drive test. It is anticipated that the service area will be divided into uniform grids for evaluation purposes. An automated drive test process will be utilized to measure and record GPS position, signal strength, and Bit Error Rate ("BER") of the outbound simulcast signal. Calculations will be performed to relate the outbound drive data to inbound performance or methods shall be presented to perform statistically valid inbound measurements. RF attenuators will be utilized as necessary to simulate portable radio

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 24 body blockage, building attenuation, and/or inbound path imbalance (if applicable). Coverage data will be collected for all accessible grids within the specified service area. It will be Town of Greenwich's responsibility to provide access to test grids. Grids that are not made accessible to the Contractor shall be eliminated from the test. The exclusion of inaccessible test grids is based upon practical limits of the testing process but is not intended to reduce the overall coverage requirements. Contractors shall not design their coverage to specifically exclude test grids that are not anticipated to have publicly accessible roads. The Town is responsible for providing access to test grids and reserves the right to provide such access to any test grid whether public roads exist or not.

The coverage test plan shall include limited voice quality testing in not more than 5% of the test tiles. The purpose of the voice testing is to demonstrate DAQ 3.4 performance at a sampling of locations throughout the coverage area.

2.5.5.3 Post Processing & Evaluation Sub-samples within a test grid shall be linearly averaged to determine the mean signal level and average BER. DAQ 3.4 equivalent performance shall be defined by 2.4% BER as specified in TSB-88-D for H-DQPSK modulation. A test grid shall be designated as "Pass" if the average BER is 2.4% or less. The designated percentage (95% outdoor & 85% with 10 dB building margin) of all accessible grids within the designated service area must be declared "Pass" to comply with the coverage requirements.

A test report shall be generated documenting the testing methodology, equipment configuration, and results. The results shall include a statistical analysis of coverage performance and coverage maps showing signal strength and BER results for each test grid. The Contractor shall provide all the GPS, signal strength, and BER data in comma-separated text (CSV) format.

2.6 System Facilities

2.6.1 General The Town’s conceptual configuration has identified site locations that will be made available to support the fixed-site equipment. The Town will be responsible for providing electrical service, grounding system, backup power, HVAC, and environmental alarm sensors at each site. The

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 25 Contractor will be responsible for routing of electrical circuits to their equipment, connection of environmental sensors to the alarm monitoring system (see §Status Alarms & Reporting), and any grounding system upgrades needed per their warranty and maintenance standards.

If the Contractor's site audit determines that other upgrades are needed for the site to be viable, the Contractor shall provide such information to the Town. The Town will be responsible for performing reasonable facility upgrades that may be necessary for utilization of the site for the intended purpose. Once all site preparations and upgrades have been identified and performed, the Contractor shall inspect the facility and certify its suitability for the intended purpose. Any additional site preparation or upgrades required by the Contractor after site certification will be the responsibility of the Contractor.

The Contractor's installation and cutover plans shall consider existing system equipment that must remain in service until final acceptance. The Contractor will work with the Town to develop equipment configurations and layouts as necessary to maintain existing system functions during implementation. Installation plans may require temporary configurations that are converted to final layouts after removal of obsolete equipment.

2.6.2 Transmission Site Locations Table 1 in the attached appendix provides technical details for the existing site locations. The Contractor may assume that the sites and antenna mounting heights will be available. If it is later determined that sites or locations are not available, the Town and Contractor will work together to assess the impact of any changes required.

The Butternut Hollow, Bruce Golf Course, and Greenwich Hospital locations are utilized with the existing trunked radio system and it is anticipated that they will continue to be used with the new system.

The existing radio site at 1111 E. Putnam Avenue is not a preferred location for the P25 system upgrade due primarily to low maximum antenna height and no opportunity to increase it. The 1111 E. Putnam Avenue site will continue to remain available for use if no better alternative is proposed. There is some potential for the development on a new site to replace the 1111 E. Putnam Avenue at the nearby Interstate 95, Exit #5 gore area on property currently owned by the State of Connecticut. Any new site location there would include a monopole structure and equipment shelter to be developed at the expense of the Town of Greenwich. Development efforts for this site have been planned but development is not Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 26 assured. Development efforts will not be implemented unless this site is identified as desirable for the new system and no better alternatives to the 1111 E. Putnam Avenue site are identified.

The site referred to as "Verizon Monopine", in the southwest corner of the municipality, is a stealth antenna structure utilized by Verizon Wireless and other commercial providers. The antenna structure and equipment shelter space is available to the Town through an existing condition of zoning. The current system has known coverage deficiencies in the area of the “Verizon Monopine” and full exploration of the “Verizon Monopine” site as a new site with the proposed P25 system, while not a requirement, may be beneficial.

If the Contractor cannot satisfy the coverage requirements specified in §Service Area & Reliability with the preferred site locations listed in Table 1, the Contractor shall take exception to the requirements and specify alternate coverage reliabilities and guarantees that can be met. The Contactor may utilize alternate and/or additional site locations in the system design if deemed more advantageous. The inclusion of other/alternate sites in the proposed design must include an evaluation of available space for antennas and equipment and projected lease rates. It is anticipated that all site backhaul connectivity (new or additional) will be through additional microwave paths utilizing Alcatel-Lucent 9500 MPR equipment identical to that currently being deployed to existing sites in advance of this project. Any paths and associated equipment not in place under the current system will be arranged and purchased by the municipality as the Town’s current contract with Alcatel-Lucent permits the purchase of additional path engineering and equipment. While microwave backhaul remains the Town’s highly preferred backhaul methodology for all sites in the new system, if this is impractical or impossible at any proposed (new) site, an alternative backhaul methodology will be jointly identified and negotiated by the Contractor and the Town.

2.6.3 Base Station Antenna Configuration The System Configuration Concept (see §System Configuration Concept) anticipates that one transmit antenna and one receive antenna will be utilized at each P25 transmission site location. The selected Contractor is responsible for providing an antenna/filtering configuration that allows the system channels to operate without internally generated interference or degradation. The acceptance test plan shall include procedures to demonstrate that sufficient transmit-to-receive isolation and interference protection has been provided.

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 27 2.6.4 Public Safety Complex The Public Safety Complex at 11 Bruce Place hosts the dispatch center, existing radio system control equipment, and various interoperability stations. The existing "Radio Room" is available for system control equipment and dispatch console equipment. The "Microwave Room" in the penthouse contains various interoperability stations that will remain in service; see §Miscellaneous Control Station Gateways. Associated antenna systems are mounted on the parapet walls.

The existing Dispatch Center will be utilized with the replacement radio system. The Contractor will be responsible for all cabling necessary to support the dispatch console equipment proposed. The Town will be responsible for providing all workstation furniture, AC power, HVAC, and Ethernet connectivity as necessary to support the Contractor’s configuration. The console equipment shall be integrated with the existing furniture with minimal exposed equipment and wiring. The Contractor shall provide all materials and equipment necessary to provide a complete and functional dispatch console system as defined in §Dispatch Console Requirements.

2.7 Spectrum The System Design Concept assumes that the six existing 800 MHz channels will be utilized for the P25 system. These frequencies are authorized per FCC call sign WNNM890 for the four existing site locations. A preliminary frequency analysis indicates that service and interference contours can be expanded to accommodate the requested coverage requirements. The Contractor will be responsible for all frequency coordination, coordination fees, and FCC license modifications necessary to implement their proposed design.

The two-channel, non-simulcast, analog, conventional VHF Fire system described in §Fire VHF operates under FCC call signs KGW738 and KCG717. The replacement system is assumed to be a one-for-one replacement without the need for FCC license modifications. If the Contractor's solution requires relocation or modification of the FCC licensed parameters, the Contractor shall be responsible for all frequency coordination, coordination fees, and FCC licensing.

2.8 Dispatch Console Requirements

2.8.1 General The radio system shall be deployed with integrated, IP-based dispatch consoles. Console connectivity to the P25 system shall use a direct IP interface, allowing consoles to be located

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 28 wherever radio system IP network connectivity is present. Seven dispatch console positions will be located in the dispatch center. An eighth console position shall be placed at the main desk at the entry point of the Public Safety Complex. The console system shall be expandable to support additional console positions deployed at other IP-connected locations.

2.8.2 Physical and Environmental Dispatch console equipment shall be powered from 115 VAC at 60 Hz. The Contractor shall specify electrical requirements. The computer for each console position shall be dedicated to radio console functionality. The unit shall be compact and designed to minimize physical footprint and space requirements. The Contractor shall provide mean-time between failure (“MTBF”) specifications of the console computer. The Town will provide UPS-protected power circuits and backup power for all equipment placed at the Public Safety Complex. The Contractor will work with the Town to develop an equipment layout to support the proposed console equipment and allow for an efficient cutover from the existing console system.

2.8.3 Dispatch Console Equipment Each dispatch console position shall include the following equipment:

 Dedicated computer  22" 1920x1080 resolution 16:9 LCD monitor  Optical trackball pointing device  Dual headset jack  Footswitch (heavy-duty and non-skidding)  Dual speakers - one select audio speaker and one unselect audio speaker. The console shall support the ability to utilize up to total four speakers with user-definable audio routing  Desktop microphone

2.8.4 Dispatch Console Functionality Each console position shall support P25-compliant AES encryption and shall be configurable such that all talkgroups, channels, and functions are available. User preferences, screen configurations, and software features for the positions shall be field-programmable through firmware or software. The console shall be able to support multiple user-definable screens, allowing customization of types and locations of resource modules on each screen, including module color. The console shall display system related messages including emergency calls, patches, and simulselect.

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 29 2.8.4.1 Modules The console shall support and display audio communications modules, where a module is a defined space or box that permits voice communications and control of a given radio resource. A module shall be programmable to support communication with one or more entities, which could include:

 A trunking talkgroup  An individual call  A conventional channel  A radio gateway  Another console  Status (inbound data messaging)  Paging (outbound data messaging)  Auxiliary I/O (bi-directional data messaging)

The console shall support a minimum of 200 different modules. If a module is in use at one console position, a busy indicator shall be displayed at the other console positions in the system. For received calls, an alias (alpha-numeric representation of the user radio) and unit ID shall be displayed in the appropriate module. Each module shall have its own volume adjustment. The console shall be capable of muting individual modules or all unselected modules. The console shall be able to display the call history of a particular module. The call history display shall place the most recent call at the top of a scrollable list of at least five entries. The console shall also display a comprehensive call history for each module, including up to the 100 most recent calls.

2.8.4.2 Patches The console shall support patches, which involves temporarily combining two or more modules. A patch merges the entities into a super group, such that each member hears every other member. All users and groups patched together shall be able to communicate with each other. Super groups created from multiple talkgroups on the P25 system shall consume a single radio talkpath resource for all participants. Each console shall be able to support up to eight active patches with up to eight participants (talkgroups and/or channels) each. The Contractor shall identify the number of patches that can be preprogrammed and stored.

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 30 2.8.4.3 Simulselect The console shall support simulselect, which involves temporarily summing two or more module outputs at the console position. Simulselect merges the operator's output to simultaneously transmit on the selected modules but does not create a super group. Each console shall be able to support up to three active simulselects with up to six entities each. The Contractor shall identify the number of simulselects that can be preprogrammed and stored.

2.8.4.4 Emergency During emergency calls, the console shall give both visual and audible alerts. The module and page with the emergency shall be displayed in red. The module and the call history shall display the alias of the unit declaring the emergency. Further, the emergency shall be displayed in the system information panel. If an emergency is declared while a previously declared emergency remains active, the following shall occur: a) Same talkgroup: If the original emergency has not been acknowledged, the console shall display a counter with the emergency message to indicate the number of emergencies for the same talkgroup. The declaring alias shall be displayed in the appropriate call history. b) Different talkgroup: The new emergency shall be declared and both emergency conditions shall remain active. Both modules shall be red. The declaring alias shall be displayed in the appropriate call history display.

The dispatch console shall be able to declare an emergency and clear an emergency.

2.8.4.5 Alert Tones A dispatch operator shall be capable of transmitting audible alert tones on a selected module. A minimum of ten distinct alert tones shall be available. The alert tones shall be encoded such that the tones are accurately reproduced on both analog and P25 field units.

2.8.4.6 Conventional Resources The console shall be able to control compatible conventional stations and trunked control stations. Functions shall include:

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 31 a) Select the station’s transmit/receive frequency pair or talkgroup from a pre- defined list. b) Enable/disable repeat functions on repeater stations. c) Enable scan of selected channels of a multichannel station. d) Toggle between main conventional base stations and standby conventional base stations. The console system shall utilize a high fidelity PCM vocoder that can carry complex paging tones (outbound calls) and preserve voice quality in marginal RF conditions on analog channels. The system shall properly encode calls that are routed to, or include, P25 users.

2.8.4.7 Instant Recall Recorder The console system shall provide an Instant Recall Recorder ("IRR") function to allow for the quick replay of any call on any un-muted module on the console position. Calls may be selected for replay from the console's call history screen. The IRR shall provide instant access to call audio for at least the previous 30 airtime-minutes of call history. The Proposal shall describe IRR features and capacity.

2.8.4.8 Position Interaction The console position shall be capable of muting audio from other console positions. Two console operators shall be able to communicate through an intercom feature. No radio resource shall be utilized during the inter-console communication.

2.9 Simulcast Control and Distribution The transmission system shall be specifically designed for simulcast operations. The system must include all equipment necessary to distribute time-synchronized voted audio to the transmission sites and provide the required transmitter frequency stability, deviation stability, modulation fidelity, and transmitters launch time synchronization. It is anticipated that the transmission and frequency synchronization system will be GPS disciplined.

The simulcast control and receiver voter/comparator mechanisms shall be redundant and geographically separated. A single "control point", "prime site", or "master station" architecture is not acceptable and shall not be proposed.

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 32 2.10 System Interconnection The Town of Greenwich will provide a microwave IP backhaul system for interconnection of transmission sites, control sites, and dispatch center. The Town is in the process of replacing existing microwave paths with Alcatel-Lucent 9500 MPR series equipment. That system will be expanded as needed to provide the backhaul paths required to support the Contractor's design. It is assumed that all control equipment will be located at the transmission sites or Public Safety Complex.

The Proposal shall specify connectivity paths, bandwidth, latency, jitter and other relevant requirements and parameters for the backhaul system. The Contractor shall work with the Town to develop configuration and integration details for the IP backhaul system.

2.11 System Protection Features 2.11.1 Redundant Control Equipment All controller equipment that is necessary to maintain trunking functions, console communications, and simulcast operations shall be redundant and geographically separated. The system shall be configured such that a failure in any critical component, link, or application in the active control equipment shall result in automatic detection of the fault and failover to redundant equipment as necessary to maintain normal system operations. The fault detection and failover mechanism shall not result in the loss of any system functions for longer than 30 seconds. The Proposal shall describe in detail the architecture of the control equipment, fault detection mechanisms, and failover times.

2.11.2 RF Channel Fault Detection The P25 system shall continuously monitor for errors and faults in the individual RF base stations. The detection of an error with any base station serving as a trunking control channel shall result in the automatic assignment of an alternate RF channel to takeover all control channel functions. The RF channel group in error shall be removed from service until the fault condition has cleared. Once the fault condition is clear, the RF channel group will be returned to service as a voice channel.

System behavior in the event of errors with voice channels shall be configurable. The system shall support options to remove a complete channel group from service due to a fault with any one base station in the group, or shall be configurable to allow the channel group to remain in service with reduced coverage.

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 33 2.11.3 Status Alarms & Reporting The system shall include an alarm, status, and reporting subsystem that will monitor system health and report status alarms. All alarms and status information shall be delivered to a centralized application and shall include:  Real-time information regarding system faults  Real-time information regarding environmental and status alarms  Alarm classification (critical, major, status, etc.)  Forwarding of user-selected alarms to email and commercial text devices  Viewing of alarm history

Alarms at transmission sites shall include:  Repeater status  Control channel status  Status of all data links  Status of antenna system (VSWR)  Status of tower top amplifier (if applicable)  Failure of AC power  Failure of UPS power  Site or rack intrusion alarm  Environmental alarms  Generator alarms

The Proposal shall include a detailed description all alarm, status, and reporting features.

2.11.4 Interference Protection The system configuration provided by the Contractor shall include all necessary devices required to prevent interference to and from system equipment.

No base station or control station transmitter in the system shall cause measurable degradation to any receiver in the system. Further, all receivers must operate free of measurable degradation with all co-located transmitters active. System testing will include measurements to demonstrate interference protection.

The design shall include system alignment and optimization in order to minimize simulcast interference in coverage overlap areas. The design review must include predictions of simulcast performance and demonstrate that any interference areas that will remain after system optimization will be positioned in non-critical areas.

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 34 2.11.5 System Failure Modes The Proposal shall provide a detailed discussion of all possible system failure modes and shall define the system's operational capabilities and limitations which may result from these failure modes. Particular attention should be paid to the system’s ability to remain functional due to the following failures:

 GPS timing system failure  Master oscillator failure  Voter/comparator failure  Interconnection circuit failure  Transmitter failure  Control channel failure  Receiver multicoupler failure  Tower top amplifier failure  Simulcast controller failure  Trunking controller failure

The discussion shall include typical and maximum fault detection and failover times associated with redundant controller equipment. System acceptance testing shall demonstrate that each of these failures results in system recovery within the maximum failover time.

2.11.6 UPS Equipment All fixed-site equipment provided by the Contractor shall be protected by Uninterruptable Power Supply (“UPS”) devices. The operating load of the equipment protected by the UPS shall not exceed 70% of the UPS capacity, assuming power outage duration of 480 minutes. All supplied UPS equipment shall include alarm features and a by-pass switch for service and maintenance.

The Public Safety Complex is equipped with a high capacity UPS system. The Contractor may assume that all console, logging recorder, and system equipment (if any) located at the facility will utilize existing UPS equipment. The Town will be responsible for any UPS upgrades that may be required to support equipment at this location.

2.11.7 Backup Power The Town will provide backup generators at all equipment locations. Generator status alarms shall be integrated into the system alarm, status, and reporting subsystem described in §Status Alarms & Reporting.

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 35 2.12 System Administration Features The P25 system shall include system administration features to allow trained city staff to manage resources and generate activity reports. The system administration application(s) shall include secure remote access to authorized users. Features shall include:

 Add/remove/modify users  Add/remove/modify talkgroups  Modify access privileges  Unit enable/disable  Unit status  User database backup  Talkgroup structure and configuration backup  System configuration backup  System activity reports  System capacity and airtime utilization reports

The Proposal shall include a description of system administration features and any relevant options.

2.13 Conventional Analog Equipment 2.13.1 Fire VHF A two-channel VHF tone and voice analog paging system is maintained for notification of volunteer firefighters. The primary paging transmitter is a Motorola Quantar repeater located at Greenwich Hospital and licensed to the Glenville Fire Company under FCC call sign KGW738. A standby Quantar on the same frequency pair is located in the Microwave Room at the Public Safety Complex. Dispatch operators can select between the primary and secondary stations.

A separate VHF paging channel and associated transmission equipment is located at the Sound Beach Fire House. This system utilizes a Motorola MTR2000 base station operating on a simplex frequency per FCC call sign KCG717. Both VHF channels support analog two-way voice communications and serve as backup resources in the event of trunked system failures.

The system shall include replacement of the VHF transmission equipment (three base stations and associated transmission lines, filters, antennas, etc.). The equipment will be integrated into the replacement console system utilizing existing E&M 4-wire circuits. Existing VHF user equipment will remain in service. The Fire VHF system is considered a one-for-one replacement and shall be configured to provide equivalent performance as the existing Fire VHF system. There is no specific VHF coverage requirement.

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 36 2.13.2 800 MHz Mutual Aid A multichannel NPSPAC conventional base station is located at the Greenwich Hospital site. The base station utilizes a dedicated transmit antenna and shares a receive antenna with the existing trunked radio system. The multichannel station is capable of operations on any of the four 800 MHz NPSPAC tactical repeater pairs (8TAC91, 8TAC92, 8TAC93, and 8TAC94) based upon channel selection at the dispatch console. The existing multichannel base station shall be replaced. The existing transmit antenna system may be used following confirmation that it remains in good working order. It is assumed that the base station receiver will share a receive antenna system with the replacement trunked radio equipment. If the Greenwich Hospital site is not utilized in the P25 design, the multichannel repeater system shall be relocated to the nearest P25 site location as mutually agreed upon by the Town and the Contractor. The base station and multichannel control shall be integrated into the replacement console system. The equipment is considered a one-for-one replacement and shall be configured to provide equivalent performance as the existing 800 MHz Mutual Aid system; there is no specific coverage requirement for the replacement equipment.

2.13.3 Connecticut Hotline The "Connecticut Hotline" is a low band base station operating on 39.46 MHz. The existing Motorola Micor station is located at the Greenwich Hospital site and shall be replaced. With limited low band base stations options available, it is anticipated that a mobile unit with a power supply and external power amplifier will be utilized. The equipment is considered a one- for-one replacement and shall be configured to provide equivalent performance as the existing 100 watt station; there is no specific coverage requirement for the replacement equipment.

2.14 Control Station Gateways 2.14.1 General Integration of existing control station gateways are described in §Miscellaneous Control Station Gateways. The following new control station gateways shall be added in "Microwave Room", which located in the penthouse of the Public Safety Complex. Associated antenna systems shall be installed on the parapet wall in the vicinity of other existing antennas. The Contractor's antenna layout and design shall consider the existing control station radios and antenna systems and provide interference protection as needed. The control station gateways shall be interfaced with the replacement console system and provide talkgroup selection via console positions.

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 37 2.14.2 Westchester County UHF T-Band Westchester County operates a Motorola SmartZone system in the UHF T-Band. The Proposal shall add one (1) SmartZone compatible control station with programming for up to eight Westchester County talkgroups.

2.14.3 700/800 MHz P25 Interop Three (3) general-purpose 700/800 MHz P25 control station radios shall be added. The units shall be capable of Phase 1 and Phase 2 operations and include AES multikey capability. The console interface shall include selection of at least four separate P25 systems with eight talkgroups each.

2.15 Spare Equipment The Proposal shall include a recommended package of spare equipment for support and maintenance of the system. The respondent shall provide a detailed description of the recommended spares package and provided associated pricing.

2.16 Integration of Existing Equipment 2.16.1 Miscellaneous Control Station Gateways The "Microwave Room" at the Public Safety Complex houses five existing Motorola XTL5000 multichannel control stations. These consist of:

 Two (2) UHF conventional  Two (2) VHF conventional  One (1) 800 MHz Smartnet

A Motorola APX7500 consolette is also located in the Microwave Room and provides connectivity to P25 talkgroups on the "UASI" interoperability zone of the State of Connecticut system. The control stations are connected to the existing console system via tone remote interface with channel/talkgroup selection control. These existing control station radios shall be interfaced with the replacement console system and include channel/talkgroup selection from console positions. Existing antenna systems and audio/control circuits may be reused. Any programming changes required for the existing control station units will provided by the Town.

2.16.2 Audio Gateways Four-wire audio circuits are used for console connections to the following remote resources:

 Westchester County Hotline  State of Connecticut

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 38  Stamford Connecticut

In each case, a four-wire audio circuit is connected between the Greenwich console system and a console system on the remote end. The circuits are used to establish connectivity between console operators and to execute audio patches with selected talkgroups or radio resources on each end. The functionality shall be duplicated with the replacement console system utilizing the existing audio circuits.

2.16.3 Computer Aided Dispatch (CAD) The Town's computer aided dispatch ("CAD") system is the Law Enforcement Administrative System ("LEAS") software suite from NexGen Public Safety Solutions. The existing CAD system will remain in operation with the P25 radio system. The respondent shall provide detailed information about CAD interface features and functions and the ability to integrate call information, status messages, and GPS location data into the existing CAD environment.

2.16.4 Fire Station Alerting (FSA) The Town utilizes Zetron IP FSA, which was implemented in 2011. The existing FSA system will remain in operation with the P25 radio system.

2.16.5 User Equipment Approximately 60 Motorola APX series mobiles and portables will be retained. The Town shall be responsible for alignment and reprogramming of all user equipment for operations on the proposed P25 system. The Contractor shall certify that the existing radio models are compatible with the proposed radio system and configuration. The Contractor shall provide programming and alignment parameters for APX units as necessary for operations on the proposed P25 system. The Contractor shall assist with investigations and troubleshooting in the event that user radio compatibility issues are discovered during implementation and system cutover.

2.16.6 Vehicular Repeaters The Greenwich Fire Department maintains 12 Futurecom DVRS vehicular repeaters, which operate in simplex mode on a 700 MHz frequency. The Futurecom units are connected to trunked mobiles and repeat local fireground traffic onto a trunked talkgroup. These units will be retained and integrated with replacement mobile radios in the associated vehicles. The Fire Department may elect to operate the Futurecom devices in analog or P25 mode. The Town shall be responsible for any alignment and reprogramming required for the existing units.

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 39 2.16.7 Bidirectional Amplifiers The Town owns and operates bidirectional amplifier (“BDA”) systems in the Public Safety Complex and Greenwich High School to enhance coverage performance in these facilities. The Contractor shall inspect these existing BDA systems and determine their suitability for continued operations after system cutover.

2.17 System Options The respondent shall provide detailed information and complete pricing for all of the following system options within the cost/pricing proposal. The Town will determine which (if any) options will be accepted and added into the contract. Each option shall be clearly defined and priced in the Proposal.

2.17.1 Smartphone Gateway The respondent shall include in the proposal an optional gateway and device application that provides the ability to utilize smartphones, tablets, and personal computers to access radio system talkgroups and operate as a user radio on the P25 system. The Proposal shall detail the system’s ability to interface to 3G/4G wireless commercial networks and the Internet to support P25 calls with Android, Apple iOS, and Windows devices. The narrative shall describe the system’s ability to transmit voice, encrypted voice, location, and status between devices and radio users on the network. The narrative shall also describe network security and firewall features. The option should include pricing for all gateway hardware, network security hardware/software, services, and licensing for at least 200 user devices and 20 system talkgroups. The Proposal shall describe the licensing structure and associated costs for additional users and talkgroups.

2.17.2 Additional Console Positions Dispatch console requirements are described in §Dispatch Console Requirements. The Proposal shall include per unit pricing for additional console positions including all hardware, software, licensing, and services.

2.17.3 Additional User Licenses The system shall include licensing for a minimum of 1500 user radios per §System Configuration Concept. The Proposal shall describe the licensing structure and associated cost for additional users that can be added to the system as an option.

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 40 2.17.4 ISSI The Proposal shall include an optional P25-compliant Inter Subsystem Interface (“ISSI”) to support network-level connectivity with the Stamford P25 system and the UASI/State of Connecticut P25 System. The ISSI connection shall support the following minimum feature set:

 Group calls  P25 Unit ID  AES encrypted calls  Emergency calls

The ISSI connections will be utilized to establish mutual aid talkgroups that are common to the Town of Greenwich and two remote P25 systems. ISSI configuration tools shall allow for management of resources and capacity on a site, channel, talkpath, and talkgroup basis. The ISSI shall support future upgrades to allow for unit registration and affiliation via ISSI mobility features. Each connection must support a minimum of four simultaneous talkpaths and a minimum of 10 talkgroups. It is understood that the remote systems must be similarly equipped with ISSI hardware, software, and licensing. The Contractor shall support ISSI integration with the remote systems and shall coordinate with system administrators and equipment providers as needed to facilitate ISSI connectivity, testing, troubleshooting, and optimization.

The ISSI option shall describe the licensing structure and associated cost for additional ISSI talkpaths and system connections.

2.17.5 P25 Data & GPS Location Mapping The Proposal shall include information regarding options, cost, and capacity impact associated with implementation of P25 data capabilities for GPS tracking of public safety radio units. GPS mapping may be performed with the existing CAD system (see §Computer Aided Dispatch (CAD)) or a separate mapping application.

The Proposal shall include mapping options and associated costs if available.

2.17.6 Link Layer Authentication The Proposal shall include information regarding current or future support of P25-compliant Link Layer Authentication ("LLA") per TIA 102-AACE. The discussion shall include requirements for user radios and methods for supporting legacy user equipment without LLA

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 41 capabilities. If LLA is provided as a system option, include pricing information.

2.17.7 OTAR / KMF The Proposal shall include information and pricing for the support of P25-compliant over-the- air rekeying ("OTAR") of appropriately equipped user radios. OTAR pricing shall include a P25-compliant Key Management Facility ("KMF") for management and wireless distribution of AES keys.

2.17.8 OTAP The Proposal shall include a description of available features and support for over-the-air programming ("OTAP") of user radios. Radio compatibility limitation, optional system components/features, and associated pricing shall be described in detail.

2.17.9 Logging Recorder An optional digital logging recorder system shall be included. The optional logging recorder shall interface with the trunked radio system and capture radio and console conversations. Playback and reporting interfaces shall include search and filter by date, time, user ID, and/or talkgroup ID. The logging recorder system shall interface with and record all other radio resources connected to the console system including conventional base stations and interoperability control stations. The proposed logging recorder system shall interface with and record all traffic on specified analog and VoIP telephones, including relevant ANI/ALI metadata. The logging recorder system shall include all hardware, interfaces, software, services, and license fees. Logging recorder requirements include:

1. Recording capabilities for the following:  Ninety-six (96) P25 talkgroups (including AES encrypted talkgroups) recorded digitally with talkgroup ID and user ID identification  Twenty (20) IP phones at Public Safety Complex operating in a locally-hosted NEC VOIP environment.  Fourteen (14) analog lines for recording 911 calls at Telecommunicator positions  Sixteen (16) conventional resources including base station radios and control station radios (conventional and trunked)  Four (4) client licenses for playback, search, replay archiving, and creation of evidence CD/DVD discs 2. Must be certified by the P25 radio system manufacturer as compatible. 3. The system recording module must support expandable hot swap storage at an initial minimum of 10TB in a RAID 5 disk array.

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 42 4. Backup and archiving to external disk/DVD/CD-ROM and offsite network-attached storage. 5. Automated self monitoring and notification of connectivity errors, failure to record, out of storage capacity, database errors, etc. 6. The search and replay application must be capable of searching and replaying all channels at the same time. 7. Replay application should allow remote access between recording system and client stations over LAN for high speed access without needing additional, external hardware or transfer of recordings to third-party hardware. 8. For security and control of chain-of-custody, all audio files stored on the recorder must be saved in a format that cannot be played via standard replay applications, such as Windows Media Player, QuickTime, and others. Any solution that stores voice recordings in an unsecured format (wav, MP3, etc.) will not be considered. 9. The system shall provide a user-friendly interface for the creation of CD and DVD media discs containing selected audio streams. These user-created CD and DVD discs will be utilized for court and evidence purposes and shall include an embedded audio player and user interface. The embedded audio player shall operate with Microsoft Windows XP or later and shall include the ability to activate and deactivate individual audio streams during playback. The Proposal shall include a detailed description of available features for the production and utilization of evidence CD/DVD discs. 10. The system shall allow for the export of selected audio streams to distributable formats including wav and mp3. 11. The system must support local and remote updates via LAN connection.

2.17.10 User Radios A majority of the existing user radios are incapable of P25 Phase 2 operations and must be replaced. The respondent may elect to offer replacement user radios as an option. The inclusion of user radios is not required for submission of a proposal. The Town will evaluate optional user equipment, if proposed, and determine if user radios will be included with the infrastructure purchase.

If user equipment is not included in the resulting Contract, the Contractor shall certify compatibility of third-party user radios prior to final selection of replacement user equipment.

2.17.10.1 General Requirements All user radios shall meet or exceed the general requirements of this section. Radio units shall support 700 MHz and 800 MHz public safety bands. Radios shall be capable of placing and receiving group calls in P25 Phase 2 trunked, P25 Phase 1 trunked, P25 conventional, and analog conventional modes and shall employ an AMBE+2 vocoder. The radio shall include FCC and P25 CAP certification.

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 43 Radio units shall have an emergency button and be capable of activation of emergency status and placing and receiving emergency calls. The emergency button feature shall include programming options for radio behavior during emergency calls including selection of talkgroup, automatic "hot mic", and “hot mic” duration.

The radio shall be capable of selecting talkgroups from a system, bank, or zone containing at least 16 talkgroups and shall be capable of loading multiple systems, banks, and zones. The radio shall be capable of scanning all or a subset of the talkgroups in the active system, bank, or zone. The resulting scan list shall have the ability to specify at least one talkgroup with an elevated priority. The priority group shall have the option of being set by a menu or the channel/group selector. The radio shall immediately revert to the priority talkgroup when active; independent of traffic on non- priority or lower priority talkgroups in the scan list. The radio shall provide the user with separate and discrete audible tones to indicate channel grant, busy, and other status conditions. Additional features for all units shall include:

 Individual call  Backlit alphanumeric display  Display of talkgroup aliases  Display of caller's P25 unit ID  Display caller aliases

The radio shall be programmable through a standard Windows-based application and shall be delivered fully programmed and configured as specified by the Town's Project Manager. The radio hardware shall be flash-programmable for adding future software/firmware enhancements. Software/firmware modifications required for P25 Phase 2 compatibility or compliance with future P25 Phase 2 CAP certification shall be provided at no cost.

2.17.10.2 User Equipment Options Optional radio features including the following shall be priced as separate line items on a per unit basis:

 GPS  P25-compliant AES Encryption with multi-key support  P25-compliant OTAR  Over-the-Air Programming  P25 data  Support for Smartnet/Smartzone (if available)

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 44 Any available user radio options, system options, or software applications to aid in the tracking of user radios, enabled features, and unit programming should be described in detailed and priced as an option(s).

2.17.10.3 Portable Radios All portable radios shall include antenna, belt clip, lithium-ion battery, and battery charger. Information and pricing is requested for five classes of portable radios as described below:

Class 1 The Class 1 portable shall be a basic unit utilized by non-public safety personnel. The unit shall include display, menu system, and programmable soft keys.

Class 2 The Class 2 portable will be primarily utilized for law enforcement staff. The unit shall be ruggedized with display, menu system, and programmable soft keys. The unit shall provide noise-cancelation technology for operations in high-noise environments. Two high capacity lithium-ion batteries shall be included with each Class 2 portable.

Class 3 The Class 3 portable shall include all features of the Class 2 unit with the addition of a full keypad.

Class 4 The Class 4 portable shall include all features of the Class 2 unit with the addition of a full keypad and multiband support. The additional band of operation shall be VHF conventional or UHF conventional as selected by the user department.

Class 5 The Class 5 portable shall be a fire protection grade unit with enhancements designed to support operations by firefighters wearing protective gear. The radio shall be ruggedized, submersible, and certified as intrinsically safe from FM or UL. The unit shall include noise-cancelation technology for operations in high-noise environments. Two high capacity, intrinsically safe, lithium-ion batteries shall be included with each unit. The Class 5 portable shall include conventional operations in the VHF band.

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 45 2.17.10.4 Mobile Radios Mobile radio units will be installed in vehicles and shall include all necessary mounting hardware, face plates, spacers, speakers, antennas, and inter-cabling as required for a complete, neat, and professional installation. Each unit shall include a palm-type microphone and speaker. The mobile radio shall be powered from 12 VDC negative ground with a configurable ignition sense feature. The Proposal shall specify current load and electrical requirements. Information and pricing is requested for the following mobile configurations:

Class 1 The Class 1 mobile shall be a basic unit utilized by non-public safety personnel. The unit shall be installed with a dash-mounted configuration and include display, menu system, and programmable soft keys. Class 2 The Class 2 mobile shall include all of the features of the Class 1 mobile but installed in a remote-mount configuration. The radio unit shall be installed in the trunk or under the seat with a control head mounted under dash or in a console compartment.

Class 3 The Class 3 mobile shall include all of the features of the Class 1 mobile with the addition of an external speaker. The external speaker system shall produce 5 watts of audio power. The speaker and enclosure shall be designed for external use and protected from the elements. The external speaker system shall include a control switch for rapid activation and deactivation.

Class 4 The Class 4 mobile will be utilized for public safety vehicles in a remote-mount configuration. The radio and control head shall be ruggedized with display, menu system, programmable soft keys, and full keypad. The radio unit shall be installed in the trunk or under the seat with a control head mounted under dash or in a console compartment. The radio shall provide noise-cancelation technology for operations in high-noise environments.

Class 5 The Class 5 mobile shall include all features of the Class 4 mobile with a dual control head configuration.

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 46 Class 6 The Class 6 mobile shall include all features of the Class 4 mobile with a dual control head configuration and integration with an existing Futurecom DVRS vehicular repeater as described in §Vehicular Repeaters. The Contractor shall work with the Greenwich Fire Department to develop a final configuration that preserves DAQ 3.4 audio quality and delivers unit ID and emergency call features to portable units operating on the 700 MHz vehicular repeater channel.

2.17.10.5 Control Station Radios Control station radios will be installed at various locations as directed by the Town. All radios will include a desktop radio unit, power supply, speaker, desktop microphone, and antenna system. The power supply shall be powered from 115 VAC at 60 Hz. Information and pricing is requested for the following configurations:

Class 1 The Class 1 control station shall be a basic unit utilized by non-public safety personnel. The unit shall include display, menu system, and programmable soft keys.

Class 2 The Class 2 control station will be utilized for public safety applications and shall include display, menu system, programmable soft keys, and full keypad.

Class 3 The Class 3 control station will be utilized for interoperable applications and shall include display, menu system, programmable soft keys, full keypad, and multiband capability. The additional band of operation shall be VHF or UHF as selected by the user department.

2.17.10.6 Quantities and Pricing Pricing for user radios shall be based upon the estimated quantities of each unit type and class listed on Table 2; see attached appendix. Both unit pricing and extended pricing shall be provided. User radio options (see § User Equipment Options) shall be listed as a per-unit add-on cost. Any options that are not available for a specific radio type and class shall be noted as such. If user radios are included in the Proposal and the option is exercised by the Town, available options will be selected and purchase quantities will be adjusted based upon the final needs of the Town and its user departments. Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 47 2.18 Design Reviews

2.18.1 Preliminary Design Review A Preliminary Design Review (“PDR”) shall be conducted no later than 60 days from execution of the purchase agreement. This process shall include a review of the Contractor’s preliminary configuration and design documentation for the project. Information to be submitted for the PDR shall include all data required to determine conformance with the requirements of the RFP and contract documents including:

1. A complete narrative description which includes up-to-date information to correctly de- scribe the actual equipment, materials, software, features, and programming com- prising the system.

2. Discussion of any configurations and options to be selected by the Town.

3. An up-to-date listing of all equipment and software, by site and subsystem, which details all options and how each of the required features and functions will be accomplished.

4. A complete system functional diagram which identifies all major system components and details the system interconnection to clarify system operation for each location. This diagram shall include detailed block diagrams.

5. Updated coverage prediction maps.

6. All necessary plans, designs, and analyses related to recommend site preparation or site upgrades.

7. Detailed Implementation Schedule and work plans for equipment production, system configuration, installation, implementation, testing, cutover, and final acceptance. The Detailed Implementation Schedule shall provide the major project tasks and include: 1.) the order of execution, 2.) start date, and 3.) contemplated date of completion. The Contractor will track the actual process at such intervals as directed by the Town.

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 48 8. The County will complete its review of the PDR documentation within 14 days, at which time the Town will either issue approval to proceed with the final design or will state the required changes needed to grant approval.

2.18.2 Final Design Review Once the PDR has been completed and the Town has provided approval to proceed with the final design, the Contractor shall prepare for the Final Design Review (“FDR”). The FDR will update all design and contract documents as needed to reflect the final design as agreed upon by the parties during the Design Phase. Any design elements, plans, or drawings requiring review and certification from a licensed professional engineer or architect shall be sealed by a qualified and licensed professional as applicable. An FDR meeting will be conducted to review all FDR documentation. The Town will complete its review of the FDR documentation within 14 days, at which time the Town will issue a Notice-to-Proceed. Equipment manufacture, delivery, and installation will not begin until the Town accepts the FDR documents and issues a formal Notice-to-Proceed to the Contractor. Approval of the PDR and FDR documentation by the Town is general in nature and shall not relieve the Contractor of responsibility for the accuracy of its documentation nor for the proper function and performance of the system and system components. The Contractor and Town may mutually agree combine the PDR and FDR into a single review. 3.0 SYSTEM EQUIPMENT SPECIFICATIONS

3.1 General The Contractor shall be responsible for the system configuration and selection of all equipment necessary to satisfy the requirements of this RFP. All equipment offered shall be of high quality, consistent with the intended function and requirements of the system and compatible with the Contractor’s system configuration. Functional requirements and specifications for the requested radio system were provided in Section 3 herein.

3.2 Simulcast Equipment Transmission equipment shall be specifically designed for simulcast operations. The following general specifications apply to each simulcast channel proposed by the Contractor.

 Transmitter Frequency Stability: 0.001PPM from -30°C to +60°C ambient. Referenced to GPS- disciplined local oscillator frequency standard in simulcast configurations. The difference in transmit center frequency between any pair of simulcast transmitters shall not exceed 1 Hz.

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 49  Transmitter Deviation Stability: The transmitter deviation difference between any pair of simul- cast transmitters shall not exceed 1 Hz.  Transmitter Launch Time and Oscillator Reference: GPS-disciplined

3.3 Base Station Equipment The transmit/receive sites shall be equipped with top-of-the-line base stations appropriate for the intended function as specified in this RFP. The base station shall be capable of supporting simulcast operations with a high quality of performance, service, and reliability. Base stations shall include native support for P25 Phase 1 C4FM, P25 Phase 1 CQPSK simulcast modulation, and P25 Phase 2 H-DQPSK simulcast modulation.

All base stations shall be capable of operation as a P25 control channel and a P25 working (i.e., voice & data) channel. Any base station that is not currently functioning as a control channel shall be capable of supporting P25 voice and/or data as a working channel. Multiple base stations shall be capable of automatically assuming the role of the control channel in the event of a failure of the active control channel at any site.

The system shall provide the ability to reconfigure individual base stations remotely through a network connection. The Proposal shall indicate the extent to which base station parameters can be configured remotely, and whether this programming is restricted to station parameters or includes firmware/software updates. All system base stations shall include control and management features, which shall be capable of remotely controlling the following functions:

 On-line / Off-line  Alarm status  Station Reset  Programming/Restoring operating parameters

The base stations shall be rated for continuous-duty and shall be mounted in industry-standard 19" equipment cabinets. All equipment shall be FCC type-accepted and Contractors shall provide the FCC type-acceptance numbers in their proposals. The base station shall operate from a nominal 120- volt, 60-Hz source, and shall operate within rated specification from 30C to +60C, and to 90% RH at 50C. All base station equipment including transmitter, receiver, meters, protection devices and any other associated RF devices or assemblies shall be furnished with type “N” or “DIN” connectors as appropriate per the design.

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 50 The transmitter output impedance and the receiver input impedance shall be 50 ohms. Suitable devices shall be provided to ensure that impedance changes in the antenna system will not cause changes in the transmitter output power. Each base station shall be provided with appropriate circulators and harmonic filters to minimize the effects of transmitter produced intermodulation and harmonic products. The respondent shall describe, in detail, the interference protection proposed.

All base stations shall be protected from other co-located, in-band and out-of-band transmitters and shall perform normal operation without degradation with all co-site equipment activated.

The system shall provide a method of station identification in accordance with FCC requirements. The base station shall include circuitry and hardware provisions for manually switched local operation for testing and maintenance.

The proposed base station equipment shall meet or exceed TIA/EIA-603, Section 4.2, and the Code of Federal Regulations 47, Part 90, Subpart I for transmitters and TIA/EIA-603, Section 4.1 for receivers. The Contractor’s Proposal shall include manufacturer specification information detailing relevant performance data for:

 Frequency Range  Frequency Stability  RF Power Output  Channel Spacing  Channel Step  Frequency Deviation  Frequency Modulation Type  Modulation Fidelity  FCC Emission Designator  Audio Distortion  Receiver Sensitivity 5% BER  Adjacent Channel Rejection  Spurious and Image Rejection

3.4 Receiver Multicoupler/TTA Equipment It is anticipated that tower-top amplifiers (“TTA”) and receiver multicoupler systems will be utilized for the connection of each base station receiver at a site to a common receive antenna. All TTA and receiver multicoupler systems must be specifically designed for the frequencies deployed at the site locations. Tower-top amplifiers, if utilized in the design, shall include a test port and test line with

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 51 controls to disconnect the antenna port and apply a 50 ohm dummy load. TTAs must include a bypass mode or redundant active components. As noted in §Interference Protection and elsewhere, the Contractor’s design must provide adequate interference protection.

3.5 Transmission Line All antenna transmission lines shall be Andrew Corporation LDF series or equivalent. All transmission lines shall be terminated with type “N” or “DIN” female connectors as needed for the specific application. The connectors must be constructed of all non-ferrous materials. No coaxial cable splices or adapters shall be utilized.

Jacketed, flexible, foam dielectric cable with solid copper outer conductor shall be used as jumper cables to connect the transmitters and receivers to RF devices, transmission lines, and antennas. Jumper cables for the site receiver circuits shall use a minimum of ¼-inch flexible, low-loss cable. Jumper cables for the site transmitter circuits shall use a minimum of ½-inch flexible low-loss cable. All connectors shall be specially designed for the cable provided and not exceed 0.25 dB insertion loss. In addition, any connectors/connections provided for external installation shall be protected from corrosion and weather damage as recommended by the manufacturer; vinyl tape shall not be utilized. All coaxes shall be labeled on the antenna jumper and at the jumper to the repeater inside of the radio equipment room/area using colored tape so that the antenna system for each repeater can be easily identified at each site. The coax labels/markings for Channel 1 at each site and coax labels/markings for Channel 2 at each site shall be the same at each of the Town's repeater sites.

Contractor shall determine the correct transmission line diameter and lengths for installation. All cables must be secured with Andrew Corporation, or its approved equal, stainless steel clamps and hardware. Each cable run shall be provided with a direct path to ground and equipped with lightning/surge protection.

Complete diagrams for each system site installation shall be provided by the Contractor to detail the cable type, placement, connectors used, grounding location, lengths of all cables proposed and the coax labeling scheme.

3.6 Base Station Antennas and Combiners All base station antennas shall be rugged and durable units. Fiberglass radome antennas or exposed folded dipole metal antennas can be utilized. If metal dipole antennas are utilized, the antennas should be properly coated/designed to eliminate the possibility of corrosion at the antenna’s dissimilar

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 52 metal joints which could result in non-linear junctions/behavior which is the basis for intermodulation interference.

The Contractor or subcontractor chosen for the antenna installations must be experienced in the installation of base station antennas. The supplier shall furnish all required brackets and mounts to install the antennas. All exposed hardware, mounting brackets, and fasteners must be fabricated from material that will minimize dissimilar metallic junctions and corrosion.

All antennas and transmission lines shall be sweep-tested by the Contractor with a network analyzer prior to or upon installation. Chart recordings of sweep measurements shall be made and retained in the site log. No V.S.W.R. in excess of 1.5:1 is permitted to any fixed antenna/coaxial cable system.

It is anticipated that combiners will be utilized for connection of each base station transmitter at a site to a common transmit antenna. Proposed combiners must provide bandpass/band-reject functionality. The combiner output shall utilize a type “DIN” connector. All combiners must be specifically designed for the frequency plan that will be developed. As noted in §Interference Protection and elsewhere, the Contractor’s design must provide adequate interference protection. No transmitter in the system shall cause measurable degradation to any receiver in the system. Further, all receivers must operate free of measurable degradation with all transmitters active. System testing will include measurements to demonstrate frequency compatibility and interference protection.

3.7 User Equipment If optional user equipment is proposed, all portable, mobile, and control station radios shall conform to the minimum standards specified by TIA/EIA-603, Section 5 “Standards for Portables”. The Bidder’s Proposal shall include manufacturer specification information detailing relevant performance data for:

 Frequency Range  Frequency Stability  RF Power Output  Channel Spacing  Channel Step Frequency Deviation  Frequency Modulation Type  FCC Emission Designator  Audio Distortion  Receiver Sensitivity 12 dB SINAD

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 53  Receiver Sensitivity 5% BER (if digital capable)  Adjacent Channel Rejection  Spurious and Image Rejection Proposed portable radio units shall conform to applicable Portable Military Standards 810C, 810D, and 810E.

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 54 4.0 INSTALLATION, TESTING, MAINTENANCE & WARRANTY

4.1 Equipment Delivery Equipment delivery and installation will not begin until the Town accepts the Contractor’s Final Design Review, as described in §Design Reviews, and issues a formal Notice-To-Proceed (“NTP”). All deliveries to the Town shall be freight prepaid by the Contractor with no charges or costs to be paid by the Town at the time of delivery. All deliveries shall be made to a secure facility maintained at the Contractor’s expense or at a secure location mutually agreed upon by the Contractor and the Town. Deliveries shall be unloaded by the Contractor or delivery person. Regardless of the place of delivery, the Contractor shall notify the Town's Project Manager regarding the date, time, place, and items associated with each delivery within a reasonable time prior to the date and time thereof; provided, if the Contractor cannot determine the date and time with reasonable certainty, then the required notice shall be given within 24 hours following the delivery.

The Town shall have the right, but not the duty, to make inspections with regard to each and every item delivered. The delivery of radio system components shall not constitute partial or conditional acceptance of the system or any of its components by the Town.

4.2 Installation

4.2.1 Installation Criteria Installation of all materials and equipment must meet FCC and EIA industry standards in all respects with specific attention given to applicable Town Codes, Fire Codes, and Electrical Codes and to the methods employed for wiring, cabling, terminations, cable and wire labeling, documentation, wire codes, equipment room layouts, antenna installation, general appearance and operating performance. All installations shall further utilize electrical grounding and lightning protection methodology per Motorola R56 or similar best practices. If the installation of any material or equipment covered under the Contract requires a licensed tradesman to design and/or to perform the installation task, the Contractor shall utilize a licensed and qualified professional to perform said task.

The Contractor shall be responsible for the cost of repairing or bringing to original condition existing Town facilities that may suffer damage during the course of system installation, to include floors, walls, ceilings, roofing, grounds, landscaping, pavement, antenna structures, vehicle interiors, vehicle exteriors, etc. The Contractor and all subcontractors shall also completely remove from the premises all packaging, crates, and other litter due to their work.

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 55 With its proposal, the Contractor must describe installation plans and procedures and indicate the supporting organizational structure, listing specific qualifications of personnel and job functions proposed to complete the system installation.

4.2.2 Installation Procedures / Implementation Schedule Contractor shall provide adequate, technically competent, factory-trained personnel to install all equipment and features supplied for this system. All installation activities shall be coordinated with Town's Project Manager. During the installation, no circuits or equipment shall be removed, adjusted or disconnected by the Contractor without prior authorization by the Town.

The respondent shall include in their Proposals an Estimated Implementation Schedule, with major milestones listed and specifying those items required of the Town to complete implementation. This schedule shall include a time-line of all the tasks proposed by the Contractor. This schedule shall include all configuration, installation, testing, and integration tasks to be completed by the Contractor and its subcontractors. During the Final Design Review, the Contractor shall submit a Detailed Implementation Schedule with an established cutover date.

Control station installations shall be performed by qualified personnel at the locations specified by the Town. The Town must approve final placement of all equipment, cable routing, and antenna mounting configurations. All installation activity shall be conducted under the supervision of the Town's personnel.

The Contractor shall install the system, equipment, and associated support devices without any interruptions to the ongoing operations unless a planned interruption is specifically agreed upon by the Town.

All equipment installations shall utilize best industry practices for radio frequency equipment. The Contractor shall furnish and install lightning and AC surge protection at all radio base stations and control equipment locations. Each antenna supplied for this system shall incorporate lightning protection. All antenna transmission lines shall be grounded 1.) at the antenna base, 2.) at the base of the antenna tower, if applicable, and 3.) at the point of entry to the shelter or building that houses the system equipment.

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 56 The electrical service for all system equipment shall be protected by transient voltage surge protection devices. All equipment cabinets and/or racks shall be connected to site ground with #2 AWG solid copper conductors. The grounding wire for the cabinet shall be attached to the equipment rail with a star washer. All equipment cabinets within the same room shall be connected with their grounding line at the site's single-point grounding plate. This site grounding plate shall have low impedance, less than 5 ohms, to earth ground.

All interconnecting wiring shall originate/terminate at telephone type punch blocks. All punch block connections shall be made via bridging clips. Complete point-to-point wiring drawings shall be made and incorporated into the as-built system documentation.

4.3 Acceptance Testing

4.3.1 General Upon completion of the system installation, and before final acceptance by the Town, the Contractor shall perform the following tests and submit the results to the Town, in writing:

A. On-site inspection of completed system installation, with all deficiencies corrected B. Equipment tests and verification of equipment performance C. Formal demonstration of operational system features as described herein D. Coverage verification test E. Thirty-day performance and stability test

Detailed test procedures for each of the system tests shall be submitted for approval to the Town at least thirty (30) days before each test is scheduled to be performed. The Town will approve, conditionally approve, or reject the test plan within fourteen (14) days of submittal.

Tests will not be considered valid tests unless the test plan has received prior approval and the tests are monitored by the Town or designated agent. The Town reserves the right to disapprove any tests or test results which do not conform with agreed upon procedures and pass/fail criteria. If disapproved, it shall be the sole responsibility of Contractor to modify, correct, or repeat any such disapproved tests or test results to the satisfaction of the Town and at no cost to the Town.

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 57 All tests, excluding the 30-day performance test, shall be coordinated in advance with the Town's Project Manager and shall be conducted during normal working hours, Monday through Friday, from 8:00 A.M. to 5:00 P.M.

4.3.2 System Installation Compliance Contractor shall conduct an on-site inspection of all system facilities with the Town prior to execution of the various test plans. This inspection shall demonstrate that all system components have been delivered and installed at their proper location. The inspection shall demonstrate that all mechanical installation requirements have been completed and all equipment has been properly connected to electrical service, properly grounded, and all signal, coaxial, and data cables have been connected to the equipment. Any discrepancies or issues impacting system performance must be corrected by the Contractor prior to execution of the various system tests. Minor issues may be added to a punch list for correction prior to Final Acceptance. Final equipment placement and connections shall be reflected in the as-built documentation.

4.3.3 Equipment Tests All performance parameters for the equipment supplied shall be tested and documented to confirm that the equipment and performance specifications are met. Equipment tests include but are not limited to:

 Frequency error  Transmitter output power  Combiner output power  Modulation fidelity  Receive antenna system optimization  Receiver sensitivity  Effective sensitivity  Transmit-to-receive isolation  Interference protection

Antenna system components shall be tested prior to (or upon) installation and verified after completion of installation.

4.3.4 System Operational Tests The system shall undergo a complete operational test to demonstrate all system features and functions including but not limited to:

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 58  P25 required features and functions  Relevant P25 standard options  Proprietary features and functions (if any)  Console features and functions  Failover and fault recovery  Conventional equipment features and functions  Features and functions associated with any selected system options  Backhaul connectivity  System administration features

4.3.5 Coverage Verification Tests The Contractor shall propose a coverage verification testing methodology which is sufficient to demonstrate compliance with their coverage guarantee. As described in §Coverage Verification, the testing methodology shall be consistent with TIA/EIA TSB-88-D methods and should produce repeatable and statically significant results. Details concerning the Coverage Verification Test process and procedures will be agreed upon prior to execution of the Contract. If the Coverage Verification Tests reveals that the coverage requirements have not been satisfied, the Contractor will be responsible for performing necessary system modifications/enhancements at no cost to the Town.

4.3.6 Thirty-Day Performance Test Following successful completion of all other testing and demonstrations, the system shall undergo a successful 30-day performance test under full operational load without a major fixed-equipment failure. Contractor will specifically authorize, in writing, the Town to operate the system during this 30-day performance test period without voiding or violating any provisions of the Contract.

All existing equipment reprogramming and/or reconfiguration performed by Contractor shall be completed prior to the initiation of the 30-day performance test in order that the test can be conducted under full operational load.

During the 30-day performance test, the Town may operate the system in any mode desired and perform any operational, control, or modification function within the normal operational limits of the system. Contractor will not adjust or make repairs to the system during the

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 59 performance test period without stopping the 30-day test. For the duration of 30-day performance test period, no major system failures may occur. A major system failure is defined as any failure which reduces the availability of the system, or part thereof, including reduction in performance and failure of equipment. Major failures include:

Trunking Control Failures: Any system conditions which cause the trunking system to cease normal operations or fail to perform correct commands will be considered a major system failure, excluding any failure that is the direct result of networking components supplied by the Town. Any failure event which causes the system to revert to fallback mode of operation such as “Site Trunking” or conventional “failsoft” shall be classified as a major failure. The failure of a redundant control component shall not be considered a major failure if the system maintains normal operation without the loss of capacity, coverage, or normal call processing and the failed device can be restored to normal operation within 24 hours.

Simulcast Control Failures: Any system conditions which cause the simulcast timing, simulcast distribution, or receiver voting system(s) to cease normal operations or revert to a non-simulcast mode shall be classified as a major failure, excluding any failure that is the direct result of networking components supplied by the Town. The failure of a redundant control component shall not be considered a major failure if the system maintains normal operation.

Base Station Failures: If three or more base station transmitters or receivers simultaneously fail or are inoperable for any reason a major failure will be deemed to have occurred. A failure of up to two base stations is not considered a major system failure, unless the problem cannot be corrected within 24 hours.

If at any time during the 30-day test period, four base station transmitters or receiver failures (regardless of frequency or location) have occurred, although less than three were inoperative at a time, a major failure will be deemed to have occurred and the 30-day performance test will be stopped.

Console Failures:

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 60 If the console system’s common electronics fails or is inoperable for any reason, a major failure will be deemed to have occurred. The failure of a single console position is not considered a major system failure so long as the failure does not impact other console positions and the problem is corrected within 24 hours. If at any time during the 30-day test period, two console positions have failed, although only one position was inoperative at a time, a major failure will be deemed to have occurred and the 30-day performance test will be stopped.

In the event of a major failure, the test will be stopped, the fault shall be corrected, the Town shall be notified of the nature of the failure and all corrective action taken, and a new 30-day performance test period shall begin. After three unsuccessful attempts, Contractor will be considered in default of the Contract. If the 30-day performance test cannot be successfully completed within 120 days after the initial start date, Contractor may be deemed in default of the Contract. Upon default, the Town may, at its option:

1. Enforce the provisions of the performance bond.

2. Enforce any other remedy available under law.

4.3.7 Punch List Throughout the inspection and testing process, failures and issues shall be placed on a "punch list" to track and document necessary resolution. All punch list items shall be resolved prior to Final Acceptance. The Town may agree to carry a minor number of punch list items beyond Final Acceptance. In such case, the parties will agree upon the value of open punch list items, which will be withheld until such time that the punch list items have been fully resolved.

4.4 Documentation Contractor shall supply, with system delivery, complete system documentation including equipment maintenance and operations manuals. This documentation shall include all project-specific and pertinent plans, wiring lists, operating instructions, parts/equipment/serial number lists (by location), system block and level diagrams, circuit schematic diagrams, alignment and calibration procedures, printed circuit board layouts, maintenance charts and tables, and a listing of all equipment and devices required to test and certify the complete system. As-built documentation, final parts/equipment lists, and serial number lists must be supplied a minimum of 30 days prior to overall system acceptance. All fixed sites must have an operations/maintenance manual and as-built documentation at the site covering all electronic equipment installed at the site. Contractor shall also

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 61 provide brochures and technical specification sheets for all other products furnished. In addition, three sets of documentation and manuals shall be supplied to the Town.

4.5 Training Contractor shall provide formal system training for the Town’s operational, training, and management personnel. This training shall provide the Town’s staff with a working knowledge of the system operation and hands-on system experience.

All training shall occur immediately prior to the 30-day test and acceptance of the system and shall be conducted at the mutual convenience of Contractor and the Town.

The respondent shall describe in their proposal the recommended training programs for:

1. Dispatch personnel 2. Town's Training Staff 3. Systems Management Staff 4. Any off-site training required or recommended

The proposed training program shall thoroughly address the radio system furnished. The training program description shall include Contractor's training staff, training methodology, documentation, schedules, curriculum, and media used. Training expense, if any, shall be separately listed for each of the training programs requested above.

The respondent shall assume that all console training will be performed in the Town of Greenwich utilizing console equipment purchased through the Contract. The Town is proposing a “train the trainer” approach for up to three staff members, which will be trained as a group.

4.6 Final Cleaning & Equipment Removal/Disposal Prior to requesting Final Acceptance, Contractor shall clean the work areas to the satisfaction of the Town. The final cleaning includes the removal of all non-permanent protection materials from labels and glass surfaces, polish glass, clean exposed finishes, touch up minor finish damage, clean or replace filters of mechanical systems, remove packing materials and debris, and any other cleaning or repairs necessary to return the work areas to an acceptable condition.

At the time of the Contract negotiations, the Town will define the scope of the equipment removal and disposal associated with this Project. The Contractor will provide a price for these services after the Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 62 scope has been agreed upon and all site locations have been inspected by the Contractor. These services may include the removal of radio equipment, cables, transmission lines, antenna systems and mounting hardware, batteries, etc. that are identified by the Town for removal and disposal. The Contractor shall provide these services in compliance with all applicable environmental and safety regulations. The ownership of all removed materials will be transferred to the Contractor at the time of removal/disposal.

4.7 Final Acceptance Final Acceptance shall not take place until all acceptance testing, training, and documentation have been accepted by the Town of Greenwich and all required equipment and services have been delivered as described in §Final Acceptance.

4.8 Initial Warranty and Maintenance The Proposal shall include an initial warranty and maintenance period of not less than one (1) year. The initial warranty and maintenance coverage shall protect all equipment and services delivered under the Contract from defects in operation, design, materials, and workmanship. If the Contractor’s equipment is covered by a manufacturer’s warranty in excess of one (1) year, the length of the included warranty term shall be clearly specified in the Proposal. Any and all restrictions and/or limitations to warranty coverage should be clearly defined in the Proposal.

The 1st year warranty and the maintenance periods shall begin upon Final Acceptance of the system as specified herein. This Initial Warranty and Maintenance service shall be provided on a 24-hour day, 365-day a year basis with a response time not to exceed four hours. The Contractor’s warranty shall warrant and guarantee further that the equipment furnished hereunder is of good workmanship and materials and that the same is properly designed, operable and equipped for the proposed use by the Town and is in strict conformity with the equipment and performance specifications and the applicable Contract documents. The Contractor shall be responsible for any needed warranty actions including all parts and labor, travel and all other expenses required to deliver a whole and operational system as described in the RFP.

The respondent shall state the procedure and methodology for obtaining system repairs during the warranty coverage period.

4.9 Extended Maintenance and Support The Proposal shall include an optional Maintenance Service Contract (including parts, labor, and software maintenance) for the proposed system and equipment to extend for five-year periods Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 63 following the Initial Warranty and Maintenance Period. A minimum of two five-year periods (total of 10 years of extended maintenance/support) shall be offered. Where the Contractor proposes to secure a separate service agreement for specified system components, it shall enter a separate line showing the price estimate for such service. Any and all restrictions and/or limitations to the pricing provided for the extended maintenance support should be clearly defined in the Proposal. These restrictions and/or limitations could include, but are not limited to, deductibles, service call costs, response times, after hour response, etc.

For hardware maintenance, the respondent must include a proposed maintenance contract. For software maintenance, the respondent must describe the availability of routine technical support, after-hours emergency support, and their policy for providing software upgrades and enhancements. All required software maintenance contracts must be included for review.

All recurring costs which may exist in addition to hardware and software maintenance shall be included in the optional Maintenance Service Contract. Recurring costs are to include any annual licensing fees, or other fees, associated with the system other than normal operational expenses and supplies. Any optional system monitoring services should also be described and priced.

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 64 Appendix

Town of Greenwich, CT

PUBLIC SAFETY LAND MOBILE RADIO SYSTEM

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 65 Table 1 – Technical Details/Site Locations

Structure Status Site Name Address Coordinates Structure Type Height (ft) N41-04-27.3 Self-Support Bruce Golf Course 1300 King St. 100 Active Site W73-41-50.0 Tower N41-05-49.3 Self-Support Butternut Hollow Butternut Hollow Rd. 180 Active Site W73-38-19.5 Tower N41-02-01.3 Greenwich Hospital 5 Perryridge Rd. Monopole 100 Active Site W73-37-48.5 N41-02-27.3 East Putnam 1111 E. Putnam Ave. Office Building 50 Active Site W73-35-04.4 N40-00-18.1 Verizon Monopine 36 Ritch Avenue Stealth Pole 80 Future Site W73-38-51.0 N41-02-25.9 Undeveloped StateX5 I-95 @ Exit 5 160 Active Site W73-35-37.8 Pole

Table 2 – Estimated Radio Quantities

Type QTY Class 1 Portable 363 Class 2 Portable 167 Class 3 Portable 20 Class 4 Portable 64 Class 5 Portable 114 Portable Sub-Total 728

Class 1 Mobile 75 Class 2 Mobile 67 Class 3 Mobile 15 Class 4 Mobile 97 Class 5 Mobile 0 Class 6 Mobile 25 Mobile Sub-Total 279

Class 1 CSR 26 Class 2 CSR 16 Class 3 CSR 4 CSR Sub-Total 46

105 Grand Total 3

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 66 Town of Greenwich, CT REQUEST FOR PROPOSAL #7212 DEADLINE: 6/01/16 AT 3:00 PM Public Safety Land Mobile Radio System Pricing Reply Sheet Page 1 RFP Item QTY Price Extended Section(s) Price Controller System Various System Controller sub-system including: LOT $0 Various -System Controller Equipment $0 Various -Simulcast Controller Equipment $0 Various -Voter/Comparator Equipment $0 2.13 -System Administration Tools $0 Various -Software & Licensing $0 Various -AES Capability $0 Status Alarms & Reporting System LOT $0 2.17.3 CAD Interface LOT $0 4.2 Installation LOT $0 Additional Items (list below)

Controller System Sub-Total $0

Console System 2.9 Console Controller Equipment & Licensing LOT $0 2.17 Integration of Existing Equipment LOT $0 2.9 Console Positions 8 $0 2.9 / 4.2 Console Controller Equipment Installation LOT $0 2.9 / 4.2 Position Installation at Dispatch Center LOT $0 2.9 / 2.7 / 4.2 Site Improvements at Dispatch Center (if any) LOT $0 Additional Items (list below)

Console System Sub-Total $0

P25 Site 1 Insert Site Name: Various Infrastructure Equipment LOT $0 Various Antenna Systems LOT $0 2.12.6 UPS Equipment LOT $0 2.7 / 3.0 / 4.2 Installation LOT $0 2.7 Site Improvements (if any) LOT $0 Additional Items (list below)

Site 1 Sub-Total $0

Respondent’s Company Name: ______

Authorized Signature: ______

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 67 Town of Greenwich, CT REQUEST FOR PROPOSAL #7212 DEADLINE: 6/01/16 AT 3:00 PM Public Safety Land Mobile Radio System Pricing Reply Sheet Page 2

P25 Site 2 Insert Site Name: Various Infrastructure Equipment LOT $0 Various Antenna Systems LOT $0 2.12.6 UPS Equipment LOT $0 2.7 / 3.0 / 4.2 Installation LOT $0 2.7 Site Improvements (if any) LOT $0 Additional Items (list below)

Site 2 Sub-Total $0

P25 Site 3 Insert Site Name: Various Infrastructure Equipment LOT $0 Various Antenna Systems LOT $0 2.12.6 UPS Equipment LOT $0 2.7 / 3.0 / 4.2 Installation LOT $0 2.7 Site Improvements (if any) LOT $0 Additional Items (list below)

Site 3 Sub-Total $0

P25 Site 4 Insert Site Name: Various Infrastructure Equipment LOT $0 Various Antenna Systems LOT $0 2.12.6 UPS Equipment LOT $0 2.7 / 3.0 / 4.2 Installation LOT $0 2.7 Site Improvements (if any) LOT $0 Additional Items (list below)

Site 4 Sub-Total $0

Respondent’s Company Name: ______

Authorized Signature: ______

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 68 Town of Greenwich, CT REQUEST FOR PROPOSAL #7212 DEADLINE: 6/01/16 AT 3:00 PM Public Safety Land Mobile Radio System Pricing Reply Sheet Page 3

P25 Site 5 Insert Site Name: Various Infrastructure Equipment LOT $0 Various Antenna Systems LOT $0 2.12.6 UPS Equipment LOT $0 2.7 / 3.0 / 4.2 Installation LOT $0 2.7 Site Improvements (if any) LOT $0 Additional Items (list below)

Site 5 Sub-Total $0

Fire VHF 2.14.1 Greenwich Hospital Infrastructure Equipment LOT $0 2.14.1 Greenwich Hospital Antenna System LOT $0 2.7 / 3.0 / 4.2 Greenwich Hospital Installation LOT $0 2.14.1 Public Safety Complex Infrastructure Equipment LOT $0 2.14.1 Public Safety Complex Antenna System LOT $0 2.7 / 3.0 / 4.2 Public Safety Complex Installation LOT $0 2.14.1 Sound Beach Infrastructure Equipment LOT $0 2.14.1 Sound Beach Complex Antenna System LOT $0 2.7 / 3.0 / 4.2 Sound Beach Complex Installation LOT $0 Additional Items (list below)

Fire VHF Sub-Total $0

800 MHz Mutual Aid 2.14.2 Infrastructure Equipment LOT $0 2.14.2 Antenna System Modifications (if any) LOT $0 2.7 / 3.0 / 4.2 Installation LOT $0 Additional Items (list below)

800 MHz Mutual Aid Sub-Total $0

Connecticut Hotline 2.14.3 Infrastructure Equipment LOT $0 2.14.3 Antenna System LOT $0 2.7 / 3.0 / 4.2 Installation LOT $0 Additional Items (list below)

Connecticut Hotline Sub-Total $0 Respondent’s Company Name: ______

Authorized Signature: ______

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 69 Town of Greenwich, CT REQUEST FOR PROPOSAL #7212 DEADLINE: 6/01/16 AT 3:00 PM Public Safety Land Mobile Radio System Pricing Reply Sheet Page 4

Control Station Gateways 2.15.2 Westchester County UHF T-Band CSR & Equipment 1 $0 2.15.2 Westchester County UHF T-Band Installation 1 $0 2.15.3 700/800 MHz P25 CSR & Equipment 2 $0 2.15.3 700/800 MHz P25 Installation 2 $0 Additional Items (list below)

Control Station Gateways Sub-Total $0

Spare Equipment 2.16 Recommended Spare Equipment (List Below) 2.16 Item 1 $0 2.16 Item 2 $0 2.16 Item 3 $0 2.16 Item 4 $0 2.16 Item 5 $0 2.16 Item 6 $0 2.16 Item 7 $0 2.16 Item 9 $0 2.16 Item 10 $0

Spare Equipment Sub-Total $0

Services Project management LOT $0 Engineering and design LOT $0 Testing and acceptance LOT $0 Documentation LOT $0 Training LOT $0 Additional Items (list below)

Services Sub-Total $0

Proposal Totals (Without Options) Total System Cost (Before Discounts) $0 Discount Other Incentives Grand Total $0

Respondent’s Company Name: ______

Authorized Signature: ______

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 70 Town of Greenwich, CT REQUEST FOR PROPOSAL #7212 DEADLINE: 6/01/16 AT 3:00 PM Public Safety Land Mobile Radio System Pricing Reply Sheet Page 5

Options

System Options 2.18.1 Smartphone Gateway Equipment $0 2.18.1 Smartphone Gateway System License $0 2.18.1 Smartphone Gateway User Licenses 25 $0 2.18.1 Smartphone Gateway Additional User Licenses $0 2.18.2 Additional Console Position (equipment & services) 1 $0 2.18.3 Additional P25 User Licenses $0 2.18.4 ISSI Connection (equipment & services) $0 2.18.5 P25 Data & GPS Location Mapping (itemize $0 options) 2.18.6 Link Layer Authentication (itemize options) $0 2.18.7 OTAR/Key Management Facility $0 2.18.8 Over-The-Air-Programming (OTAP) $0

2.18.9 Logging Recorder Logging Recorder Equipment LOT $0 P25 Talkgroup Interfaces 96 $0 IP Telephone Interfaces 20 $0 Analog Telephone Interfaces 14 $0 Conventional Interfaces 16 $0 Client licenses 4 $0 Installation LOT $0

Logging Recorder Sub-Total $0

Respondent’s Company Name: ______

Authorized Signature: ______

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 71 Town of Greenwich, CT REQUEST FOR PROPOSAL #7212 DEADLINE: 6/01/16 AT 3:00 PM Public Safety Land Mobile Radio System Pricing Reply Sheet Page 6

2.18.10 User Radios 2.18.10.2 GPS Option 1 $0 2.18.10.2 AES Multi-Key Option 1 $0 2.18.10.2 OTAR Option 1 $0 2.18.10.2 OTAP Option 1 $0 2.18.10.2 Smartnet/Smarzone Option (if available) 1 $0 2.18.10.3 Class 1 Portable 363 $0 2.18.10.3 Class 2 Portable 167 $0 2.18.10.3 Class 3 Portable 20 $0 2.18.10.3 Class 4 Portable 64 $0 2.18.10.3 Class 5 Portable 114 $0 2.18.10.4 Class 1 Mobile 75 $0 2.18.10.4 Class 2 Mobile 67 $0 2.18.10.4 Class 3 Mobile 15 $0 2.18.10.4 Class 4 Mobile 97 $0 2.18.10.4 Class 5 Mobile 0 $0 2.18.10.4 Class 6 Mobile 25 $0 2.18.10.5 Class 1 CSR 26 $0 2.18.10.5 Class 2 CSR 16 $0 2.18.10.5 Class 3 CSR 4 $0

User Radios Sub-Total (without 2.18.10.2 105 $0 Options) 3

Maintenance & Support 4.9 Extended Maintenance & Support (itemize options) $0 4.9 System Monitoring (itemize options) $0 Other Recommended Options (itemize) $0

Respondent’s Company Name: ______

Authorized Signature: ______

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 72 Town of Greenwich, CT REQUEST FOR PROPOSAL #7212 DEADLINE: 6/01/16 AT 3:00 PM Public Safety Land Mobile Radio System Pricing Reply Sheet Page 7

Non-collusion Language

In submitting this bid/proposal, the undersigned declares that this is made without any connection with any persons making another bid/proposal on the same contract; that the bid/proposal is in all respects fair and without collusion, fraud or mental reservation; and that no official of the Town, or any person in the employ of the Town, is directly or indirectly interested in said bid/proposal or in the supplies or work to which it relates, or in any portion of the profits thereof.

Compliance with Ethics Code

In submitting this bid, the undersigned further declares that it has not, and will not, induce or attempt to induce any Town of Greenwich employee or officer to violate the Greenwich Code of Ethics in connection with its offer to provide goods or services under, or otherwise in the performance of, such contract.

The undersigned further understands that the above declarations are material representations to the Town of Greenwich made as a condition to the acceptance of the bid/proposal. If found to be false, the Town of Greenwich retains the right to reject said bid/proposal and rescind any resulting contract and/or purchase order and notify the undersigned accordingly, thereby declaring as void said bid/proposal and contract or purchase order.

RESPONDENT’S COMPANY NAME ______ADDRESS

TELEPHONE # FAX # E-MAIL ADDRESS WEB SITE AUTHORIZED SIGNATURE PRINT NAME TITLE STATE OF CT TAXPAYER ID #______FEDERAL TAXPAYER ID # INCORPORATED IN THE STATE OF Corporate Seal Yes No

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 73 Town of Greenwich, CT REQUEST FOR PROPOSAL #7212 DEADLINE: 6/01/16 AT 3:00 PM Public Safety Land Mobile Radio System Pricing Reply Sheet Page 8

NON- COLLUSION LANGUAGE CONTINUED

The Greenwich Code of Ethics can be found at www.greenwichct.org. Relevant provisions of the Code of Ethics state as follows:

2. DEFINITION. (1) Indirect interest, without limiting its generality, shall mean and include the interest of any subcontractor in any prime contract with the town and the interest of any person or his immediate family in any corporation, firm or partnership which has a direct or indirect interest in any transaction with the town. (2) Substantial financial interest shall mean any financial interest, direct or indirect, which is more than nominal and which is not common to the interest of other citizens of the town. (3) Town officer shall mean and include any official, employee, agent, consultant or member, elected or appointed, of any board, department, commission, committee, legislative body or other agency of the town. (4) Transaction shall mean and include the offer, sale or furnishing of any real or personal property, material, supplies or services by any person, directly or indirectly, as vendor, prime contractor, subcontractor or otherwise, for the use and benefit of the town for a valuable consideration, excepting the services of any person as a town officer.

3. GIFTS AND FAVORS. No town officer or his immediate family shall accept any valuable gift, thing, favor, loan or promise which might tend to influence the performance or nonperformance of his official duties.

4. IMPROPER INFLUENCE. No town officer having a substantial financial interest in any transaction with the town or in any action to be taken by the town shall use his office to exert his influence or to vote on such transaction or action. By signing below, the undersigned declares that he/she has read the non-collusion language contained herein and agrees to abide by its contents:

AUTHORIZED SIGNATURE ______PRINT NAME ______BIDDER’S COMPANY NAME ______

Contract Signature

The respondent shall indicate below, the full name, title, and the complete mailing address of the authorized person who will sign the contract (if one is needed) for this procurement: ______ATTACHMENT A

ATTACHMENTS REQUIRED:

BID BOND FORM ………………………………………….. ATTACHMENT A

VENDOR INFORMATION FORM ………………………… ATTACHMENT B

INSURANCE PROCEDURE FORM ……………………… ATTACHMENT C

EXHIBITS:

INSURANCE REQUIREMENT SHEET …………………………………….…………. EXHIBIT A

INSURANCE LETTER …………………………………………………………………… EXHIBIT B

TOG ‘AGREEMENT’ CONTRACT FORMAT ………………………………………….. EXHIBIT C

PERFORMANCE BOND FORM ………………………………………………………… EXHIBIT D

NON RESIDENT CONTRACTOR FORMS:

THE STATE OF CONNECTICUT DEPARTMENT OF REVENUE SERVICES SPECIAL NOTICE, SN 2012(2) ……………………………………………………….. EXHIBIT E

FORM AU-964 …………………………………………………………………………… EXHIBIT F

PREVAILING WAGE SCHEDULE ……………………………………………………… EXHIBIT G ATTACHMENT A

BID BOND

INSTRUCTIONS IN USE OF BOND FORM

1. The Bid Bond form given on the following pages shall be used.

2. The surety on the Bond may be any corporation authorized to act as surety in the State of Connecticut.

3. The full name and business or residence address of each individual party to the Bond shall be inserted in the space provided therefore, and each such party shall sign the Bond with his usual signature on the line opposite the scroll seal.

4. If the principals are partners, their individual names appear in the space provided therefore, with the recital that they are partners composing a firm, naming it, and the Bond shall be executed by a general partner who has been authorized to act on behalf of the partnership.

5. If the principal or surety is a corporation, the name of the state in which incorporated shall be inserted in the space provided therefore and said instrument shall be executed and attested under the corporate seal as indicated in the form. If the corporation has no corporate seal, the fact shall be stated, in which case a scroll of adhesive seal shall appear following the corporate name.

6. The official character and authority of the person or persons executing the Bond for a corporation shall be certified by a proper officer, in lieu of such certificate, there may be attached to the Bond, copies of so much of the records of the corporation as will show the official character and authority of the officers signing, duly certified by a proper office, under the corporate seal, to be true copies.

7. If the principal or surety is a Limited Liability Company (LLC), the names of the members shall appear in the spaces provided therefore, with the recital that they are members of an LLC, naming it, and the Bond shall be executed by a managing member who has been authorized to act on behalf of the LLC. The official character and authority of the person or persons executing the Bond for an LLC shall be certified by a proper managing member. In lieu of such certificate, there may be attached to the Bond, copies of so much of the records of the LLC as will show the official character and authority of the members signing, duly certified by a proper member to be true copies.

8. The date of this Bond must not be prior to the date of the instrument in connection with which it is given. ATTACHMENT A

FORM OF BID BOND

*** BID BOND ***

TOWN OF GREENWICH

______Date Bond Executed

______Principals

______Surety

______Penal Sum of Bond (Expressed in Words and Figures) Date of Bid

Know all men by these presents, that we, the principals and surety above named, are held and firmly bound unto the Town of Greenwich, Connecticut, in the penal sum of the amount stated above, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such, that whereas the principals have submitted the accompanying Bid, dated as shown above, for

Now, therefore, if the principals shall not withdraw said Bid within the period specified therein after the opening of the same, or if no period be specified, within sixty (60) days after the said opening, and shall within the period specified therefore, or, if no period be specified, within ten (10) days after the prescribed forms are presented to him for signature, execute such further contractual documents, if any, as may be required by the terms of the Bid as accepted, and give bonds with good and sufficient surety or sureties as may be required, for the faithful performance and proper fulfillment of the resulting contract, and for the protection of all persons supplying labor and materials in the prosecution of the work provided for in such contract or in the event of the withdrawal of said Bid within the period specified, or the failure to enter into such contract and give such bonds within the time specified, if the principal shall pay the Town of Greenwich, Connecticut, the difference between the amount specified in said Bid and the amount for which said Town may procure the required work, supplies and services, if the latter amount be in excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue.

In witness whereof, the above-bounden parties have executed this instrument under their several seals on the date indicated above. The name and corporate seal (if applicable) of each corporate party being hereto affixed. ATTACHMENT A

______Name of Partnership

______(SEAL) Business Address

______Partner - (Hereunto Duly Authorized)

IN THE PRESENCE OF

WITNESS INDIVIDUAL PRINCIPAL

1.______AS TO______(SEAL)

2.______AS TO______(SEAL)

3.______AS TO______(SEAL)

4.______AS TO______(SEAL)

********************************************************************************* ****** * * ______* CORPORATE / LLC PRINCIPAL * * ______WITNESS * BUSINESS ADDRESS * AFFIX * CORPORATION * SEAL ______*

*______* BY - (HEREUNTO DULY AUTHORIZED) * * ______* TITLE *************************************************************************************** * * ______* CORPORATE SURETY * * ______WITNESS * BUSINESS ADDRESS * AFFIX * CORPORATION * SEAL ______*

*______* BY - (HEREUNTO DULY AUTHORIZED) * * ______* TITLE ATTACHMENT A *************************************************************************************** CERTIFICATE AS TO CORPORATE PRINCIPAL

I, ______, Certify that I am the ______of the Corporation/Limited Liability Company named as Principal in the within Bond, that ______

______, who signed the said Bond on behalf of the

Principal, was then ______of ______said Corporation/Limited Liability Company, that I know his signature and his signature thereto is genuine, and that said Bond was duly signed, sealed (if a Corporation) and attested for and in behalf of said

Corporation/Limited Liability Company by authority of its governing body.

______(CORPORATE SEAL)

______(CORPORATE SECRETARY OR MANAGING MEMBER) ATTACHMENT B Vendor Information & Signatory Form

Vendor Name: ______

Primary Business Address: ______

Telephone: ______Fax: ______

Email: ______Web Site: ______

Secondary Business Location(s)if any:

Business Address: ______

Telephone: ______Fax: ______

Email: ______Web Site: ______

Business Address: ______

Telephone: ______Fax: ______

Email: ______Web Site: ______

Type of Entity: Corporation: ______Type of Corp.: ______LLC: ______Partnership: ______Joint Venture: ______Sole Proprietorship: ______Other (please describe): ______

1. CT State Business License Number (if applicable): ______State Agency issuing license: ______

2. Number of years in business under entity name: ______

3. Provide below the full names of entity’s owners (> 20% ownership), officers and managers. (use a separate sheet of paper if necessary)

______

______

______

______

4. Has the entity changed its name within the past 3 years? a.i.1.a. YES NO

5. If yes, provide former name(s): ______

6. Have there been any recent (within the last three years) changes in control/ownership, > 20% of the entity? a.i.1.a. YES NO

7. If yes, explain. (use a separate sheet of paper if necessary)

8. Have officers or principals of the entity ever had any license suspended or revoked (other than Driver’s License) for any reason? a.i.1.a. YES NO

9. If yes, please explain. (use a separate sheet of paper if necessary)

10. Is the entity or has the entity, or any of its principals, officers, members or owners ever been a party to or involved in any US civil, criminal, antitrust violation, regulatory action, settlements, lawsuit or other legal action involving the Town of Greenwich or any other municipality in the States of CT or NY related to the vendor’s business activities? ATTACHMENT B a.i.1.a. YES NO

11. If the answer to question number 10 is ‘yes’, please explain below. (use a separate sheet of paper if necessary.) ______

12. Has any principal, officer, member or owner of the undersigned entity within the last three years been a principal, officer, member or owner of any entity that has filed for bankruptcy or been voluntarily or involuntarily dissolved?

a.i.1.a. YES NO

13. Name and title of person completing / responsible for submission of this bid or contract and the responses to this questionnaire: ______

14. Telephone number and email address for person identified in questions #13: Phone No.: ______Email Address: ______

15. If requested by the Town during the solicitation process, the vendor hereby agrees to provide the Town with copies of the most recent three (3) years of Loss History Reports for all lines of insurance coverage from its insurance carrier (as named herein) for all contracts and RFPs/RFQs/RFBs equal to or in excess of $250,000.

a.i.1.a. YES NO

Name of Insurance Carrier: ______

The loss history reports shall include claims data for all fifty US states; detail of each claim for the past three years for AL, GL, WC; and a summary page with the annual total claim amounts for the past three years for AL, GL, and WC.

16. Have any claims been made against the entity’s performance bond? YES NO

17. Please indicate whether your entity is currently debarred from doing business in the State of Connecticut or any other state.

a. YES List of States:______NO

18. Please indicate whether your entity has ever been convicted of OSHA violations.

a. YES (Attach separate page(s) with explanation.) NO

With regard to item No.17 and 18, the vendor understands and agrees that it has a continuing obligation to inform the Town of any OSHA violation and if it is debarred from doing business in the State of Connecticut or any other State after it has submitted this Vendor Information Form. The Vendor understands and agrees that its obligation to keep the Town informed of any change in status continues up to and including the time of award of the contract and if vendor is awarded the contract, its obligation shall continue during the entire duration of the contract.

19. Provide below an inventory list of all major equipment owned by the entity that would be used on this project:

______

______

______

______

______

______

20. Provide a complete list of the entity’s current public customers located in the State of Connecticut:

CUSTOMER ADDRESS CONTRACT ANNUAL AMOUNT ______

______

______ATTACHMENT B

______

______

______

______

______

FAILURE TO COMPLETE THIS FORM OR FAILURE TO PROVIDE THE NECESSARY BACK UP INFORMATION FOR ANY QUESTION ON THIS FORM MAY RESULT IN DISQUALIFICATION. Signature ______Date:______

Print Name and Title ______ATTACHMENT C

TOWN OF GREENWICH INSURANCE PROCEDURE

PLEASE NOTE:

RETURN THIS COMPLETED FORM WITH YOUR BID/PROPOSAL. FAILURE TO DO SO MAY RESULT IN YOUR BID/PROPOSAL BEING REJECTED.

Please take the insurance requirements of the Contract to your agent/broker immediately upon receipt of the bid documents to determine your existing coverage and any costs for new or additional coverage required for the work noted in this Request for Bid/Proposal. Any bids/proposals which contain exceptions to the insurance requirements may be considered nonresponsive and may be rejected.

STATEMENT OF VENDOR:

I have read the insurance requirements for this work and have taken the documentation to my insurance agent/broker. The bid/proposal cost reflects any additional costs relating to insurance requirements for this work.

If I am awarded this contract, I or my insurance agent shall submit all of the required insurance documentation to the Town of Greenwich Purchasing Department within ten (10) days after the date of the award of the contract.

Signature Date

Contractor RFP #7212 Insurance Requirement Sheet EXHIBIT A Public Safety Land Mobile Radio System Insurance Requirements: Before starting and until final completion and acceptance of the work called for in the Contract and expiration of the guarantee period provided for in the Contract, the Contractor and its subcontractors, if any, shall procure and maintain insurance of the types and amounts checked in paragraphs A through F below for all Contract operations. A. General Liability, with minimum coverages for combined bodily injury and property damage liability of $2,000,000 general aggregate, $1,000,000 per occurrence including: 1. Commercial General Liability. 2. Town as additional insured. 3. Owners and Contractors Protective Liability (separate policy in the name of the Town). B. Comprehensive Automobile Liability, with minimum coverages of $1,000,000 combined single limit for bodily injury and property damage, including, where applicable, coverage for any vehicle, all owned vehicles, scheduled vehicles, hired vehicles, nonowned vehicles and garage liability. C. Excess Liability, with minimum coverage of $5,000,000 in umbrella form, or such other form as approved by Town Department Head and Risk Management Director.

D. Workers' Compensation and Employer's Liability, with minimum coverages as provided by Connecticut State Statutes. E. Professional Liability (for design and other professionals for Errors and Omissions), with minimum coverage of $2,000,000. If the policy is on a claims-made basis, coverage shall be continually renewed or extended for three (3) years after work is completed under the Contract. F. Other (Builder's Risk, etc.): .

G. CERTIFICATE HOLDER: TOWN OF GREENWICH ATTN: PURCHASING DEPT. (Also fill in on ACORD Certificate of Insurance) 101 Field Point Road, Greenwich, CT 06830. The Acord certificate of insurance form must be executed by your insurance agent/broker and returned to this office. The most current Acord form should be used for insurance documentation purposes. Company name and address must conform on all documents including insurance documentation. It is required that the agent/broker note the individual insurance companies providing coverage, rather than the insurance group, on the Acord form. The Contract number (provided to the awarded Contractor), project name and a brief description must be inserted in the “Description of Operations” field. It must be confirmed on the Acord Form that the Town of Greenwich is endorsed as an additional insured by having the appropriate box checked off and stating such in the “Description of Operations” field. A letter from the awarded vendor’s agent/broker certifying that the Town of Greenwich has been endorsed onto the general liability policy as an additional insured is also mandatory. This letter must follow exactly the format provided by the Purchasing Department and must be signed by the same individual authorized representative who signed the Acord form, both of which must be signed with original ink “wet” signatures. If the insurance coverage required is provided on more than one Acord certificate of insurance, then additional agent/broker letters are also required. Contract development will begin upon receipt of complete, correct insurance documentation. The Contractor shall be responsible for maintaining the above insurance coverages in force to secure all of the Contractor's obligations under the Contract with an insurance company or companies with an AM Best Rating of B+:VII or better, licensed to write such insurance in Connecticut and acceptable to the Risk Manager, Town of Greenwich. For excess liability only, non-admitted insurers are acceptable, provided they are permitted to do business through

85 Connecticut excess line brokers per listing on the current list of Licensed Insurance Companies, Approved Reinsurers, Surplus Lines Insurers and Risk Retention Groups issued by the State of Connecticut Insurance Department.

86 RFP #7212 EXHIBIT B Public Safety Land Mobile Radio System

AGENT/BROKER (LETTERHEAD)

(Date)

Town of Greenwich Joan T. Sullivan, Director of Purchasing 101 Field Point Road Greenwich, CT 06830

Re: (Name of the Insured) Town of Greenwich Contract No. XXXX

Dear Mrs. Sullivan:

The undersigned hereby certifies as follows:

(1) I am a duly licensed insurance agent under the laws of the State of [insert state] and an authorized representative of all companies affording coverage under the Acord form submitted herewith;

(2) The Town of Greenwich has been endorsed as an additional insured under general liability policy no. [insert policy number], issued by [insert company affording coverage] to [name of insured];

(3)] The general liability policy referenced in paragraph (2) above meets or exceeds the coverage in Commercial General Liability ISO form CG 00 01 10 01, including contractual liability;

(4) The policies listed in the Acord form submitted to the Town of Greenwich in connection with the above referenced contract have been issued to the insured in the amounts stated and for the periods indicated in the Acord form; and

(5) The Town of Greenwich shall be given thirty (30) days prior written notice of cancellation, lapse or restrictive amendment (except ten days notice of nonpayment) of the policies listed in the Acord form.

Sincerely,

(Signature)

Type Name Authorized Representative for all companies listed in the Acord form

Public Safety Land Mobile Radio System Town of Greenwich, CT Request For Proposal #7212 87 AGREEMENT

CONTRACT NO.

THIS AGREEMENT, executed this day of in the year Two Thousand Sixteen (herein referred to as the "AGREEMENT"), by and between the Town of Greenwich, Connecticut, acting through ______hereunto duly authorized, "OWNER" and ______, acting through ______(insert name of individual and title) duly authorized, "CONTRACTOR".

WITNESSETH, that the parties to these presents, each in consideration of the under-taking, promises and agreements on the part of the other herein contained, have undertaken, promised and agreed to do hereby undertake, promise and agree, the Owner for itself, its successors and assigns, and the Contractor for himself and his heirs, executors, administrators, successors and assigns, as follows:

1. DEFINITIONS:

Wherever the words hereinafter defined or pronouns used in their stead occur in the Contract Documents, they shall have the following meaning:

The word "Owner" shall mean the Town of Greenwich and shall include its authorized representative.

The word "Contractor" shall mean the person or organization identified as such in this Agreement and shall include his authorized representative.

The words "Contracting Officer or Agency" shall mean that official of the Town which awards the contract, executes the Agreement and is the Owner's authorized representative.

The Information for Bidders, the Contractor's Bid as accepted by the Owner, the Contract Conditions and Specifications and the General, Technical and Materials Specifications, the Drawings, and all addenda and amendments to any of the foregoing, collectively constitute the Contract Documents, and are sometimes herein referred to as the "Contract". EXHIBIT C

2. DESCRIPTION OF WORK: 3. PAYMENT:

The Contractor shall be paid on a monthly basis after presentation of vouchers, and subject to acceptance and approval by the Town of Greenwich.

Such payments will be made by the Town of Greenwich monthly for all services actually rendered, and the acceptance by the Contractor of any such monthly payment shall be a release to the Town of all claims and all liability to the Contractor in connection with the contract, arising during the period for which payment is made. No payment, however, shall operate to release the Contractor or its sureties or insurers from any obligation under the Contract to be entered into or the Performance Bond or any insurance policies issued in connection with said contract.

4. PERFORMANCE MAINTENANCE AND PAYMENT BOND:

The Contractor shall, simultaneously with the signing of the Contract, furnish the Town the executed Performance, Maintenance and Payment Bond of a surety company authorized to do business in the State of Connecticut, and acceptable to the Town, in the sum of the full amount of the Contract obligation in the form provided by the Town.

THE ABOVE IS ONLY REQUIRED FOR CONTRACTS EXCEEDING $100,000.00.

5. GUARANTEE:

The Contractor guarantees that the Work and services to be performed, furnished, used or installed in the construction of the same, shall be free from defects and flaws, and shall be performed and furnished in strict accordance with the Drawings, if any, Specifications, and other Contract Documents, that the strength of all parts of all manufactured equipment shall be adequate and as specified and that the performance test requirements of the Contract shall be fulfilled. This guarantee shall be for a period of one year from and after the date of completion and acceptance of the Work as stated in the final estimate. The Contractor shall repair, correct or replace as required, promptly and without charge, all work, equipment and material, or parts thereof, which fail to meet the above guarantee or which in any way fail to comply with or fail to be in strict accordance with the terms and provisions and requirements of the Contract during such one-year period, and also shall repair, correct, or replace all damage to the Work resulting from such failure.

6. DEFECTIVE WORK:

The inspection of the Work shall not relieve the Contractor of any of his obligations to perform and complete the Work as required by the Contract. Defective work shall be corrected and unsuitable materials, equipment apparatus and other items shall be replaced by the Contractor, notwithstanding that such work, materials, equipment, apparatus and other items may have been previously overlooked or accepted or estimated for payment. If the work or any part thereof shall be found defective at any time before the final acceptance of the work, the EXHIBIT C

Contractor shall forthwith make good such defect in a manner satisfactory to the Town; if any material, equipment, apparatus or other items brought upon the site for use or incorporation in the work, or selected for the same, is condemned by the Town as unsuitable or not in conformity with the Specifications or any of the other Contract Documents, the Contractor shall forthwith remove such materials, equipment, apparatus and other items from the site of the Work and shall at his own cost and expense make good and replace the same and any material furnished by the Town which shall be damaged or rendered defective by the handling or improper installation by the Contractor, his agents, servants, employees or subcontractors.

7. COMPLIANCE WITH LAWS:

The Contractor shall keep himself fully informed of all existing and future federal, state and local laws, ordinances, rules and regulations affecting those engaged or employed on the work, the materials and equipment used in the work or the conduct of the work, and of all orders, decrees and other requirements of bodies or tribunals having any jurisdiction or authority over the same. If any discrepancy or inconsistency is discovered in the Drawings, if any, Specifications or other Contract Documents in relation to any such law, ordinance, rule, regulation, order, decree or other requirement, the Contractor shall forthwith report the same to the Town in writing. The Contractor shall at all times observe and comply with, and cause all his agents, servants, employees and subcontractors to observe and comply with all such existing and future laws, ordinances, rules, regulations, orders, decrees and other requirements, and he shall protect, indemnify and save harmless the Town, its officers, agents, servants and employees from and against any and all claims, demands, suits proceedings, liabilities, judgments, penalties, losses, damages costs and expenses, including attorneys' fees, arising from or based upon any violation or claimed violation of any such law, ordinance, rule, regulation, order, decree or other requirement, whether committed by the Contractor or any of his agents, servants, employees or subcontractors.

8. INDEMNITY:

The Contractor shall indemnify and save harmless the Town and its officers, agents, servants and employees, from and against any and all claims, demands, suits, proceedings, liabilities, judgments, awards, losses, damages, costs and expenses, including attorneys' fees, on account of bodily injury, sickness, disease or death sustained by any person or persons or injury or damage to or destruction of any property, directly or indirectly arising out of, relating to or in connection with the Work, whether or not due or claimed to be due in whole or in part to the active, passive or concurrent negligence or fault of the Contractor, his officers, agents, servants or employees, any of his subcontractors, the Town any of his respective officers, agents, servants or employees and/or any other person or persons, and whether or not such claims, demands, suits or proceedings are just, unjust, groundless, false or fraudulent; and the Contractor shall and does hereby assume and agrees to pay for the defense of all such claims, demands, suits and proceedings; and provided that the Contractor shall not be required to indemnify the Town, its officers, agents, servants or employees against any such damages occasioned solely by acts or omissions of the Town other than supervisory acts or omissions of the Town in connection with the Work. EXHIBIT C

INDEMNITY AGAINST SUBCONTRACTORS' CLAIMS:

If any other contractor or any subcontractor of any such other contractor shall suffer or claim to have suffered loss, damage or delay by reason of the acts or omissions of the Contractor or of any of his subcontractors, the Contractor agrees to assume the defense against any such claim and to reimburse such other contractor or subcontractor for such loss or damage. The Contractor agrees to and does hereby indemnify and save harmless the Town from and against any and all claims by such other contractors or subcontractors, alleging such loss, damage or delay and from and against any and all claims, demands, suits, proceedings, liabilities, judgments, awards, losses, damages, costs and expenses including attorneys' fees, arising out of, relating to or resulting from such claims.

9. PATENTS:

The Contractor shall indemnify and save harmless the Town and all persons acting for or on behalf of the Town from all claims and liability of any nature or kind, and all damages, costs and expenses, including attorneys' fees, arising from or occasioned by an infringement or alleged infringement of any patents or patent rights on any invention, process, materials, equipment, article, or apparatus, or any part hereof, furnished and installed by the Contractor, or arising from or occasioned by the use or manufacture thereof, including their use by the Town.

10. CHANGES:

The Town, through its designated Agent, may make changes in the Work and in the Drawings, if any, and Specifications therefor by making alterations therein, additions, thereto or omissions therefrom. All work resulting from such changes shall be performed and furnished under and pursuant to the terms and conditions of the Contract. If such changes result in an increase or decrease in the Work to be done hereunder, or increase or decrease the quantities thereof, adjustment in compensation shall be made therefor. For eliminated or decreased work the Contractor shall allow the Town a reasonable credit as determined by the Parties. Except in an emergency endangering life or property, no change shall be made unless in pursuance of a written order from the Town authorizing the change, and no claim for additional compensation shall be valid unless the change is so ordered.

The Contractor agrees that he shall neither have nor assert any claim for or be entitled to any additional compensation for damages or for loss of anticipated profits on work that is eliminated.

11. CLAIMS FOR DAMAGES:

If the Contractor makes claim for any damages alleged to have been sustained by breach of contract or otherwise, he shall, within ten (10) days after occurrence of the alleged breach or within ten (10) days after such damages are alleged to have been sustained whichever date is the earlier, file with the Contracting Officer a written, itemized statement of the details of the alleged breach and the details and amount of the alleged damages. The Contractor agrees that unless such EXHIBIT C

statement is made and filed as so required, his claim for damages shall be deemed waived, invalid and unenforceable, and that he shall not be entitled to any compensation for any such alleged damages. Within ten (10) days after the timely filing of such statement, the Contracting Officer shall file with the appropriate department of the Town, one copy of the statement, and shall file with the Town and the Contractor his determination thereon. The Contractor shall not be entitled to claim any additional compensation for damages by reason of any direction, instruction, determination or decision of the Town or its agents, nor shall any such claims be considered, unless the Contractor shall have complied in all respects with the provisions of this paragraph.

12. ABANDONMENT OF THE WORK OR OTHER DEFAULT:

If the Work shall be abandoned, or any part thereof shall be sublet without previous written consent of the Town, or the Contract or any moneys payable hereunder shall be assigned otherwise than as herein specified, or if at any time the Contracting Officer shall be of the opinion, and shall so certify in writing, that the conditions herein specified as to rate of progress are not being complied with, or that the Work or any part thereof is being unnecessarily or unreasonably delayed, or that the Contractor has violated or is in default under any of the provisions of the Contract, or if the Contractor becomes bankrupt or insolvent or goes or is put into liquidation or dissolution, either voluntarily or involuntarily, or petitions for an arrangement or reorganization under the Bankruptcy Act, or makes a general assignment for the benefit of creditors or otherwise acknowledges insolvency, the happening of any of which shall be and constitute a default under the Contract, the Town may notify the Contractor in writing, with a copy of such notice mailed to the surety, to discontinue all Work or any part thereof; thereupon the Contractor shall discontinue such Work or such part thereof as the Town may designate; and the Town may, upon giving such notice, by Contract or otherwise as it may determine, complete the Work or such part thereof and charge the entire cost and expense of so completing the work. The Town shall be entitled to reimbursement from the Contractor and the Contractor agrees to pay to the Town any losses, damages, costs and expenses, including attorneys' fees, sustained or incurred by the Town by reason of any of the foregoing causes. For the purpose of such completion the Town may for itself or for any Contractors employed by the Town take possession of and use or cause to be used any and all materials, equipment, plant, machinery, appliances, tools, supplies and such other items of every description that may be found or located at the site of the Work.

All costs, expenses, losses, damages, attorneys' fees, and any and all other charges incurred by the Town under this subsection shall be charged against the Contractor and deducted and/or paid by the Town out of any moneys due and payable or to become due or payable under the Contract to the Contractor; in computing the amounts chargeable to the Contractor, the Town shall not be held to a basis of the lowest prices for which the completion of the Work or any part thereof might have been accomplished, but all sums actually paid or obligated therefor to effect its prompt completion shall be charged to and against the account of the Contractor. In case the costs, expenses, losses, damages, attorneys' fees and other charges together with all payments theretofore made to or for the account of the Contractor are less than the sum which would have been payable under the Contract if the Work had been properly performed and completed by the EXHIBIT C

Contractor, the Contractor shall be entitled to receive the difference, and, and in case such costs, expenses, losses, damages, attorneys' fees and other charges, together with all payments theretofore made to or for the account of the Contractor, shall exceed the said sum, the Contractor shall pay the amount of the excess to the Town.

13. LIENS:

If at any time any notices of lien or other legal process are filed for labor performed or materials or equipment manufactured, furnished, or delivered to or for the Work, the Contractor shall, at its own cost and expense, promptly discharge, remove or otherwise dispose of the same, and until such discharge, removal or disposition, the Town shall have the right to retain from any moneys payable hereunder an amount which, in its sole judgment, it deems necessary to satisfy such liens and pay the costs and expenses, including attorneys' fees, of defending any actions brought to enforce the same, or incurred in connection therewith or by reason thereof.

14. CLAIMS:

If at any time there be any evidence of any claims for which the Contractor is or may be liable or responsible hereunder, the Contractor shall promptly settle or otherwise dispose of the same, and until such claims are settled or disposed of, the Town may retain from any moneys which would otherwise be payable hereunder so much thereof as, in its sole judgment, it may deem necessary to settle or otherwise dispose of such claims and to pay the costs and expenses, including attorneys' fees, of defending any actions brought to enforce such claims or incurred in connection therewith or by reason thereof.

15. LIABILITY OF TOWN:

No person, firm or corporation, other than the Contractor, who signed this Contract as such, shall have any interest herein or rights hereunder. No claim shall be made or be valid either against the Town or any agent of the Town and neither the Town nor any agent of the Town shall be liable for or be held to pay any money, except as herein provided. The acceptance by the Contractor of the payment as fixed in the final estimate shall operate as and shall be a full and complete release of the Town and of every agent of the Town of and from any and all claims, demands, damages and liabilities of, by or to the Contractor for anything done or furnished for or arising out of or relating to or by reason of the Work or for or on account of any act or neglect of the Town or of any agent of the Town or of any other person, arising out of, relating to or by reason of the Work, except the claim against the Town for the unpaid balance, if any there be, of the amounts retained as herein provided.

16. PROVISIONS REQUIRED BY LAW DEEMED INSERTED:

Each and every provision of law and clause required by law to be inserted in the Contract shall be deemed to be inserted herein, and the Contract shall be read and enforced as though they were included herein. If through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of either party, the Contract shall forthwith be physically amended to make such insertion. EXHIBIT C

17. PERMITS:

The Contractor shall, at his own expense, take out and maintain all necessary permits from the State, Town, or other public authorities; shall give all notices required by law; and shall post all bonds and pay all fees and charges incident to the due and lawful prosecution of the Work.

18. NOT TO SUBLET OR ASSIGN:

The Contractor shall constantly give his personal attention to the faithful prosecution of the Work, shall keep the same under his personal control, shall not assign the Contract or sublet the Work or any part thereof without the previous written consent of the Town, and shall not assign any of the moneys payable under the Contract, or his claim thereto, unless by and with the like written consent of the Town and the surety on the Contract Bonds. Any assignment or subletting in violation hereof shall be void and unenforceable.

19. EMPLOY COMPETENT PEOPLE:

The Contractor shall employ only competent people on the Work and shall not employ people or means which may cause strikes, work stoppages and/or disturbances by workmen employed by the Contractor, any subcontractor, the Town, the Contracting Officer or any other contractor. Whenever the Contracting Officer notifies the Contractor in writing that in his opinion any person on the Work is incompetent, unfaithful, disorderly, or otherwise unsatisfactory or not employed in accordance with the provisions of the Contract, such person shall be discharged from the Work and shall not again be employed on it, except with the written consent of the Contracting Officer.

20. EMPLOY SUFFICIENT LABOR AND EQUIPMENT:

If in the sole judgment of the Contracting Officer the Contractor is not employing sufficient labor, plant, equipment or other means to complete the Work within the time specified, the Contracting Officer may, after giving written notice, require the Contractor to employ such additional labor, plant, equipment and other means as the Contracting Officer deems necessary to enable the Work to progress properly.

21. INTOXICATING LIQUORS:

The Contractor shall not sell and shall neither permit nor suffer the introduction or use of intoxicating liquors upon or about the Work.

22. ACCESS TO WORK:

The Town, the Contracting Officer, and their officers, agents, servants and employees may at any and all times and for any and all purposes, enter upon the Work and the site thereof and the premises used by the Contractor, and the Contractor shall at all times provide safe and proper facilities therefor. EXHIBIT C

23. EXAMINATION OF WORK:

The Contracting Officer shall be furnished by the Contractor with every reason able facility for examining and inspecting the Work and for ascertaining that the Work is being performed in accordance with the requirements and intent of the Contract, even to the extent of requiring the uncovering or taking down portions of finished work by the Contractor.

24. EXTRA WORK:

The Contractor shall perform any extra work (work in connection with the Contract but not provided for herein) when and as ordered in writing by the Contracting Officer, at the unit prices stipulated in the Contract for such work or, if none are so stipulated, either (a) at the price agreed upon before such work is commenced and named in the written order for such work, or (b) if the Contracting Officer so elects, for the reasonable cost of such work, as determined by the Contractor and approved by the Contracting Officer, plus a percentage of such cost, as may be agreed upon by Contract and Contracting Officer.

25. CHANGES NOT TO AFFECT BONDS:

It is distinctly agreed and understood that any changes made in the work or the Drawings or Specifications therefor (whether such changes increase or decrease the amount thereof or the time required for its performance) or any changes in the manner or time of payments made by the Town to the Contractor, or any other modifications of the Contract, shall in no way annul, release, diminish or affect the liability of the surety on the Contract Bonds given by the Contractor, it being the intent hereof that notwithstanding such changes the liability of the surety on said bonds continue and remain in full force and effect.

26. PRICES FOR WORK:

The Town shall pay and the Contractor shall receive the prices stipulated in the Bid made a part hereof as full compensation for everything performed and furnished and for all risks and obligations undertaken by the Contractor under and as required by the Contract.

27. MONEYS MAY BE RETAINED:

The Town may at any time retain from any moneys which would otherwise be payable hereunder so much thereof as the Town may deem necessary to complete the Work hereunder and to reimburse it for all costs, expenses, losses, damage and damages chargeable to the Contractor hereunder.

28. USE OR PARTIAL PAYMENT NOT ACCEPTANCE:

It is agreed that this is an entire contract for one whole and complete Work or result and that neither the Town’s entrance upon or use of the Work or any part thereof nor any partial payments by the Town shall constitute an acceptance of the Work or any part thereof before its entire completion and final acceptance. EXHIBIT C

29. NON-CONNECTICUT CONTRACTORS:

Pursuant to Connecticut General Statutes §12-430(7), as amended by Connecticut Public Act #11-61, Section 66, a nonresident contractor shall comply with the State of Connecticut’s bonding requirements.

30. PAYMENT TO SUBCONTRACTORS:

As required by Section 49-41a of the Connecticut General Statutes, within thirty days after payment to the Contractor by the Town for work under this Contract, he shall pay any amounts due any subcontractor, whether for labor performed or materials furnished when such labor or materials has been included in a requisition submitted by such Contractor and paid by the Town.

31. INSURANCE:

Insurance coverage required as noted in "Exhibit A" attached.

32. PREVAILING WAGE RATES; CONSTRUCTION SAFETY AND HEALTH COURSE:

Except as noted below, the Contractor shall comply with the current provisions of Section 31-53 of the General Statutes of the State of Connecticut, a part of which is quoted as follows:

"The wages paid on an hourly basis to any person performing the work of any mechanic, laborer or worker on the work herein contracted to be done and the amount of payment or contribution paid or payable on behalf of each such person to any employee or welfare fund, as defined in subsection (h) of section 31-53 of the General Statutes, shall be at a rate equal to the rate customary or prevailing for the same work in the same trade or occupation in the town in which such public works project is being constructed. Any contractor who is not obligated by agreement to make payment or contribution on behalf of such persons to any such employee welfare fund shall pay to each mechanic, laborer or worker as part of such person’s wages the amount of payment or contribution for such person’s classification on each pay day."

All Contractors and subcontractors shall submit certified weekly payrolls, on forms furnished by the Town, for all contracts meeting the aforementioned monetary limits. The certified payrolls shall be submitted with the Contractor's monthly certificate for payment.

Section 31-55a of the General Statutes of the State of Connecticut provides that the prevailing wage rates applicable to any awarded contract or subcontract are subject to annual adjustments each July 1st for the duration of the project. Each Contractor that is awarded a contract shall pay the annual adjusted prevailing wage rate that is in effect each July 1st, as posted by the Department of Labor. EXHIBIT C

It is the Contractor’s responsibility to obtain the annual adjusted prevailing wage rate increases directly from the Department of Labor’s web site. The annual adjustments will be posted on the Department’s of Labor web page: www.ctdol.state.ct.us. For those without Internet access, contact the division listed below.

The Contractor shall also furnish proof with the weekly certified payroll for the first week each employee begins work that any person performing the work of a mechanic, laborer or worker has completed a course of at least ten (10) hours in duration in construction safety and health approved by the federal Occupational Safety and Health Administration in accordance with Connecticut General Statutes Section 31-53b and regulations adopted by the State of Connecticut Labor Commissioner.

The provisions of this section (32) shall not apply where the total cost of all work to be performed by all Contractors and subcontractors in connection with new construction of any public works project is less than four hundred thousand dollars ($400,000) or where the total cost of all work to be performed by all contractors and subcontractors in connection with any remodeling, refinishing, refurbishing, rehabilitation, alteration or repair of any public works project is less than one hundred thousand dollars ($100,000).

Questions can be directed to the Contract Compliance Unit, Wage and Workplace Standards Division, Connecticut Department of Labor, 200 Folly Brook Blvd., Wethersfield, CT 06109 at 860-263-6790.

33. GOVERNING LAW:

The laws of the State of Connecticut shall govern this Contract and any and all litigation related to this Contract. In the event of litigation related to this Contract, the exclusive forum shall be the State of Connecticut and the exclusive venue for such litigation shall be the Judicial District for Stamford/Norwalk at Stamford. RFP #7212 EXHIBIT C Public Safety Land Mobile Radio System

IN WITNESS, WHEREOF, the parties of the AGREEMENT have hereunto set their hand and seals the day first above written.

TOWN OF GREENWICH, CONNECTICUT

BY______

THE CONTRACTOR

BY______EXHIBIT D PERFORMANCE, MAINTENANCE AND PAYMENT BOND

BOND NO.______

KNOW ALL MEN BY THESE PRESENTS. That we______, as Principal, and ______a corporation organized under the laws of the State of ______and authorized to do business in the State of Connecticut as Surety, are holden and firmly bound jointly and severally unto the TOWN OF GREENWICH, CONNECTICUT, hereafter referred to as the Town, a territorial corporation located in the County of Fairfield, in the penal sum of ______Dollars ($______), to be paid to it or its certain attorney, successors or assigns, to which payment well and truly to be made, we the said Obligors do bind ourselves, and each of us, our heirs, executors, administrators, and successors firmly by these presents.

IN WITNESS WHEREOF we have hereunto set or caused to be set our respective hands, names and seals this ______day of ______2016.

THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the above named Principal has entered into a certain written contract with the TOWN OF GREENWICH, CONNECTICUT, dated the ______day of______2016, for construction of CONTRACT NO. XXXX (Description of work here – Usually the name of the bid) according to the plans and specifications prepared by the TOWN OF GREENWICH, which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein.

NOW, THEREFORE, if the said Principal shall well and faithfully perform said contract according to its provisions, and fully indemnify and save harmless the Town from all cost and damages which the Town may suffer by reason of failure so to do, and shall pay for all equipment, appurtenances, materials and labor furnished, used or employed in the execution of said contract, and shall indemnify and save harmless the Town from all suits or claims of any nature or description against the Town by reason of any injuries or damages sustained by any person or persons on account of any act or omission of said Principal, his servants or agents, or his subcontractors in the construction of the work or in guarding the work, or on account of the use of faulty or improper materials, or by reason of claims under the Workmen's Compensation Laws or other laws by any employee of the Principal or his subcontractors, or by reason of the use of any patented material, machinery, device, equipment, process, method of construction or design in any way involved in the work, and shall indemnify the Town against such defective workmanship, material and equipment as may be discovered within one (1) year after completion and final acceptance of the work, and shall make good in such defective workmanship and material as may be discovered within said period of one year, then this obligation shall be void, otherwise to remain in full force and effect.

The Surety hereby stipulates and agrees that any modifications, omissions or additions in or to the terms of the aforesaid contract, or in or to the plans or specifications therefor, or any extension of time, shall in no wise affect the obligation of the Surety under this bond, the Surety hereby waiving any and all right to any notice of any such modifications, omissions, changes, additions or extensions.

CONTRACTOR______

BY______

SURETY______

BY______

Recommended publications