Bowling Green Warren County, KY Request for Proposals Bid #2013-04 For Public Safety Voice Radio Communications System

October 1, 2012 Prepared by

Federal Engineering, Inc. 10600 Arrowhead Dr, Suite 160 Fairfax, VA 22030 703-359-8200 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

Table of Contents

1. PROJECT OVERVIEW ...... 7 1.1 Introduction ...... 7 1.2 Background ...... 7 1.3 Overview of this Document ...... 9 1.4 Project Summary ...... 10 1.4.1 Authorization ...... 11 1.4.2 Proposals Desired...... 12 1.4.3 Standards and Guidelines ...... 12 1.4.4 Frequency Coordination and Licensing...... 14 2. INSTRUCTIONS TO RESPONDENTS ...... 15 2.1 Overview ...... 15 2.2 Mandatory Pre-Proposal Conference ...... 15 2.3 Proposal Format ...... 16 2.4 Evaluation ...... 24 2.5 Addenda to the RFP ...... 27 2.6 Award of Contract ...... 28 2.7 Business Status and Registration Requirements ...... 29 2.8 Standard Hold Harmless & Indemnification Clause, and Insurance Requirements ...... 29 2.9 Bid, Performance and Payment Bond ...... 29 2.10 Bid Retraction ...... 29 2.11 Records Retention and Disclosure ...... 30 3. PROJECT MANAGEMENT...... 31 3.1 Project Staffing ...... 31 3.2 Scheduling ...... 32 3.3 Project Meetings ...... 33 3.4 QA/QC Program ...... 33

August 1, 2012 Page 2 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

3.5 Project Punch List ...... 35 3.6 Project Submittals ...... 36 3.6.1 Preliminary Design (45 days after contract award) ...... 36 3.6.2 Final Design (90 days after contract award) ...... 37 3.6.3 System Staging, Delivery, and Installation ...... 37 3.6.4 Final System Acceptance ...... 38 4. FUNCTIONAL REQUIREMENTS ...... 40 4.1 Overview ...... 40 4.2 Integrated Voice and Data Trunked Radio System ...... 41 4.2.1 Interoperability / Project 25 Statement of Requirements (SoR) ...... 41 4.2.2 Core System Features and Capabilities ...... 42 4.2.3 Site Selection ...... 45 4.2.4 Coverage ...... 45 4.2.5 Site Equipment ...... 49 4.3 Microwave Backhaul Network ...... 51 4.3.1 Microwave Network Mixed Mode TDM and Packet Transport Network ...... 52 4.3.2 Microwave Network Routing ...... 54 4.3.3 Microwave Network Quality of Service / Class of Service (QoS/CoS) ...... 55 4.3.4 Microwave Network Reliability ...... 56 4.3.5 Microwave Network Management ...... 56 4.3.6 Microwave Network Terminal Equipment ...... 58 4.3.7 Microwave Network Engineering ...... 61 4.3.8 Microwave Network Transition Requirements ...... 62 4.4 Optical Fiber Network ...... 62 4.5 Dispatch Console System ...... 62 4.5.1 Dispatch Console System General Requirements ...... 62 4.5.2 Dispatch Console System Operator Equipment Requirements ...... 64 4.5.3 Dispatch Console System Operability Requirements...... 67 4.6 Logging Recorder ...... 67 4.7 Network Management System (NMS) Integration ...... 69

August 1, 2012 Page 3 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

4.8 Network Management Terminal (NMT) ...... 71 4.9 Subscriber Radio Equipment ...... 71 4.10 Equipment Shelter ...... 75 4.10.1 Shelter Size ...... 75 4.10.2 Shelter Construction ...... 75 4.10.3 Shelter Design and Construction Requirements ...... 75 4.10.4 Exterior Finish ...... 76 4.10.5 Bullet Resistance ...... 76 4.10.6 Fire Rating ...... 76 4.10.7 Insulation and Interior Finish ...... 76 4.10.8 Exterior Door ...... 77 4.10.9 Power Distribution ...... 77 4.10.10 Uninterruptable Power Supply (UPS)...... 78 4.10.11 Lighting ...... 81 4.10.12 HVAC ...... 81 4.10.13 Site Alarms ...... 81 4.10.14 Grounding ...... 82 4.10.15 Entry Ports ...... 82 4.10.16 Cable Ladder ...... 82 4.10.17 Telco Board ...... 82 4.10.18 Accessories ...... 83 4.10.19 Drawings ...... 83 4.11 Site Generator ...... 83 4.11.1 Power and Electric Requirements ...... 83 4.11.2 Enclosure ...... 83 4.11.3 Muffler Type ...... 84 4.11.4 Control Panel ...... 84 4.11.5 Alarm Status ...... 84 4.11.6 Miscellaneous ...... 85 4.11.7 Automatic Transfer Switch (ATS) ...... 85

August 1, 2012 Page 4 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

4.12 Self-Supporting Tower ...... 85 4.12.1 Design Criteria ...... 85 4.12.2 Waveguide Support ...... 86 4.12.3 Waveguide Bridge...... 86 4.12.4 Climbing Equipment ...... 87 4.12.5 Lighting System & Control (Option)...... 88 4.12.6 Tower Installation ...... 89 4.12.7 Tower Erection ...... 89 4.13 Grounding System ...... 91 5. TRAINING ...... 92 5.1 Training Programs ...... 92 6. SYSTEM IMPLEMENTATION, TEST, AND ACCEPTANCE ...... 94 6.1 Staging ...... 94 6.2 System Installation ...... 95 6.3 Coverage Testing ...... 96 6.4 Cutover Plan ...... 98 6.5 Final Acceptance Testing ...... 99 6.6 30-Day Operational Test ...... 100 6.7 Decommissioning, Removal and Disposal of Legacy Equipment ...... 100 6.8 As-Built Documentation ...... 101 6.9 System Acceptance ...... 101 7. WARRANTY, MAINTENANCE, AND SUPPORT ...... 102 7.1 Warranty ...... 102 7.2 Post-Warranty Maintenance ...... 104 7.3 Maintenance ...... 105 7.3.1 General Requirements: ...... 106 7.3.2 Maintenance Standards ...... 107 7.4 Parts Availability ...... 107 7.5 Spare Equipment ...... 108 GLOSSARY OF TERMS AND ACRONYMS ...... 110

August 1, 2012 Page 5 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

APPENDIX A – MANDATORY SUBMITTALS ...... 116 APPENDIX B – PROPOSAL PRICING FORMS ...... 124 APPENDIX C – COMPLIANCE MATRIX ...... 131 APPENDIX D – BGWC OWNED PROPERTY LIST ...... 132 APPENDIX E – EXISTING VHF/UHF/800 MHZ SYSTEMS ...... 144 APPENDIX F – EXISTING DISPATCH CENTERS AND CONSOLES ...... 145 APPENDIX G – CRITICAL BUILDINGS REQUIRING COVERAGE ...... 146

August 1, 2012 Page 6 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

1. Project Overview

1.1 Introduction

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

1.2 Background

A. BGWC currently operates an 800 MHz public safety trunked voice radio system commissioned in 1997. This system supports approximately 1,200 subscriber radios and consists of a single site, 10-channel 800 MHz proprietary1 analog trunked radio system with a primary dispatch center located at the Bowling Green Police Department. In addition, a remote backup dispatch center is used as a precautionary measure to support dispatch operations and 911 calls. Table 1 provides a summary of the facilities associated with the current communications system.

Table 1 – Radio communications system sites

SYSTEM ELEMENT SITE NAME Trunked Radio System Prices Chapel Primary PSAP and Dispatch Center Bowling Green Police Department Backup PSAP and Dispatch Center Bowling Green Fire Department Station #6 Warren County Sheriff’s Office Warren County Sheriff’s Office (WCSO) (WCSO) Dispatch Center Dispatch Center

B. While the primary dispatch center2 links directly to the trunked radio system through a single point-to-point 900 MHz microwave system, all other dispatch

1 Motorola 800 MHz SmartNet 3.0

2 Bowling Green Police Department

August 1, 2012 Page 7 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

centers make use of control stations to establish indirect links via radio interface.

C. Over 30 departments from various City and County agencies and approximately 100 talkgroups utilize the system. These agencies deploy a mixture of mobile and portable subscriber radio devices.

D. In addition to the trunked radio system, the City and County support several conventional channels operating in the VHF and UHF frequency band. Appendix E – Existing VHF/UHF Systems lists these channels.

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

1. Provide BGWC with a replacement digital radio system including infrastructure equipment, and software that complies with the latest applicable APCO3 P25 suite of standards.

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

3. Provide radio system users with an increased level of coverage that supplies 95% of the geographical boundaries of Warren County with portable on the street coverage.

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

5. Provide a stable, reliable infrastructure radio environment.

6. Provide the flexibility to take advantage of future technologies. This includes operability in mixed mode (P25 Phase 1 and Phase 2) to support a managed migration of subscriber radios.

3 Association of Public Safety Communications Officials

August 1, 2012 Page 8 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

7. Provide a solution that leverages existing communications infrastructure to the greatest extent possible.

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

1.3 Overview of this Document

A. This document structures the primary contents of the RFP as follows:

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

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

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

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

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

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

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

B. Several appendixes are also included with this RFP:

1. Appendix A – Mandatory Submittals

August 1, 2012 Page 9 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

2. Appendix B – Proposal Pricing Forms

3. Appendix C – Compliance Matrix

4. Appendix D – BGWC Owned Property List

5. Appendix E – Existing VHF/UHF systems

6. Appendix F – Existing and Planned Dispatch Centers

7. Appendix G – Critical Buildings Requiring Coverage

1.4 Project Summary

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

1. Furnishing and installing system equipment and ancillary facilities

2. Engineering and system design

3. Project management

4. Software installation and programming

5. Training

6. Acceptance testing, including coverage testing

7. Cutover plan and execution

8. Warranty and Maintenance

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

1. Radio communications system, including the guarantee of radio coverage

2. Microwave, fiber, and land-line backhaul networks

3. Radio dispatch consoles

August 1, 2012 Page 10 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

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

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

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

F. BGWC shall not accept proposals that include systems or equipment at the end of their respective lifecycles.

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

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

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

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

1.4.1 Authorization

A. BGWC has authorized this RFP as part of an ongoing effort to enhance mission critical radio communications and interoperability.

August 1, 2012 Page 11 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

1.4.2 Proposals Desired

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

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

C. Alternate Proposals:

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

2. Alternate proposals shall be submitted separately under a different cover from the base proposal and clearly marked “ALTERNATIVE PROPOSAL”.

3. The RESPONDENT shall comply with the same submittal instructions in Section 2.3, Proposal Format.

1.4.3 Standards and Guidelines

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

1. American National Standards Institute (ANSI)

2. American Society of Testing Materials (ASTM)

3. Electronic and Telecommunications Industry Associations (EIA-TIA)

4. Federal Aviation Administration (FAA)

5. Federal Communications Commission (FCC)

6. Institute of Electrical and Electronics Engineers (IEEE)

August 1, 2012 Page 12 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

7. Motorola R56 – Standards and Guidelines for Communications Sites

8. National Electrical Code (NEC)

9. National Electrical Manufacturer’s Association (NEMA)

10. National Fire Protection Association (NFPA) 1221

11. Telecommunications Distribution Methods Manual (TDMM)

12. Underwriters Laboratories, Inc. (UL)

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

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

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

3. Other contractor / industry standard – RESPONDENT shall provide to BGWC for review and approval prior to contract award.

C. Equipment mounting (e.g., racks and cabinets) shall conform to full Zone 1 earthquake compliance in accordance with Telcordia (formerly Bellcore) GR- 63-CORE Network Equipment Building System (NEBS) requirements. The SELECTED VENDOR shall provide certification that the racks and/or cabinets used meet the Telcordia GR-63-CORE NEBS requirements for Zone 1 in their as-built documentation package.

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

2. Bracing of equipment is required during unattended periods of construction.

August 1, 2012 Page 13 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

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

E. If the RESPONDENT cannot meet any of the standards or guidelines listed above, the RESPONDENT shall list all deviations for approval by BGWC in their proposal.

1.4.4 Frequency Coordination and Licensing

A. Land Mobile Radio (LMR) licenses -- BGWC shall provide all current licensing information to the SELECTED VENDOR following contract award. Following approval of the preliminary design phase, the SELECTED VENDOR shall provide all modifications and applicable forms to BGWC for review and approval. The SELECTED VENDOR shall also be responsible for any additional frequency research, support, and preparation if necessary. BGWC shall execute and submit all forms following approval.

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

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

August 1, 2012 Page 14 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

2. Instructions to Respondents

2.1 Overview

A. Proposals shall be submitted in a sealed envelope and received by December 19, 2012, no later than 10:00 am CST. BGWC will not accept proposals received after this time. Proposals in the form of e-mails, telegrams, telephone calls, facsimiles, or telex messages will not be accepted.

B. RESPONDENTS shall submit a bound original and five bound copies of the proposal in a sealed envelope. Each package shall also include a copy of the proposal in electronic format on CD-ROM. The front of the package should be clearly marked “Bid #2013-04 – Proposal for the City of Bowling Green and Warren County, Kentucky, Voice Radio Communications System”. Proposals will not be accepted at any other location and shall be addressed to:

Bowling Green/Warren County Source Selection Committee c/o Purchasing Agent’s Office City Hall 1001 College Street Bowling Green, Kentucky 42101

2.2 Mandatory Pre-Proposal Conference

A. RESPONDENTS are required to attend a pre-proposal conference on October 25, 2012 at 10:00 am CST in the Bowling Green Police Department Community Room located at 911 Kentucky Street, Bowling Green, Kentucky, 42101.

B. RESPONDENTS may submit questions to BGWC at least five business days prior to the pre-proposal conference in either written or electronic format (e- mail). During the conference, BGWC will provide answers to any questions received and hold an open discussion regarding the project. Oral responses during the conference shall not be binding on BGWC.

C. Address technical questions in writing to the following BGWC contact:

MAIL: BGWC Source Selection Committee c/o Purchasing Agent’s Office

August 1, 2012 Page 15 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

P.O. Box 430 1001 College Street Bowling Green, Kentucky 42102-0430

E-MAIL: [email protected]

FAX: Attn: Purchasing Agent at 270-393-3698

D. Following the conference, all attendees will be provided with a copy of the sign-in sheet, questions, and responses.

2.3 Proposal Format

A. RESPONDENTS shall complete all mandatory submittals provided in Appendix A. Failure to provide any of the mandatory submittals with the proposal may be cause for rejection.

B. The proposal shall give clear, concise information in sufficient detail and in the order presented below to allow an evaluation based on these requirements. Although the weighting of some of the elements listed below varies, all requirements are necessary for evaluation.

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

D. BGWC may authorize the use of presentations and/or interviews as a method of presenting the RESPONDENT’S proposal or obtaining additional information. The BGWC Source Selection Committee (SSC) may invite competitive RESPONDENTS to make a presentation to, or participate in interviews with BGWC at a date, time, and location determined by BGWC. The purpose of such presentations or interviews would be to allow the RESPONDENTS to present their proposed solutions to BGWC and for the SSC to obtain additional information; the SSC will evaluate key points in the Proposals.

E. RESPONDENTS shall adhere to the proposal format provided below, organized by section:

August 1, 2012 Page 16 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

1. Technical proposal:

i. Cover page

ii. Completed representations and certifications form (as page two of the proposal)

iii. Table of contents

iv. Section 1: Executive summary

v. Section 2: Organization information

a. Mission and history – Provide the RESPONDENT’S mission statement and brief description of the RESPONDENT’S mission

b. Proposed staffing:

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

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

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

August 1, 2012 Page 17 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

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

o Project manager

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

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

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

e. Financial information:

1) RESPONDENT shall provide documentation that the organization has sufficient financial reserves to maintain the program for the duration of the project. Documentation may include cash and/or credit

August 1, 2012 Page 18 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

reserves. In addition, the RESPONDENT shall provide the following information for the last three fiscal years:

o Audited financial statements with applicable notes

o Independent auditor’s report on compliance and internal control over financial reporting based on an audit of the financial statements in accordance with Generally Accepted Accounting Principles (GAAP)

o Independent auditor’s statement of findings and questioned costs

vi. Section 3: Experience:

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

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

1) LMR technology designed for life critical operations

2) Quantity of communications sites

3) Regional population base

4) Quantity of base stations

5) Geographic topology

August 1, 2012 Page 19 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

c. References – Each reference shall include the following minimum information, including:

1) Name of the system

2) Location

3) Contact person

4) Contact telephone number

5) Contact e-mail address

vii. Section 4: Compliance matrix:

a. RESPONDENTS shall demonstrate compliance with the requirements in the statement of work by completing the compliance matrix provided in Table B.1 – Proposal Pricing Form (Total Cost) found in Appendix B.

b. Appendix C – Compliance Matrix.

c. RESPONDENTS shall mark an “X” in the appropriate column for each line of the Compliance Matrix. RESPONDENTS are not required to address rows of the matrix marked with “N/A,” as these rows do not require a statement of compliance. Compliance statements are limited to the following three choices:

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

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

3) EXCEPTION - the proposal does not meet the specified requirements. RESPONDENTS shall

August 1, 2012 Page 20 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

provide a detailed explanation when using this statement.

viii. Section 5: System description:

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

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

1) Radio communications system equipment

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

3) Microwave backhaul design, including preliminary path profiles

4) Dispatch console system

5) Detailed equipment specification sheets for all proposed equipment

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

ix. Section 6: Project schedule:

a. Preliminary project schedule with detailed Gantt chart

b. The schedule shall address the following at a minimum:

1) Detailed site surveys

2) Detailed design review

3) Equipment manufacturing

4) Factory acceptance test (FAT)

August 1, 2012 Page 21 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

5) Equipment delivery

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

7) System configuration

8) System optimization

9) Acceptance testing

10) Coverage testing

11) Training

12) System cutover

13) System documentation development and delivery

14) System and equipment warranty period

x. Section 7: Warranty information:

a. System

b. Subsystems

c. Software and equipment warranty information

xi. Section 8: Additional information:

a. Training programs

b. Additional information that is not covered in other sections

xii. Appendices:

a. Coverage prediction maps

b. Supplemental information not included in the body of the proposal

2. Pricing proposal:

August 1, 2012 Page 22 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

i. Submit the pricing proposal in a separate, sealed envelope or package

ii. Provide a cover page listing all completed forms

iii. Table of contents

iv. Section 1: Description of pricing proposal

v. Section 2: Pricing schedule:

a. BGWC will evaluate proposals with consideration given to the best overall cost of ownership to BGWC. RESPONDENTS shall provide detailed cost of ownership information for the proposed trunked radio system, microwave, and console equipment for ten years. For the purposes of this requirement, RESPONDENTS should assume that BGWC will maintain the system following the three-year warranty period and should not include overall cost of ownership information for uninterruptible power supplies (UPS and backup generators). BGWC may elect to purchase software maintenance agreements and system upgrades through year ten following acceptance of the system. Therefore, RESPONDENTS shall include information for these products and services. RESPONDENTS shall provide individual pricing for the proposed products and services. BGWC may elect to purchase all, some, or none of the items offered.

b. RESPONDENTS shall submit the proposed system pricing by completing the pricing forms supplied in Appendix B – Proposal Pricing Forms.

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

vi. Section 3: Warranty and support:

August 1, 2012 Page 23 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

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

vii. Section 4: Post-warranty support:

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

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

2.4 Evaluation

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

1. Understanding of the RFP:

i. Compliance with the requirements of the RFP

ii. Completion of all mandatory forms

iii. Capability, features, and functionality of the system

iv. Warranty, maintenance, and support

2. Qualifications and corporate experience:

i. BGWC will evaluate RESPONDENTS’ qualifications and corporate experience based on the information provided in accordance with the RFP submittal requirements defined in Section 2.3.

3. References:

August 1, 2012 Page 24 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

i. BGWC will contact and evaluate RESPONDENTS’ references based on the information provided in accordance with the RFP submittal requirements defined in Section 2.3.

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

i. After BGWC evaluates and identifies proposals in the competitive range, the SSC reserves the right, but is not required, to interview or accept demonstrations or oral presentations from any or all of the RESPONDENTS in the competitive range.

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

5. Price proposal:

i. BGWC will evaluate price proposals for best overall value to BGWC.

B. A resident bidder of the Commonwealth of Kentucky shall be given a preference against a nonresident bidder registered in any state that gives or requires a preference to bidders from that state. The preference shall be equal to the preference given or required by the state of the nonresident bidder in compliance with KRS 45A.494.

C. BGWC shall use the weighted evaluation guidelines shown in Table 1:

August 1, 2012 Page 25 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

Table 1 – Evaluation Criteria

Maximum Points Item Evaluation Factor Points Awarded

Response to Organizational Information

2.0 Organizational information 30

2.0 Proposer Team/Staff 30

3.0 Experience/Background 30

Organizational Information Subtotal 90

Response to Scope of Work

4.0 Compliance Matrix 40

5.0 System Description

General Requirements 25

Radio Communications System Equipment 25

Coverage Predictions 25

Microwave Backhaul Design 25

Dispatch Console System 20

Equipment Specification Sheets 30

System Block Diagrams, Equipment List 10

System P25 Compliance Certification 40

Scope of Work Subtotal 240

Response to Schedule

6.0 Project Schedule 15

Schedule Subtotal 15

Response to Warranty and Maintenance

August 1, 2012 Page 26 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

Maximum Points Item Evaluation Factor Points Awarded

7.0 Warranty Information

System 15

Subsystem 15

Software and Equipment Warranty 15

Post Warranty Support 15

Warranty and Maintenance Subtotal 60

Additional Information

8.0 Training 15

Information not covered in other sections 15

Response to Additional Information 30

Total Business and Technical Proposal Score 90

2.0 Price Proposal

3.0 Warranty and Support 100

4.0 Post-Warranty Support 100

Total Price Proposal Score 200

Total Proposal Score 725

Kentucky Resident Bidder (KRS 45A.494)

2.5 Addenda to the RFP

A. During the proposal period, BGWC may issue written addenda making changes or corrections to the specifications as issued. Such changes or corrections shall be reflected in the products and services covered by the

August 1, 2012 Page 27 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

RESPONDENT’S proposal, and such addenda shall become part of the specifications and contract.

2.6 Award of Contract

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

B. The initial contract award shall be subject to successful contract negotiations.

C. In the event BGWC is unable to successfully negotiate a contract with the SELECTED VENDOR, BGWC reserves the right to negotiate with the next ranked vendor.

D. BGWC reserves the following rights, consistent with procuring a system, that best meets the needs of BGWC and system users:

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

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

3. BGWC reserves the right to seek clarifications of any proposal submitted or specific aspects of any proposal prior to the award of the contract. After seeking such clarification, BGWC will allow RESPONDENTS an opportunity to provide the requested clarification.

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

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

1. Assume prime contractor status.

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

August 1, 2012 Page 28 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

2.7 Business Status and Registration Requirements

A. In order to receive a bid award from the City of Bowling Green, Kentucky, the SELECTED VENDOR must be properly registered with the Occupational License Division to do business in the City. If a bidder is already registered, all of their applicable license accounts must be in “good standing” with the City. Good standing is defined as having all fees, including penalty and interest charges, relating to employee wages, and business net profits, paid in full with appropriate reporting forms filed in the offices of the City’s License Division. Inquiries can be directed to the License Division, City Hall Annex, 270-393-3000.

2.8 Standard Hold Harmless & Indemnification Clause, and Insurance Requirements

A. Prior to entering into a contract with BGWC, the SELECTED VENDOR must provide a Certificate of Insurance showing proof of insurance, which meets or exceeds requirements set forth in Standard Hold Harmless & Indemnification Clause, And Insurance Requirements Form v.6. This form can be found in Appendix A – Mandatory Submittals.

2.9 Bid, Performance and Payment Bond

A. A Bid Bond shall be submitted with your bid as required by KRS 45A.430. A cashier’s check, or certified check, may be substituted for the Bid Bond. Also, an irrevocable letter of credit from a state or federally chartered bank, may be substituted as a form of a Bid Bond. The Bid Bond, or substitution security, shall be in the amount of five (5%) percent of the total bid cost.

B. Upon contractual agreement, the SELECTED VENDOR must replace the Bid Bond with a Performance Bond and Payment Bond in an amount no less than one million dollars ($1,000,000).

2.10 Bid Retraction

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

August 1, 2012 Page 29 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

2.11 Records Retention and Disclosure

A. The SELECTED VENDOR shall be required to maintain, for a period of five (5) years from the date of final payment, all books and records pertaining to the awarded proposal.

B. In compliance with Kentucky Revised Statutes, Chapter 45A, and the Kentucky Open Records Act, trade secrets or proprietary information submitted by a RESPONDENT in connection with this procurement shall not be subject to public disclosure. However, the bidder must invoke this protection prior to or upon submission of the data or other materials, and must identify the specific area or scope of data or other materials to be protected and state the reasons why protection is necessary. An all-inclusive statement that the entire proposal is proprietary is unacceptable. A statement that costs are to be protected is also unacceptable. Disputes over disclosure will be resolved by the City of Bowling Green, Kentucky’s Law Department.

August 1, 2012 Page 30 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

3. Project Management

3.1 Project Staffing

A. The SELECTED VENDOR shall provide the appropriate project staff based on workload and the level of effort required throughout the implementation/installation process. The staff identified in Item 3.1.B shall serve the duration of the project unless the SELECTED VENDOR proposes an alternative plan to BGWC for consideration.

B. BGWC reserves the right to accept or reject any proposed staffing changes.

C. SELECTED VENDOR project manager:

1. The SELECTED VENDOR’s Project Manager shall be the primary point of contact between BGWC and the SELECTED VENDOR.

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

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

D. SELECTED VENDOR’S project engineer:

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

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

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

August 1, 2012 Page 31 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

4. The project engineer shall also supervise the development and execution of the Acceptance Test Plan (ATP), the Coverage Acceptance Test Plan (CATP), and guide the project team through the processes and procedures necessary to prove that the system performs as specified in the contract. BGWC shall approve all test plans prior to execution.

3.2 Scheduling

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

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

C. The SELECTED VENDOR shall present all schedule updates to BGWC during the weekly status meetings.

D. The schedule shall address the following at a minimum:

1. Site surveys

2. Detailed design review

3. Site preparation

4. Equipment manufacturing

5. Factory acceptance test

6. Equipment delivery

7. System installation

8. System configuration

9. System optimization

10. Acceptance testing

11. Coverage testing

August 1, 2012 Page 32 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

12. User training

13. System cutover

14. System documentation development and delivery

15. System and equipment warranty

3.3 Project Meetings

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

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

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

1. Schedule review

2. Status of deliverables

3. Risk items and planned responses

4. Proposed changes

5. Plans for the next period

6. Action item assignments

7. Punch list review

3.4 QA/QC Program

A. The SELECTED VENDOR shall include a project QA/QC plan. The SELECTED VENDOR shall submit the QA/QC plan for review during

August 1, 2012 Page 33 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

preliminary design as described in this section. The plan shall address all stages of the project, including, but not limited to:

1. Procurement

2. System design

3. Installation

4. Implementation

5. Testing

6. Cutover

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

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

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

E. The proposed QA/QC plan shall address the following project tasks at a minimum:

1. Design analysis and verification

2. RF coverage analysis and verification

3. Design changes and document control

4. Material shipping, receiving, and storage

5. Site preparation (if required)

6. Field installation and inspection

7. Equipment inventory and tracking

August 1, 2012 Page 34 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

8. System testing and validation

9. Software regression testing

10. Deficiency reporting and correction

11. Implementation and cutover

12. Training and certification

3.5 Project Punch List

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

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

1. Sequential punch list item number

2. Date identified

3. Item description

4. The party responsible for resolution

5. Expected resolution date

6. Resolution date

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

8. Notes about the item

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

August 1, 2012 Page 35 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

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

3.6 Project Submittals

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

1. All project submittals shall be subject to review and approval by BGWC and its engineer / consultant.

2. The SELECTED VENDOR shall provide all submittals in hard copy, properly bound, and in electronic format on CD-ROM. The quantity of hard copies required shall vary for each type of submittal. BGWC shall notify the SELECTED VENDOR of the number of copies required for each deliverable.

3. All submittals shall include a cover letter or letter of transmittal, signed, dated, and fully describing the contents of the submittal.

3.6.1 Preliminary Design (45 days after contract award)

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

1. QA/QC plan

2. Detailed project schedule

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

4. Radio and microwave channel plans

5. Microwave path engineering report(s)

6. Equipment room overview drawings

7. Equipment rack/cabinet elevation drawings

August 1, 2012 Page 36 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

8. Tower profile drawings indicating antenna mounting locations

9. Detailed lists of materials for each site

10. 30-Day operational test plan

11. CATP

3.6.2 Final Design (90 days after contract award)

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

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

2. Cutover plan

3. System operation and maintenance manuals for all equipment

4. Factory test data

5. Site installation drawings

6. Structural analyses and results

7. Updated coverage maps

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

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

3.6.3 System Staging, Delivery, and Installation

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

August 1, 2012 Page 37 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

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

1. Manufacturer

2. Model

3. Serial number

4. Unique identification of the package containing the item

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

3.6.4 Final System Acceptance

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

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

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

1. Documentation index

2. Field test reports

3. Coverage test reports

4. Warranty documentation

5. Detailed list of materials for each site

6. As-built system block diagrams

August 1, 2012 Page 38 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

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

8. Configuration files (i.e., routers, switches, servers, base stations, etc.)

9. Channelization plans and IP addressing maps

10. Site layout drawings, as appropriate

11. Tower drawings showing any new installations

August 1, 2012 Page 39 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

4. Functional Requirements

4.1 Overview

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

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

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

D. Benefits of the new system shall include, but not be limited to:

1. Wide area radio communications throughout the service area

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

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

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

5. Interoperability with adjacent jurisdictions and counties

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

August 1, 2012 Page 40 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

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

G. RESPONDENTS shall propose one complete trunked solution that uses BGWC owned property for communication sites throughout BGWC as described in Appendix D – BGWC Owned Property List.

H. Licensing of channels shall be in accordance with Section 1.4.4 – Frequency Coordination and Licensing.

I. The system shall provide portable and mobile radio coverage throughout BGWC as described in Section 4.2.4 – Coverage.

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

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

4.2 Integrated Voice and Data Trunked Radio System

4.2.1 Interoperability / Project 25 Statement of Requirements (SoR)

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

August 1, 2012 Page 41 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

compatibility and interoperability of digital radio equipment from different manufacturers.

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

C. Support for dual mode operation:

1. Initial operation will be P25 Phase 1 to facilitate subscriber radio migration and regional interoperability.

2. All infrastructure shall be equipped and implemented to dynamically support P25 Phase 1 and Phase 2 operation.

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

4.2.2 Core System Features and Capabilities

A. It is anticipated that the primary system control equipment be located at the Bowling Green Police Department

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

1. High system availability

2. Fully redundant alternate system core through space diversity

3. Encrypted voice communications

August 1, 2012 Page 42 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

4. Over-the-air rekeying (OTAR)

5. Encryption key management system for OTAR

6. Over-the-air programming (OTAP)

7. Real-time system monitoring and logging

8. Backup and restore capability

9. Text messaging using subscriber radios

10. Call alert/paging function

11. Private call

12. Emergency alarm/alert function

13. Voice prioritization over data

14. User and talkgroup priority levels

15. Out of range indication

16. Computer-Aided Dispatch Interface (CADI)

17. Standards-based Console Sub-System Interface (CSSI) to system core

18. P25 Inter-RF Sub-System Interface (ISSI)

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

20. Dual mode operation – dynamically support P25 Phase 1 (FDMA) subscriber radios and P25 Phase 2 (TDMA) subscriber radios

21. Transparent site roaming (automatic intra-system roaming)

22. Radio enable/disable function

23. Remote monitoring (remote radio key-up)

24. Ability to silence radio remotely

August 1, 2012 Page 43 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

25. Interoperability with conventional channel resources

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

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

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

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

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

1. Loss of system controller 2. Loss of simulcast controller 3. Loss of multiple sites 4. Loss of single site 5. Loss of multiple channels 6. Loss of single channel

August 1, 2012 Page 44 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

F. A detailed description shall be supplied describing the system operation when any of the failures described above occurs.

4.2.3 Site Selection

A. RESPONDENTS shall provide coverage maps to describe the coverage performance guaranteed by using the sites specified in Appendix D – BGWC Owned Property List.

B. The SELECTED VENDOR shall also conduct site visits at all sites and notify BGWC of any site modifications necessary.

4.2.4 Coverage

A. The voice radio system design shall serve the geographical boundaries of Warren County with additional focus for improved performance of in-building portable radio use within the City of Bowling Green and portable radio use at street level within Warren County.

B. The system shall provide at least 95% portable on-street coverage at a DAQ of 3.4 or better.

C. Appendix G contains a list of buildings that require in-building coverage.

D. Coverage design, implementation, and testing for the system shall adhere to the Telecommunications Industry Association (TIA) Telecommunications Systems Bulletin (TSB) #88-C, Wireless Communications Systems Performance in Noise-Limited Situations4 (or latest revision).

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

F. The RESPONDENT shall provide a detailed coverage analysis study using only the sites provided in Appendix D – BGWC Owned Property List. The system design shall consider all target devices listed in Section 4.2.4.4 – TIA TSB-88 – Annex E User Choices.

4 TIA Telecommunications System Bulletin, TSB-88.1-C, January 2008

August 1, 2012 Page 45 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

4.2.4.1 Coverage Maps

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

B. RESPONDENTS shall include coverage statistics that account for geographic, population, and coverage on major roads. Table 3 provides a summary of the statistics required for countywide and citywide coverage.

Table 3 – Required Coverage Statistics

Coverage Mobile Portable On-Street Portable In-Building Statistics Coverage Coverage Coverage Geographic XX% XX% XX% Major Roads XX% XX% XX% Population XX% XX% XX%

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

1. Mobile radios mounted in vehicle using roof top unity gain antenna

2. Portable radios outdoors:

i. Talk-out to a portable radio on hip with swivel belt clip

ii. Talk-in from a portable radio on hip with swivel belt clip

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

i. Talk-out to a portable radio on hip with swivel belt clip

ii. Talk-in from a portable radio on hip with swivel belt clip

D. Maps shall depict coverage using a light transparent color or cross-hatching for those areas that meet or exceed the minimum coverage reliability threshold.

August 1, 2012 Page 46 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

E. All maps shall clearly delineate the difference between areas predicted to be equal to or greater than DAQ 3.4 equivalent coverage and areas that do not meet coverage requirements. RESPONDENTS shall include the effects of simulcast interference in all coverage maps (if applicable).

F. Coverage maps shall be provided in the proposal in two formats:

1. 11”x17” (minimum) full color hardcopy format

2. In PDF file format on CD-ROM

4.2.4.2 Map Criteria

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

1. Base station / repeater RF power output

2. Antenna gain

3. Antenna down tilt (if applicable)

4. Transmit effective radiated power (ERP)

5. Receiver sensitivity

6. Antenna height

7. Mobile and portable antenna height for talk-out and talk-in

8. Mobile and portable RF output power

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

10. Simulcast timing parameters (if applicable)

B. RESPONDENTS shall use 30-meter United States Geologic Survey (USGS), North American Datum (NAD)-83 terrain elevation data for coverage

August 1, 2012 Page 47 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

simulations. Alternatively, RESPONDENTS may use 3 arc-second data where 30-meter data is not available.

4.2.4.3 Coverage Model

A. RESPONDENTS shall employ a suitable coverage prediction model using appropriate terrain and land cover data for the environment. The Anderson 2D radio propagation model or a model of equal or superior comprehensiveness is preferred. (Reference TSB 88, latest revision, for guidelines).

4.2.4.4 TIA TSB-88 – Annex E User Choices

A. Section 4.2.4.4 – TIA TSB-88 – Annex E User Choices provides a number of guidelines and choices for system design and validation. The following are user choices for the proposed BGWC system:

B. E.1 User Choices:

1. 800 MHz trunked system (12.5 kHz / 6.25e kHz channels)

2. P25 compliance

C. E.2 Service Area:

1. The service area is the geographical area of Warren County and the operational area covered by the existing 800 MHz analog system.

2. The target device, usage and location are:

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

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

a. Outbound (talk-out) to a portable radio on hip

b. Inbound (talk-in) from a portable radio at the hip

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

August 1, 2012 Page 48 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

iv. This criterion is applicable to the coverage maps defined in Section 4.2.4.1.

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

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

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

G. E.6 Interference Calculation Method: Monte Carlo Simulation Method

H. E.7 Metaphors to Describe the Plane of the Service Area: Tiled Method

I. E.8 Required Service Area Reliability: 97%

J. E.9 Willingness to Accept a Lower Area Reliability in Order to Obtain a Frequency: BGWC is not willing to accept lower area reliability in order to obtain a frequency.

K. E.10 Adjacent Channel Drift Confidence Factor: Confidence that combined drift due to desired and adjacent channel stations will not cause degradation: 95%

L. E.11 Conformance Test Confidence Level: 99%

M. E.12 Sampling Error Allowance:

1. True value error: ±1%

2. Number of subsamples: 50

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

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

4.2.5 Site Equipment

A. All site equipment supplied shall be new, of high quality, and designed to provide high-reliability to support mission critical communications. The site equipment, or RF infrastructure, consists of the following components:

August 1, 2012 Page 49 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

1. Simulcast equipment

2. Receiver voting

3. Transmitters

4. Receivers

5. Combiners/multicouplers

6. Antenna systems

4.2.5.1 Simulcast Equipment (if applicable)

A. RESPONDENTS shall provide all necessary simulcast components and signal processing elements required to optimize voice quality in coverage overlap areas.

B. Non-captured overlap areas with delay spreads in excess of those required to meet the DAQ objective shall be minimized inside the service area.

C. Simulcast systems shall operate without the need for frequent manual optimization and system/subsystem alignment. All alignment and adjustments shall be automated where possible (e.g., signal conditioning adjustments for channel banks, signal launch times at sites, etc.).

D. The system shall include redundant simulcast control equipment geographically separated from the primary simulcast control site.

4.2.5.2 Receiver Voting

A. Receiver voting equipment shall monitor all receivers in the simulcast system and select the best signal for processing and rebroadcast through the network.

4.2.5.3 Antenna Systems

A. RESPONDENTS shall propose all antenna system equipment necessary for a complete design.

August 1, 2012 Page 50 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

B. Antennas shall be appropriate to provide the required coverage and meet applicable FCC rules and regulations.

C. Transmission line type and length shall be appropriate to provide the required coverage.

D. Transmit combiner / receiver multicouplers:

1. RESPONDENTS shall fully describe expansion capacity for combiner and multicoupler systems.

2. RESPONDENTS shall include detailed specification sheets for all proposed equipment, including, but not limited to antennas, receiver multicouplers, transmitter combiners, tower top receiver pre-amps (if applicable).

4.3 Microwave Backhaul Network

A. The microwave network shall support the digital P25 radio communications system and the current operational legacy public safety communication systems while laying the foundational technology needed for the next generation digital trunked radio communications system.

B. The microwave backhaul network is a crucial element of the communications system providing the transport backbone necessary to form a complete functional network. In addition to the trunked radio communications system, the microwave backhaul network serves to interconnect conventional mutual aid channel resources and dispatch centers.

C. Although the current radio system is operating on a Time Division Multiplexing (TDM) backhaul network and requires a TDM interface to continue, the replacement digital radio communications system will require an IP-based environment to facilitate system redundancies, traffic prioritization, dynamic routing, quality of service, efficient use of backhaul network bandwidth, and ease of configuration compared to the existing TDM architecture. Therefore, the new microwave backhaul network shall support the transition to a 100% IP-based environment while supporting systems that require TDM based interfaces.

August 1, 2012 Page 51 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

4.3.1 Microwave Network Mixed Mode TDM and Packet Transport Network

A. The microwave backhaul network shall support existing TDM-based radio systems until all supported systems transition to IP. Therefore, the new microwave network shall support both traditional TDM connectivity as well as pure packet-based connections. Packet-based connections shall be native end-to-end packet networks with no intermediate TDM conversion.

B. The microwave network shall support a smooth transition from the current TDM-based radio systems to future IP-based radio systems. The microwave backhaul system shall be capable of seamlessly transitioning capacity between the two technologies so that as each legacy radio system transitions to IP, excess TDM capacity can be migrated to IP. The system shall support the migration to full IP bandwidth without additional hardware.

C. The microwave network design shall include sufficient backhaul capacity such that all new systems can co-exist with legacy systems for an extended period without compromising performance. This is required for installation, configuration, testing, acceptance, and transition periods. Both new and old radio systems require the ability to operate at full capacity during the transition period.

D. RESPONDENTS shall indicate the granularity of capacity dedicated to TDM and packet-based environments as well as the minimum and maximum for both technologies. For example – Is the path configurable with one DS-1 for TDM use and the remainder for packet-based transport?

E. IP-based trunked radio communications systems require specific and predictable performance in bandwidth, packet loss, latency, and jitter.

1. The overall microwave backhaul network shall support bandwidth higher than the requirements of the actual bearer (voice and data) traffic. It shall support overhead traffic required to manage the system, and run the network itself. RESPONDENTS shall indicate link-by-link and overall bandwidth capacity of the microwave system. In addition, RESPONDENTS shall confirm that such bandwidth is sufficient to accommodate all radio and dispatch communications traffic transported by the microwave backhaul network.

2. RESPONDENTS shall indicate link-by-link and end-to-end packet loss performance of the microwave system. In addition, RESPONDENTS shall

August 1, 2012 Page 52 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

confirm that such performance is sufficient to accommodate all radio and dispatch communications traffic transported by the microwave backhaul network.

3. RESPONDENTS shall indicate packet latency performance of the microwave system. In addition, RESPONDENTS shall confirm that such performance is sufficient to accommodate all radio and dispatch communications traffic transported by the microwave backhaul network.

4. RESPONDENTS shall indicate packet jitter performance of the microwave backhaul network. In addition, RESPONDENTS shall confirm that such performance is sufficient to accommodate all radio and dispatch communications traffic transported by the microwave backhaul network.

F. The microwave backhaul system shall support DS-1, DS-3, and OC-3 interfaces for legacy radio interfaces at each site. Use of existing channel banks is acceptable where appropriate. RESPONDENTS shall describe the various combinations of ports for each size chassis currently manufactured:

1. Although TDM interfaces may be present at the site, the actual transport will be packet based. RESPONDENTS shall describe the conversion mechanism, conversion rate, and any latency or performance penalties.

2. TDM circuits shall meet or exceed the CPC defined in Table 4.

Table 4 – Channel Performance Criterion

Metric Threshold Reliability (quality performance) 99.999% Bit Error Rate 10xE-6 Error Free Seconds 99.94% Errored Seconds 45/day Severely Errored Seconds 6/day Bi-polar Violations 0/day Transport Delays 5ms Frame Slips 0/day

G. The microwave backhaul network shall support multiple virtual IP networks such that it logically separates traffic on these virtual networks from each

August 1, 2012 Page 53 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

other and the traffic on the separate virtual networks cannot intermingle. It shall also be capable of the characteristics identified below when managing traffic from multiple networks. RESPONDENTS shall fully describe the mechanisms for achieving the following capabilities:

1. Guaranteed and dedicated bandwidth

2. Best effort bandwidth

3. Automatic reroute upon a physical path failure

4. The ability to set up predetermined paths through the network

5. Packet “switching” in place of hop-by-hop routing

6. Honor IP class of service marking for various priorities of traffic

7. Overlapping IP addresses in different virtual networks

8. The ability to provide pseudo wire services including IP, Asynchronous Transfer Mode (ATM), and Ethernet

4.3.2 Microwave Network Routing

A. The SELECTED VENDOR shall provide routers at each site to support management of IP traffic. The new IP-based environment shall support common routing protocols including:

1. Routing Information Protocol (RIP)

2. Interior Gateway Routing Protocol (IGRP)

3. Intermediate System to Intermediate System (IS-IS)

4. Border Gateway Protocol (BGP)

5. Open Shortest Path First (OSPF)

6. Generic Routing Encapsulation (GRE)

B. The microwave backhaul network requires a variety of network interfaces. The end devices (routers) shall support the following interface types.

August 1, 2012 Page 54 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

RESPONDENTS shall describe the various combinations of ports for each size chassis manufactured, including:

1. 10/100/1000 Ethernet (RJ45)

2. Small Form-Factor Pluggable (SFP) interfaces

C. Routers shall support spanning tree protocol to utilize cross-connected local network switches and/or routers to maintain 100% network equipment redundancy for all sites.

4.3.3 Microwave Network Quality of Service / Class of Service (QoS/CoS)

A. The microwave backhaul network shall support 802.3 Ethernet standards including the following IEEE standards:

1. 802.1p/Q virtual local area network (VLAN) tagging

2. 802.1ag service layer Orthogonal Amplitude Modulation (OAM)

3. 802.3 10 BaseT

4. 802.3ah Ethernet OAM

5. 802.3u 100BaseTX

6. 802.3x flow control

7. IEEE 802.3z 1000BaseSX/LX

B. The microwave backhaul network shall be capable of supporting multiple Quality of Service (QoS) / Class of Service (CoS) marking techniques including:

1. Layer 2 802.1p/802.1Q (priority code point)

2. Layer 2.5 (tunnel and PWE3)

3. VLAN tagging (802.1Q)

August 1, 2012 Page 55 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

C. Layer 3 Differentiated Services Code Point (DSCP). The microwave backhaul network shall honor incoming QoS settings throughout the network and ensure that the IP packet markings remain set when it reaches its destination.

D. QoS techniques shall be capable of dropping packets of a lower priority when required or designating traffic of different priorities for different paths through the network. When the received signal on a path drops below predetermined network thresholds due to interference, the network shall ensure that the guaranteed traffic gets through. RESPONDENTS shall describe how the proposed system accomplishes this process.

4.3.4 Microwave Network Reliability

A. There shall be no single point of failure within the IP network or TDM. Each site shall be capable of having redundant routers that support the monitored hot standby (MHSB) spurs or dual paths for loop-based sites. The failure of one router shall not impact the performance of the overall network or of the individual site.

B. The network shall reroute network traffic in less than 50-milliseconds (ms) in the case of a path or device failure. RESPONDENTS shall describe how the proposed system fulfills this requirement.

C. Each microwave link shall be designed to meet or exceed a one-way end-to- end annual reliability BER of 99.9995% (BER = 10-3) at the required capacity.

4.3.5 Microwave Network Management

A. The SELECTED VENDOR shall provide a network management system (NMS) with sufficient alarm, control, and tracking capabilities for the proposed microwave network. The system shall be capable of remotely monitoring equipment status and performance from all sites.

1. The NMS shall be capable of remotely retrieving at least the part number, serial number, manufacture date, and revision level of each module.

B. The SELECTED VENDOR shall provide at least one network management terminal for the core site and another terminal for an alternate system service site (two total).

August 1, 2012 Page 56 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

C. All devices shall support the following management techniques and standards:

1. Command line interface for configuration, management, and troubleshooting

2. Secure Shell (SSH, SSHv2) and Telnet for remote configuration and management

3. Remote Authentication Dial-In User Service (RADIUS) authentication services

4. Terminal Access Controller Access Control System (TACACS) authentication services

5. Syslog for remote logging

6. Network Time Protocol (NTP) or another time synchronization mechanism

D. Devices shall support Simple Network Management Protocol (SNMP v2c, SNMP v3) for remote monitoring via common network management tools. In addition to any proprietary Management Information Base (MIB), it shall support the following standard MIBs:

1. RFC 1157 SNMPv1

2. RFC 1907 SNMPv2-MIB

3. RFC 2011 IP-MIB

4. RFC 2012 TCP-MIB

5. RFC 2013 UDP-MIB

6. RFC 2138 RADIUS

7. RFC 2571 SNMP-Framework-MIB

8. RFC 2576 SNMP-COMMUNITYMIB

9. RFC 2665 Ethernet-Like-MIB

August 1, 2012 Page 57 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

10. RFC 2863 The Interfaces

11. Group-MIB

12. IANA-ifType-MIB

E. The overall network shall have a common end-to-end management and configuration tool capable of complete control of all network elements. The tool shall be able to support building an end-to-end path without requiring manual configuration of each intermediate device. Graphical display of resulting configurations is preferred.

1. Automated error checking shall be included to prevent typical configuration problems such as oversubscription of a link. The tool shall alert the user when such errors occur.

2. The management tool shall perform automated backups of all device configurations and include a change log of all changes made to a device over time.

3. The management tool shall support a hierarchical user authorization mechanism allowing assignment of various roles to users and those users can act on a specific subset of devices.

4.3.6 Microwave Network Terminal Equipment

A. Microwave terminal equipment shall include transmitter, receiver, modem, power supply, automatic switching device, multiplexer, router, service channel(s), and all associated interconnections to provide a complete and functional system.

B. The radio shall deliver two-frequency, full-duplex operation. Space diversity configurations are acceptable if necessary to meet reliability requirements.

C. Frequency:

1. The SELECTED VENDOR shall be responsible for all microwave frequency research, prior coordination and preparation of all associated FCC license applications and submittals on behalf of BGWC.

August 1, 2012 Page 58 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

2. BGWC shall be responsible for coordination and licensing fees, if any, and execution, if applicable.

3. RESPONDENTS shall propose the most appropriate licensed frequency band for each hop based on the requirements and FCC Part 101 regulations.

D. Transmitter:

1. RESPONDENTS shall provide transmit output power referenced to the antenna port.

2. Transmit output power shall be software adjustable.

3. Automatic Transmit Power Control (ATPC) shall be available.

4. A switch from main transmitter to standby transmitter shall not result in system outage. RESPONDENTS shall describe expected switchover time.

5. Radios shall be equipped with redundant power amplifiers. Switching between power amplifiers shall not result in system outage.

E. Receiver:

1. RESPONDENTS shall provide guaranteed receiver threshold.

2. RESPONDENTS shall provide performance criteria of the proposed radios for the following:

3. Co-channel interference

4. Adjacent channel interference

5. Dispersive fade margin

6. The receiver design shall ensure that the receiver with the better performance is operational at any given moment. The SELECTED VENDOR shall equip radios with a 10:1 split to prevent frequent switching.

7. Transfer to the backup receiver shall not result in system outage.

F. Antenna system:

August 1, 2012 Page 59 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

1. Microwave antennas shall be compatible with the RF bands and conform to applicable FCC requirements. Solid parabolic type, Category-A antennas shall be used in accordance with FCC Part 101.115.

2. The SELECTED VENDOR shall use pressurized elliptical waveguides. Connectors shall be standard, premium type, and compatible with the antenna and radio EIA interfaces.

3. The SELECTED VENDOR shall supply all mounting brackets, connectors and other hardware necessary for a complete installation.

4. The SELECTED VENDOR shall provide an automatic dehydrator / pressurization system to maintain at least five per square inch gauge (psig) positive pressure of conditioned air in the elliptical waveguide and antenna feed unit. The SELECTED VENDOR shall provide individual pressure gauges on a distribution manifold for each line.

5. The SELECTED VENDOR shall purge lines, pressure test, and test for low Voltage Standing Wave Ratio (VSWR) using return loss measurements all installed antenna / transmission.

6. The SELECTED VENDOR shall test all RF paths to demonstrate proper antenna alignment by measuring the net path loss between sites as measured at the equipment rack interface.

7. The SELECTED VENDOR shall test all paths for External Interference Fade Margin (EIFM) to demonstrate that each channel assignment is free of external interference.

G. Channel bank:

1. The SELECTED VENDOR shall provide digital channel bank equipment if required. Channel bank equipment shall be capable of drop and insert of individual radio circuits (DS-0s) to fully utilize DS-1s across the entire network.

2. If necessary, the SELECTED VENDOR shall provide multiplex equipment (M13 mux) to convert DS-3 signals to 28 DS-1 signals. M13 multiplex equipment shall be capable of drop and insert of individual DS-1s to fully utilize a DS-3 across the entire network.

August 1, 2012 Page 60 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

3. All multiplex equipment shall be equipped with standby switching and alarms. The equipment shall also be capable of remote alarm/control.

H. Network management:

1. RESPONDENTS shall fully describe alarm, monitor, and control capabilities of the microwave terminal equipment, including capacity for external alarms (e.g., door alarms, generator, etc.).

2. The SELECTED VENDOR shall provide a network management terminal at a core site location with remote access capabilities based on BGWC security requirements.

3. The SELECTED VENDOR shall provide a DC power subsystem for each microwave terminal.

4.3.7 Microwave Network Engineering

A. The SELECTED VENDOR shall conduct physical path surveys to assure that all proposed paths meet proper clearance criteria.

B. The SELECTED VENDOR shall also conduct site visits at all sites and notify BGWC of any site modifications necessary for the microwave hop.

C. The SELECTED VENDOR shall provide antenna centerline mounting height recommendations, based upon the information gathered during the physical path surveys and site visits.

D. RESPONDENTS shall include fade margin calculations with the proposal, showing the preliminary antenna sizes, system gains, and system losses.

E. RESPONDENTS shall provide radomes in their proposals as for each microwave antenna.

F. The microwave backhaul network equipment shall be type accepted for licensing under Part 101 of the FCC Rules and Regulations.

G. In efforts to isolate any Electro Static Discharge (ESD) issues, an optical interface is required between the microwave backhaul network and the system infrastructure.

August 1, 2012 Page 61 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

4.3.8 Microwave Network Transition Requirements

A. Implementation of the new microwave network shall preclude major disruption to the operations of the current microwave network or the services it supports. Removal of individual spur sites for limited periods may be permissible. Individual hops within loops may be broken for limited periods of time, but not the loop as a whole. The SELECTED VENDOR shall plan well in advance for any service outage required for the installation of new microwave equipment and then only with BGWC approval and in coordination with BGWC.

4.4 Optical Fiber Network

A. Bowling Green Municipal Utilities (BGMU) owns and operates an extensive optical fiber network throughout the metropolitan area. For sites that are not accessible through microwave or limited to monitored hot-standby spurs, RESPONDERS should consider the use of BGMU’s optical fiber network in their design.

B. All circuits utilizing BGMU owned fiber must comply with BGWC network security and access requirements.

4.5 Dispatch Console System

4.5.1 Dispatch Console System General Requirements

A. The dispatch console system is a critical link for public safety personnel. The dispatch console system shall support dispatch operations for the current dispatch centers and local PSAPs listed in Appendix F – Existing Dispatch Centers and support the following requirements:

1. The dispatch console system shall support connectivity to at least 5 dispatch centers across the service area.

2. The dispatch console system shall support connectivity to local and remote dispatch consoles.

3. The dispatch console system shall be scalable supporting between one and 12 operator positions per dispatch center.

August 1, 2012 Page 62 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

4. The cost for adding licenses and/or software to support additional dispatch centers or operator positions shall be clearly stated and in effect for the life of the system.

B. The dispatch console system shall be capable of P25 call processing and P25 group and individual addressing modes, including but not limited to the following:

1. P25 Console Subsystem Interface (CSSI) specification (TIA-102 suite, a component of the P25 ISSI)

2. At least one unique trunked identity assigned to an operator position

3. An operator position shall support the capability to affiliate with at least one valid trunked talkgroup

4. An operator position shall have the capability to affiliate with multiple valid trunked talkgroups simultaneously

C. The dispatch console system shall support processing of supplementary data messaging to and from field radio units (e.g., text and status indication).

D. The dispatch console system shall support dispatch consoles directly connected to the trunked radio network (e.g., microwave, optical fiber).

1. Direct-connect dispatch consoles shall use IP connectivity for all voice, data, control, and parallel console status information.

E. The dispatch console system shall support dispatch consoles indirectly connected to the trunked radio network via control stations given the following considerations:

1. The dispatch console system shall employ a P25 compatible radio unit to allow voice and data operations with other trunked radio users.

2. The control stations have a unique user identity in the trunked radio network user addressing space to identify the dispatcher, and ascribe special attributes (e.g., priority, service authorization) to this user.

August 1, 2012 Page 63 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

3. The control station shall be affiliated with a real radio site in the trunked radio network and operate in a similar manner to other typical subscriber radio users.

4. The control station shall have the ability to augment voice dispatch operations with ancillary data messaging (e.g., text and status indication) to and from the dispatched field units.

F. RESPONDENTS shall provide a backup solution for dispatch consoles that maintains dispatch operations in the event of a dispatch system failure.

1. The backup solution shall not be dependent on the primary dispatch console system for operations.

2. The backup solution shall allow users to change channels/talkgroup at dispatch positions without affecting other dispatch positions.

3. The backup solution shall be capable of operation in trunking and conventional modes.

4. The backup solution shall have the capability of initiating a private radio call.

5. The backup solution shall be capable of operating with or without a 6-wire headset.

G. Common Electronics Equipment, if used, must not contain a single point of failure. Redundant hot standby cards, power supplies, etc., shall be used to prevent a single point of failure.

4.5.2 Dispatch Console System Operator Equipment Requirements

A. The SELECTED VENDOR shall provide dispatch console system operator equipment that meets or exceeds the following requirements:

1. All equipment supplied for use by the dispatch operators will be capable of withstanding the rigorous 24 hours a day, 7 days a week environment of a busy dispatch center.

August 1, 2012 Page 64 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

2. Equipment shall be designed for installation on modular workstation furniture and provide operators with an ergonomic design permitting ease of operation over extended periods, typically 8-12 hours for each operator.

3. Console monitors shall be a minimum of 21 inches, measured diagonally, LCD technology, touch screen-equipped, and with resolution of 1024 x 768 or better.

4. Console monitors shall be capable of displaying all dispatching functions on a single unit.

5. Console monitors shall allow authorized personnel to determine which functions are available at each operator position.

6. Console monitors shall provide an individual unit ID and text alias readout for calling units and a stacking display to reflect the last ten unit calls for the visible channels/talkgroups.

7. Keyboards shall be a standard 101- key keyboard.

8. Operators shall be able to perform console functions by positioning a screen pointer (cursor) over the appropriate icon and pressing the mouse button or by touching the monitor screen.

9. Each operator position shall have a high-quality gooseneck microphone.

10. Headset jacks and headsets provided shall allow the operator to hear select audio via a headset and allow the operator to respond via a microphone attached to the headset. The headset plug inserted into the jack shall automatically disconnect the console’s microphone and mute the select speakers.

11. Each operator position shall have a heavy-duty footswitch to allow operators to key the selected channel hands free.

12. Personal computers (PCs) supplied shall be capable of providing a Graphical User Interface (GUI) using the Microsoft® Windows® 7 or newer operating system and support multiple Microsoft compliant applications.

13. Each operator position shall interconnect to the dispatch console system via local area network (LAN) client-server architecture.

August 1, 2012 Page 65 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

14. PCs supplied shall be present state of the art PC technology.

15. Equipment shall enable operators to acoustically cross-mute channels in order to eliminate acoustic feedback between operators.

16. Upon activation of an emergency alarm by field units, dispatch console system operator positions shall provide an audible alert, display unit ID of calling unit, provide a visual alert of an emergency activation, and have the ability to acknowledge the emergency alarm.

17. The unit ID and alias for an unacknowledged emergency alarm shall not scroll from the unit ID display.

18. Equipment shall have the ability to decrypt and encrypt secure voice communications and a distinctive icon shall signify encrypted channels.

19. Operators shall have the ability to utilize a headset (wired and/or wireless) or stationary gooseneck type microphone for transmitting audio.

20. Operators shall have a single headset enabling them to converse on the telephone and the radio system.

21. The dispatch console system shall provide an instant recall recording capability for each operator position. It shall provide an interface to provide connection to the console operators’ microphone/telephone audio and the selected radio channel receiver and telephone audio. Playback shall be available on the operator position.

B. Dispatch console system shall include an instant transmit switch for each conventional channel resource.

C. Conventional resources (e.g., repeaters, base stations, control stations, etc.) capable of operating on multiple frequencies and/or modes shall be reconfigurable to select the desired transmit frequency / mode (select channel). Upon selecting a channel or mode, the operator shall be able to transmit on this channel by pressing the footswitch or transmit button.

D. A transmit audio level meter shall be provided showing the level of transmitted voice. This meter shall also indicate the level of receive audio present on the selected channel/talkgroup.

August 1, 2012 Page 66 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

E. Operator positions shall have the ability to independently set each channel/talkgroup’s volume level. Minimum audio levels should be capable of being set to avoid missed calls.

F. Operators shall have the ability to mute or un-mute audio from unselected channels/talkgroups. The operator’s monitor shall indicate muted audio status.

G. Selected audio and unselected audio shall be audible from separate speakers.

H. Operators shall have the ability to select multiple channels/talkgroups for broadcast to several channels/talkgroups at once.

I. Operators shall have the ability to patch two or more conventional resource channels/talkgroups so that users may communicate directly. Operator positions shall be equipped such that a minimum of eight simultaneous patches shall be available.

4.5.3 Dispatch Console System Operability Requirements

A. The dispatch console shall support new features and screen configurations through software programming and not reconfiguration of hardware.

B. The dispatch console shall support the capability to program, store, retrieve, and edit multiple, custom operator screens and configurations for each operator position.

C. Operator display configurations and alias database shall be stored locally or on a centrally located server.

4.6 Logging Recorder

A. The RESPONDENT shall provide an IP-based networked Project 25 compatible, digital logging recorder system. This logging recorder shall provide the ability to log / record the following:

1. All trunked radio traffic 2. All conventional radio traffic 3. All 911 calls

August 1, 2012 Page 67 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

4. Call taker administrative calls

B. The logging recorder shall be equipped to archive radio and telephone conversations to various storage media including, but not limited to: internal, Redundant Array of Independent Discs (RAID) Level 1 or greater hard drive storage, CD-R/W, DVD-R/W devices and/or Network Attached Storage (NAS) devices.

C. The logging recorder shall be capable of storing audio in variable bit rate, industry-standard digital formats such as WAV, WMP, MP3, etc.

D. The logging recorder shall be capable of storing 30,000 channel-hours before archiving is required. The logging recorder shall be capable of being upgraded to allow for greater capacity before archiving is necessary.

E. The logging recorder shall be capable of recording a minimum of 96 simultaneous sources of audio.

F. Client / server architecture shall be utilized that allows for the access, playback and transfer of digital audio files across a TCP / IP-over Ethernet network.

G. The logging recorder shall be constructed so as to meet the requirements of 24 hour, seven day a week operation.

H. The logging recorder shall meet or exceed all FCC, IEEE, EIA/TIA and APCO standards.

I. The ability of multiple search and playback techniques shall include, but not be limited to:

1. Console position 2. P25 emergency call activation 3. Subscriber unit ID 4. Talkgroup 5. Individual Call 6. RF channel (for conventional repeaters/base stations only) 7. Date 8. Time

August 1, 2012 Page 68 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

9. ANI/ALI data

J. The logging recorder subsystem shall share the common timing reference with the radio system.

K. The logging recorder shall be capable of being mounted in an EIA/TIA standard 19” wide rack.

L. The logging recorder shall interface directly with the radio system for audio and Project 25 data. Recorders that interface through the dispatch consoles or the console subsystem are not allowed. This may require a standalone encrypt/decrypt device.

M. The logging recorder shall be equipped with dual power supplies.

N. The logging recorder shall be capable of individual user logon and various levels of access to channels and authorized permissions.

O. The logging recorder shall be equipped with a minimum of 12 concurrent licenses for playback operation.

4.7 Network Management System (NMS) Integration

A. The SELECTED VENDOR shall provide a hierarchical NMS capable of incorporating multiple management systems into a high-level management system that provides a single point to manage multiple subsystems.

B. The SELECTED VENDOR shall work with BGWC to ensure proper equipment configuration to enable monitoring by the NMS. The system management software configuration shall be able to send all traps, alarms, and notifications to the integrated NMS.

C. The NMS shall display system status and alarm conditions and shall provide the ability to remotely access the system to check the operational status and view alarms through the network. This includes the ability to:

1. Monitor the health of all networked devices

2. Remotely interrogate equipment and troubleshoot to board level failures

3. Configure components remotely

August 1, 2012 Page 69 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

4. Routinely backup remote equipment configuration

5. Remotely restore equipment configuration

6. Push updates to remote equipment

7. Generate system statistical reports

8. Provide paging function based on multiple levels of fault configurations

D. Network management of a trunked radio network includes:

1. Maintaining network components

2. Upgrading network components when necessary

3. Managing encryption capabilities

4. Managing and operating over-the-air features

5. Optimizing performance

6. Managing intersystem interoperability

E. The NMS shall provide seamless multi-agency network sharing with independent management of subscribers, thereby enabling seamless operation and local autonomy for local user management. Areas of management include talkgroup population, user access privileges, security assignments, failure reports, usage reports, performance reports, etc.

F. Key elements of the NMS are:

1. Local administration database

2. Real-time airtime usage

3. Real-time monitoring of network element status

4. Hierarchical updates on error conditions

5. Real-time status of network usage

6. Real-time alarm management (provides easy and intuitive maintenance)

August 1, 2012 Page 70 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

7. SNMP support allowing interfaces with higher-level network management systems

8. SMTP support to allow for email notification of system issues and alarms

4.8 Network Management Terminal (NMT)

A. The NMT shall provide primary processing, display, and control of information to and from a variety of locations. System status and alarm conditions shall be displayed. The system shall provide the ability to remotely access the system to check the operational status of the system and view alarms.

B. The following locations shall receive a NMT:

1. Bowling Green Police Department

2. Bowling Green Fire Department, Station 6

3. Warren County Sheriff’s Office

4.9 Subscriber Radio Equipment

A. RESPONDENTS shall provide a P25 technology solution capable of operating with subscriber units manufactured by at least three different manufacturers certified to operate through the P25 compliance assessment process5.

B. The subscriber devices shall be capable of, but not limited to the following set of requirements:

1. The subscriber device shall be P25 certified to support P25 Phase 2 digital trunked operations on 700/800 MHz private land mobile radio channels.

2. The subscriber device shall be capable of placing and receiving analog 700/800 MHz conventional mode calls.

5 http://www.safecomprogram.gov/NR/rdonlyres/D295A545-44A4-4226-AAF7- 56A33684908E/0/Project25ComplianceAssessmentProgramCharter.pdf

August 1, 2012 Page 71 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

3. The subscriber device shall be capable of placing and receiving digital 700/800 MHz conventional P25 mode calls.

4. The subscriber device shall be, as an OPTION, programmable through a standard workstation computer and Over-The-Air Programming (OTAP).

5. The subscriber device software shall be flash programmable for adding future software enhancements.

6. Subscriber devices equipped with suitable display hardware shall support the display of unique unit identification (ID) and text alias conversion with a minimum of 16 alphanumeric characters.

7. Each agency shall have the ability to purchase, as an OPTION, subscriber devices compliant with MIL-STD-810C, D, E, and F.

8. Support “whisper” functionality with automatic gain control.

9. Available in multiple colors.

10. Respondents shall propose a wide range of subscriber devices including mobile, portable, and fixed control stations. As a minimum there shall be at least three levels or tiers with increasing public safety features.

i. Tier 1 shall include basic features without encryption. This set of devices shall:

a. Support the 700/800 MHz interoperability channels

b. Be configurable for at least two interoperability talkgroups

c. Be configurable for at least one operational talkgroup

d. Typically have no display capability or limited display capability

e. Support operating with existing wideband, analog conventional systems

f. Support an emergency button/switch

August 1, 2012 Page 72 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

ii. Tier 2 shall support all of Tier 1 functionality. Additionally this set of devices shall:

a. As an OPTION, support data and control encryption functionality

b. Support a multiple character display with associated switch capability

c. Be configurable for at least 25 interoperability talkgroups

d. Be configurable for at least 25 operational talkgroups

e. As an OPTION, support OTAP

iii. Tier 3 shall support all of Tier 2 functionality. Additionally this set of devices shall:

a. Support multiple line displays with associated keypad/keyboard

b. Be configurable for at least 100 interoperability talkgroups

c. Be configurable for at least 100 operational talkgroups

d. As an OPTION support OTAR functionality

11. Respondents shall also provide pricing for multi-band portables, mobiles and control stations capable of operating in the 700/800 MHz band as well as a minimum of one other band either VHF, or UHF.

C. Battery:

1. RESPONDENT shall propose batteries without cadmium. Pricing shall be provided for the following:

a. Nickel-Metal Hydride (NiMH)

b. Lithium-ion

2. As an OPTION, RESPONDENT shall propose batteries certified as intrinsically safe.

August 1, 2012 Page 73 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

3. Batteries shall provide a minimum operational use of eight hours based on a 5-5-90 duty cycle.

4. Recharge time to full capacity shall not exceed one hour.

5. RESPONDENT shall provide detailed specifications for all batteries proposed, including the following at a minimum:

a. Battery life

b. Total battery life-cycle expectancy

c. Recharge time

d. Dimensions

e. Weight

f. Warranty

D. Accessories: RESPONDENT shall provide OPTIONAL pricing for all accessories, including the following at a minimum:

1. Encryption

2. Data cables

3. High capacity batteries

4. Battery chargers:

a. Single-bay battery charger

b. Multiple-bay battery charger

c. Vehicular charger

5. Alternate antennas

6. Remote speaker microphone

7. Remote speaker microphone with antenna

August 1, 2012 Page 74 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

8. Headset:

a. Wired

b. Wireless/Bluetooth

9. Carrying cases/belt clips

E. RESPONDENT shall provide detailed equipment specifications for all proposed subscriber radios and accessories, including the following information:

1. Radio dimensions

2. Radio weight with battery

3. Antenna type

4. Frequency channel capacity

5. General features, transmit/receive parameters, and mechanical specs

4.10 Equipment Shelter

4.10.1 Shelter Size

A. The shelter size shall be nominal 11 foot 6 inch wide exterior x nominal 16 foot long exterior x nominal 9 foot 2 inch high interior, one room concrete shelter.

4.10.2 Shelter Construction

A. The shelter construction shall be concrete or concrete composite.

4.10.3 Shelter Design and Construction Requirements

A. In addition to all applicable codes and standards, SELECTED VENDOR shall design the shelter to meet or exceed the following structure requirements:

1. 200 pound per square foot distributed floor loading while on foundation

August 1, 2012 Page 75 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

2. 125 pound per square foot distributed floor loading while lifting

3. 200 pound per square foot minimum roof load and a concentrated load of at least 500 pounds per square foot

4. Minimum wind requirements as specified in Warren County Kentucky zone in ANSI/EIA/TI-222 Revision G

5. Seismic Design Category D

6. Vents and entryways shall be constructed to deter vandalism

7. Waterproof

4.10.4 Exterior Finish

A. The exterior finish of the shelter shall be exposed aggregate.

4.10.5 Bullet Resistance

A. Shelter walls must be capable of stopping 30.06 rifle fires per UL 752 requirements.

4.10.6 Fire Rating

A. Shelter walls must provide a two hour fire rating.

4.10.7 Insulation and Interior Finish

A. Walls and ceiling must be insulated to a minimum value of R-11.

B. Interior walls and ceiling must be sheathed with ½ inch white Nu-Poly® or similar board.

C. Shelter walls must be reinforced as required to support wall mounted equipment.

D. Floor will be covered with light colored industrial grade vinyl tile floor covering.

August 1, 2012 Page 76 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

4.10.8 Exterior Door

A. The shelter shall be equipped with a 42 inch by 84 inch door. The door shall have a bullet resistance rating that complies with levels 1-4 of UL 752 ballistic standards. Door, frame and frame components shall be painted or otherwise treated to be rust-proof.

1. Each door shall as a minimum be equipped with the following hardware and accessories:

a. A continuous stainless-steel hinge the entire length of the door

b. Neoprene weather strip

c. High security locking cylinder latch set

d. Mortised dead bolt

e. Anti-pick plate on strike of door to restrict access to the latch and deadbolt

f. Hydraulic closer

g. An exterior mounted canopy to protect the door entry. This canopy shall be designed to support a load of 100 pounds per square foot

4.10.9 Power Distribution

A. Power distribution shall include the following:

1. One MOV/SAD only lightning arrestor, Type 1, Transtector Model DSAPEXIMAX808 or equivalent

2. One MOV lightning arrestor, Type 2, Transtector Model DSAPEXIMAX808MM or equivalent

3. One 60 Amp enclosed circuit breaker for safety disconnect of TVSS unit

4. One 200 Amp, 10,000 AIC, 120/240 VAC, single phase, 60 Hz, 30 space main breaker, snap-in utility power distribution panel, in a NEMA 1 surface mount enclosure

August 1, 2012 Page 77 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

5. Circuit breakers for all communications system equipment and customer loads as specified

6. One 200 Amp, 240 VAC, fused, double pole, single throw safety switch

7. One 200 Amp, 240 VAC, non-fused, double pole, double throw manual transfer switch

8. One 200 Amp, four-pin, reversed service exterior power receptacle; Appleton Model: AJA20044-200RS

9. Six 20 Amp specification grade duplex receptacles

10. One 20 Amp specification grade exterior ground fault duplex receptacle

11. Ten 20 Amp ceiling or cable tray mounted NEMA twist-lock receptacles with matching plugs

12. All wiring shall be installed in surface mounted conduit or NEMA wire ways and be in full compliance with ANSI/NFPA-70 – The National Electric Code, latest version

4.10.10 Uninterruptable Power Supply (UPS)

A. The SELECTED VENDOR shall provide single phase, online, double conversion, static type, uninterruptible power supply (UPS) at each shelter with the following features:

1. Direct dedicated connection to main panel

2. Surge suppression

3. Input harmonics reduction

4. Rectifier / charger

5. Inverter

6. Static bypass transfer switch

7. Battery and battery disconnect device

8. Internal maintenance bypass / isolation switch

August 1, 2012 Page 78 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

9. Output isolation transformer

10. Remote UPS monitoring provisions

11. Battery monitoring

12. Remote monitoring

13. UPS output shall be connected to a dedicated subpanel feeding the 10 quad 20A twist lock outlets to be installed on the overhead cable tray

B. Operational Requirements:

1. Automatic operation includes the following:

a. Normal Conditions – Load is supplied with power flowing from the normal power input terminals, through the rectifier-charger and inverter, with the battery connected in parallel with the rectifier- charger output. b. Abnormal Supply Conditions – If normal supply deviates from specified and adjustable voltage, voltage waveform, or frequency limits, the battery supplies energy to maintain constant, regulated inverter power output to the load without switching or disturbance. c. If normal power fails, energy supplied by the battery through the inverter continues supply-regulated power to the load without switching or disturbance. d. When power is restored at the normal supply terminals of the system, controls automatically synchronize the inverter with the external source before transferring the load. The rectifier-charger then supplies power to the load through the inverter and simultaneously recharges the battery. e. If the battery becomes discharged and normal supply is available, the rectifier-charger charges the battery. On reaching full charge, the rectifier-charger automatically shifts to float-charge mode. f. If any element of the UPS system fails and power is available at the normal supply terminals of the system, the static bypass transfer switch switches the load to the normal AC supply circuit without disturbance or interruption.

August 1, 2012 Page 79 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

g. If a fault occurs in the system supplied by the UPS, and current flows in excess of the overload rating of the UPS system, the static bypass transfer switch operates to bypass the fault current to the normal AC supply circuit for fault clearing. h. When the fault has cleared, the static bypass transfer switch returns the load to the UPS system. i. If the battery is disconnected, the UPS continues to supply power to the load with no degradation of its regulation of voltage and frequency of the output bus. 2. Manual operation includes the following:

a. Turning the inverter off causes the static bypass transfer switch to transfer the load directly to the normal AC supply circuit without disturbance or interruption. b. Turning the inverter on causes the static bypass transfer switch to transfer the load to the inverter. 3. Controls and Indications:

a. Basic system controls shall be accessible on a common control panel on the front of the UPS enclosure.

C. Performance Requirements:

1. Input:

a. Single phase, three-wire b. Voltage: 120/240V Nominal c. Frequency: 50/60 Hz +/- 3 Hz 2. Output:

a. Voltage: 120/240V b. Frequency: 60 Hz, +/- 3 Hz c. Maximum Voltage Distortion: 5% at full load d. Two hour battery operation

August 1, 2012 Page 80 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

4.10.11 Lighting

A. Shelter lighting shall include the following:

1. Five 4 foot, two tube surface mounted fluorescent light fixtures

2. One exterior door light with vandal resistant lens and photo cell control

4.10.12 HVAC

A. Redundant wall mount air conditioning units, with low ambient and compressor anti-cycle controls, integral 5 kW resistance heat strips and washable dust filters. SELECTED VENDOR will ensure HVAC is sized correctly with equipment heat loads.

B. Redundant lead/lag controls allowing approximately equal operating time on each air conditioning unit

C. Active dehumidification controls that modulate heat and air conditioning operation to control high humidity conditions

D. One 650 cfm (at 0" of H2O static pressure) exhaust fan system, including motorized intake and exhaust louvers, thermostat, fiberglass hoods, permanent expanded metal dust filter and exhaust insect screen

4.10.13 Site Alarms

A. Any change in the state of site equipment shall induce an alarmed state. Equipment monitored shall include, but not be limited to the following:

1. Surge arrestors 2. Transfer switch (normal or bypass state) 3. Power fail 4. HVAC 5. Smoke detector 6. Intrusion detection 7. High temperature 8. Low temperature

August 1, 2012 Page 81 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

9. High humidity 10. UPS/DC Power Plant fail 11. UPS state (normal or bypass) 12. Generator (including generator run, low fuel, high temp, fail, etc.) 13. Generator not in auto 14. Propane fuel level low 15. Tower lighting alarms 16. In an effort to reduce false alarms, all alarm contacts shall be normally closed when no alarm is present.

4.10.14 Grounding

A. One interior perimeter ground bus (Halo) ground system per Motorola’s R-56 guidelines

B. Provisions for the connecting of a grounding electrode conductor at the shelter service equipment

C. One IPGB compliant to Motorola’s R-56 guidelines

D. One ground kit (Harger model EPK-12MOT or equivalent) including interior and exterior ground bars and exterior copper straps

4.10.15 Entry Ports

A. Cable entry ports shall consist of one – eight-port/waveguide entry panel with 4 inch sleeves and protective blank covers.

4.10.16 Cable Ladder

A. SELECTED VENDOR shall supply and install up to 40 feet of 18 inch wide cable ladder/tray.

4.10.17 Telco Board

A. One-4 foot x 6 foot x ¾ inch Telco board shall be supplied.

August 1, 2012 Page 82 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

4.10.18 Accessories

A. The following accessories shall be provided:

1. One portable ten pound CO2 fire extinguisher

2. One hand held emergency eye wash station

3. One first aid kit

4. One service manual

5. One smoke detector

4.10.19 Drawings

A. SELECTED VENDOR shall provide five sets of shelter drawings with each shelter. SELECTED VENDOR shall also supply typical foundation drawings based on normal soil conditions and support calculations for recommended building tie down locations.

4.11 Site Generator

4.11.1 Power and Electric Requirements

A. Generator specifications include the following:

1. Fuel: Liquid Propane

2. Output: 25 kW

3. Phase: Single

4. Voltage: 120/240 VAC

5. Frequency: 60 Hz

4.11.2 Enclosure

A. The generator enclosure shall be outdoor weather protective and securely attached to a foundation designed to the generator manufacturer’s specifications.

August 1, 2012 Page 83 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

4.11.3 Muffler Type

A. The generator muffler shall be of residential critical grade including flexible exhaust section.

4.11.4 Control Panel

A. The generator control panel shall be either analog or digital and capable of displaying the following:

1. Oil Pressure

2. Coolant temperature

3. Fuel level (where applicable)

4. DC battery voltage

5. Run time hours

4.11.5 Alarm Status

A. The generator shall be capable of providing, at a minimum the following alarm status information:

1. High or low AC voltage

2. High or low battery voltage

3. High or low frequency

4. Low or pre-low oil pressure

5. Low water level

6. Low water temperature

7. High and pre-high engine temperature

8. High, low and critical low fuel levels (where applicable)

9. Over crank

August 1, 2012 Page 84 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

10. Over speed

11. Unit not in "Automatic Mode"

4.11.6 Miscellaneous

A. Generator will be supplied with block heater, 10 Amp battery charger, and meet NFPA99 and 110 requirements.

B. Fuel tanks shall be sized to accommodate for a seven day run time with a minimum size of 500 gallons

C. SELECTED VENDOR shall be responsible for generator startup and first fill of all propane tanks

D. Propane tanks shall be equiped with monitoring device capable of triggering an alarm contact upon low fuel. Low full threshold shall be programmable

E. Propane tanks shall be securely attached to a poured concrete foundation

4.11.7 Automatic Transfer Switch (ATS)

A. SELECTED VENDOR shall install the ATS in the shelter prior to shelter shipment. ATS shall include a programmable exerciser capable of automatic starting and shutdown of generator on a weekly basis. ATS shall have a 200 Amp rating and enclosed in NEMA 1 enclosure.

4.12 Self-Supporting Tower

4.12.1 Design Criteria

A. The SELECTED VENDOR shall design the tower and foundation to meet EIA/TIA Standard RS-222 Standards Revision G. Each tower and foundation proposal shall be designed for all equipment, appurtenances, ancillary equipment, antenna loading and include 25% future capacity.

B. The design shall be based on the minimum wind and ice requirements as specified for the Warren County Kentucky zone in EIA/TIA RS-222 Standards Revision G.

C. The tower shall be manufactured as a self-supporting lattice design.

August 1, 2012 Page 85 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

D. All structural steel and hardware shall be galvanized after fabrication in accordance with the appropriate standards. All tower materials shall be hot dip galvanized after fabrication; with a minimum zinc coating of 2 oz. per sq. ft. Bolts shall be hot dip galvanized according to ASTM A-325 or the latest version of this standard.

E. The make, model, serial number and height of the tower shall be clearly labeled at the base of the tower. Labeling shall be weatherproof and durable such as a stamped metal plate or equivalent.

4.12.2 Waveguide Support

A. There shall be a ladder type support system associated with the tower to mount the transmission cables. This support shall comply with tower and cable manufacturer’s installation specifications.

B. The support system shall accommodate cable or waveguide mounting hardware at the proper intervals.

C. The support shall be equipped with precision punched or drilled holes to allow installation of snap-in type or bolt-in hangers.

D. The support system shall be sized for 25% growth beyond initial system implementation.

E. The support materials will be of similar construction as other tower materials so as to appear integral to the structure.

F. The support shall be designed to meet rigidity specs similar to the tower.

4.12.3 Waveguide Bridge

A. The tower shall be equipped with a waveguide bridge with support posts spaced at intervals compliant to the wind loading specifications, but not more than 10 feet distant.

B. There shall be posts placed on both lateral sides of the bridge to fully support the load.

C. The bridge shall be designed to support all initial antenna transmission lines plus 25% growth capacity.

August 1, 2012 Page 86 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

D. The structure shall have sufficient stiffness to comply with the tower wind and ice loading specifications.

E. The SELECTED VENDOR shall furnish and install the waveguide bridge between the tower and equipment shelter. The following criteria shall govern the design of the waveguide bridge:

1. Structurally sturdy to support live and dead loads

2. Free standing (i.e., not attached to the shelter or tower)

3. Minimum width of 2 feet

4. Length/height as required by the site specifics

5. Bridge/ice shield material shall be fabricated from galvanized bar grating or approved equivalent

6. All components of the waveguide bridge shall be hot-dipped galvanized after fabrication

7. Posts shall have galvanized caps and be set in concrete foundations. Each post shall be separately grounded to the site ground system with 1/0 AWG stranded bare copper conductor

8. Waveguide bridge shall be adjustable in height so as to allow interface with shelter waveguide entry ports

9. Bridge shall be effectively grounded to the external ground bar

4.12.4 Climbing Equipment

A. The tower shall be equipped with an approved climbing ladder and safety device. The ladder may be integrated into the structural components of the tower.

B. There shall be a climbing safety system compliant to original manufacturer’s specifications. The equipment must comply with EIA/TIA-222-G.

August 1, 2012 Page 87 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

4.12.5 Lighting System & Control (Option)

A. A lighting system is not required by the FAA for towers under 200 feet. However, due to the proximity of sites to the Bowling Green airport the FAA may require the installation of a lighting system. Therefore, a lighting system shall be proposed as an OPTION.

B. The SELECTED VENDOR shall furnish and install an obstruction lighting system approved by the FAA and compliant with applicable standards.

C. The lighting system shall include controller, lamps, lightning protection, mounting hardware, service cabling and conduit, conduit drain-breather system, wiring, and other material required for a complete installation.

D. The lighting system shall be controlled by a 120 volt AC single phase solid state control unit and power supply. The unit shall be installed within a NEMA 3R metal cabinet or a NEMA 4X cabinet. The controller shall be mounted inside the equipment shelter.

E. The lights shall be automatically controlled by means of a photoelectric unit. The control unit shall be designed with relay control. The design shall include relays for:

1. ON-OFF status of lights

2. Control unit failure

3. Light failure

F. The lighting system design shall have automatic revert to back-up power sources and automatic reset upon power source restoral.

G. There shall be a test switch in the controller to simulate daytime, nighttime, and auto modes.

H. All wiring shall be contained within rigid galvanized conduit, junction boxes, and lighting equipment housings.

I. Vertical conduit runs shall be adjacent to the tower waveguide supports.

J. All levels of lighting shall be clearly visible from any direction of approach to the tower.

August 1, 2012 Page 88 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

K. The photoelectric unit shall be installed in a moisture-proof protective metal or high impact plastic housing on the building in an inconspicuous location and adjusted to attain an unobstructed view of the NNE sky. The photocell shall be mounted such that it is not affected by artificial light. Photocell wiring shall be completely installed within rigid galvanized conduit.

L. Ice shields shall be installed for all lighting system fixtures not mounted on top of the tower.

M. The controller case shall be grounded to the equipment shelter building ground with #4 AWG or larger copper wire.

4.12.6 Tower Installation

A. The SELECTED VENDOR shall furnish all materials, labor, equipment, and mounting hardware to provide a complete functional tower installation.

B. The SELECTED VENDOR shall perform all operations required for the installation, including concrete work and excavation, which will comply with manufacturer’s recommendations for temperature, slump and air content.

C. Two sets of fresh field concrete specimens shall be taken. One set of field cured concrete specimens shall be tested for weight and one set for compressive strength with the tests to be taken at 7 days and at 28 days. The results of these tests will be presented to BGWC.

D. The compressive strength test shall be the average of the two specimens from the same composite sample.

E. Tower documentation shall include construction, installation, and maintenance drawings, approved by a Kentucky certified Professional Engineer (PE).

4.12.7 Tower Erection

A. The foundation shall be allowed to cure for at least seven (7) days before erecting the tower.

B. Manufacturer recommended bolts shall be used for all connections in accordance with the installation documentation. Bolts should be of such

August 1, 2012 Page 89 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

lengths as to protrude beyond the nuts a minimum of 1/4 inch and a maximum of 1/2 inch.

C. All bolts shall be equipped with self-locking nuts.

D. Field reaming of coated metal components will be acceptable only upon determining there is no structural damage to the tower.

E. Field remanufactured holes must receive two coats of spray galvanizing as specified and be completely filled by the use of a larger diameter bolt.

F. All bolts placed through slotted holes shall be equipped with flat washers.

G. Mud, dirt, and other foreign matter shall be removed from the tower sections before erection, with special attention given to cleaning the contact surfaces at joints before they are bolted together.

H. When portions of the tower are ground assembled, such assembly shall be on rigid surfaces or blocking which will provide support to prevent distortion of tower steel and damage to surface finish.

I. All bolts shall be installed in all connections of ground assembled portions of the tower. Temporary bracing of tower members shall be used to avoid overstressing or distortion.

J. The structure shall be erected plumb. The method of assembling and erecting shall be such that no member will be subjected to a load in excess of that for which it was designed.

K. Extreme care shall be taken to establish and maintain the true geometric shape of the portion of the tower assembled. All connections must lie flat where bolted together. No gaps between butt flanges or connections are acceptable after the bolts are tensioned.

L. Slings or other equipment used for picking up members or portions of the tower shall be of such material or protected in such a way as to not damage the tower section, the finish, or distort or overstress the tower when lifts are made.

M. Portions of the tower shall be raised in such a manner that no dragging on the ground or against other hard surfaces will occur.

August 1, 2012 Page 90 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

N. Damaged tower sections can be used if properly repaired. If a damaged portion cannot be repaired to the satisfaction of BGWC, it shall be replaced. For any galvanized surfaces, which are damaged for any reason, zinc-based solder repair shall be used. Solders in a rod form or a powder may be used.

O. Surfaces must be cleaned using a wire brush or a light grinding action. Surface preparation shall extend into the surrounding undamaged galvanized coating. The thickness of zinc solder repair shall be equivalent to the originally specified hot dip galvanizing process. Repairs shall be performed in accordance with the solder manufacturer’s instructions.

P. Only wrenches of proper size, which will not deform the nuts, nor injure the surface finish, are to be used. Standard ironworkers’ 12-inch spud or 12-inch socket wrenches shall be used. Pipe extenders will not be permitted.

Q. During construction of the tower where required, the obstruction lighting fixtures shall be installed and operated at each required level as each such level is exceeded in height during construction.

4.13 Grounding System

A. The tower and all appurtenances will be installed in accordance with the Motorola R56, Harris 4Z/LZT 123 4618/1 R3A or MIL-STD-188-124B.

B. All equipment mounted on the tower shall attach to the tower such that it will be electrically at ground potential.

C. All antenna systems shall be effectively grounded and provide surge protection to all equipment.

D. All antenna transmission lines shall be grounded at the antenna base, at the base of the tower, and at the exterior ground bar located at the entry to the building. Antenna transmission line ground conductors shall be bonded to the tower in compliance with standards.

E. The site installation should have less than 5 ohms resistance between any connected point on the ground bus and earth ground.

F. Ground resistivity shall be tested using the four-point method. The SELECTED VENDOR shall supply a ground test report and shall fully describe the method used in testing.

August 1, 2012 Page 91 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

5. Training

5.1 Training Programs

A. The SELECTED VENDOR shall develop and conduct training programs to allow BGWC personnel to become knowledgeable with the system, subsystems, and individual equipment.

B. The SELECTED VENDOR shall provide complete and comprehensive operational training covering features, operation, and special care associated with the equipment supplied.

C. The SELECTED VENDOR shall provide technical/system management training, including:

1. Complete and comprehensive technical training in the theory, maintenance, and repair of all equipment provided.

2. This training shall include, as a minimum, system theory, troubleshooting, repair, and servicing techniques as applicable to the selected system.

3. Technical training shall include the following categories:

i. Infrastructure maintenance and troubleshooting

ii. Microwave backhaul network maintenance, and troubleshooting

4. The SELECTED VENDOR shall provide complete and comprehensive technical training for BGWC technical staff charged with managing the system. This training shall include, but is not limited to:

i. Planning and setting up the system and network

ii. Building and implementing system and network profiles and configurations

iii. Performing database management functions

iv. Monitoring and managing the system’s performance

v. Writing and printing system reports.

August 1, 2012 Page 92 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

5. System management training shall include the following categories:

i. Radio programming

ii. Microwave backhaul network management

D. RESPONDENTS shall fully describe all proposed training programs detailing how they intend to provide training. The training description shall include the following:

1. A list of all subjects with a description of each

2. Class material to be provided by the SELECTED VENDOR

3. Number of classes

4. Class duration

5. Need for recurring training

6. Class size

7. Class cost

E. The SELECTED VENDOR shall conduct all training at a location where duplication of system operation will not impact daily operations. The SELECTED VENDOR shall coordinate with BGWC regarding number of attendees, schedule, and training location.

F. The SELECTED VENDOR shall schedule classes as near to system cutover as possible.

G. The SELECTED VENDOR shall train BGWC employees or designated individuals.

H. The SELECTED VENDOR shall provide all instructional material, including printed manuals, audio, video, interactive self-paced personal computer programs, and complete equipment operating instructions for all technical and operational training classes for the exact model and series of equipment delivered. All instructional material shall be subject to the approval of BGWC and shall become property of BGWC.

August 1, 2012 Page 93 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

6. System Implementation, Test, and Acceptance

A. The SELECTED VENDOR shall attend weekly project and construction meetings as defined in Section 3 – Project Management for all project phases. BGWC may also schedule additional implementation, acceptance, and test meetings, which the SELECTED VENDOR is required to attend.

B. The SELECTED VENDOR shall comply with all requirements specified in Section 3 – Project Management.

6.1 Staging

A. Each individual assembly or equipment unit shall undergo factory testing prior to shipment.

B. The SELECTED VENDOR shall submit standard factory test documentation documenting the tests performed and indicating successful completion of testing to BGWC.

C. System staging:

1. The SELECTED VENDOR shall perform complete system staging and testing at a location in the United States. The intent of the staging tests is to demonstrate to BGWC that the system is ready for shipment and installation.

2. The SELECTED VENDOR shall provide all necessary technical personnel, and test equipment to conduct staging tests. All deviations, anomalies, and test failures shall be resolved at the SELECTED VENDOR’S expense.

3. The SELECTED VENDOR shall use an approved staging acceptance test plan (SATP). BGWC expects the SELECTED VENDOR to successfully perform all tests before BGWC witnesses the official SATP. The SELECTED VENDOR and BGWC shall jointly execute and date the SATP following completion of all tests. All tests in the SATP shall be marked as either pass, fail, or pass qualify.

4. RESPONDENTS shall include in their proposals all costs associated with the involvement of BGWC personnel in the SATP. BGWC shall be responsible for its own travel and labor expenses.

August 1, 2012 Page 94 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

5. The SELECTED VENDOR shall document, correct, and retest all failed components. The SELECTED VENDOR shall repair at its own expense failed components that are not repairable.

6. Retest of individual failed SATP tests or the entire plan shall be at BGWC’s discretion.

7. The SELECTED VENDOR shall provide BGWC with the fully executed and complete SATP document.

8. There shall be no deemed acceptance of the SATP

6.2 System Installation

A. Installation shall include a complete, tested system to include placement of associated cabling, appropriate system layout and terminal connections. The SELECTED VENDOR shall provide associated power supplies and any other hardware, adapters and/or connections to deliver a complete operable system to BGWC at the time of acceptance.

B. Only factory authorized or SELECTED VENDOR affiliated service shops shall perform installations. The SELECTED VENDOR may use other shops or installers upon mutual agreement with BGWC. Qualified, adequately trained personnel familiar with this type of work shall perform all installations. SELECTED VENDOR shall provide the names of the service shops, a summary of their experience and a list of five references (minimum) for each proposed shop.

C. Prior to the start of the system installation the SELECTED VENDOR shall participate in a mandatory project site survey with BGWC or BGWC’s representative to confirm actual equipment location within each space. At that time the SELECTED VENDOR will determine and document the exact equipment locations.

D. The SELECTED VENDOR shall coordinate with others, as appropriate, to confirm that any prep work that affects the installation of the base station equipment, such as tower work, coring, bracing, conduit, electrical, etc., is complete before final inspection.

E. The SELECTED VENDOR shall provide and pay for all materials necessary for the execution and completion of all work. Unless otherwise specified, all

August 1, 2012 Page 95 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

materials incorporated into the permanent work shall be new and shall meet the requirements of this RFP. All materials furnished and work completed shall be subject to inspection by BGWC or BGWC’s Engineer or Consultant.

F. The SELECTED VENDOR shall not use equipment supplied as spares for installation of the proposed system. The SELECTED VENDOR shall supply all spare equipment in new condition.

G. The SELECTED VENDOR shall clean all equipment and devices internally and externally and repair all damaged finishes.

H. The SELECTED VENDOR’S workers shall leave sites neat and broom swept upon completion of work each day. Workers shall thoroughly clean all equipment shelter and building floors and remove all scuff marks and abrasions prior to acceptance. Workers shall also remove all trash weekly.

I. Inspection:

1. BGWC shall conduct an inspection of the installations upon substantial completion. BGWC shall document any deficiencies on a single punch list and provide the punch list to the SELECTED VENDOR for resolution.

2. Final acceptance testing shall not commence until all punch list items are resolved.

6.3 Coverage Testing

A. RESPONDENTS shall submit a preliminary Coverage Acceptance Test Plan (CATP) with their proposals.

B. The SELECTED VENDOR shall submit the final CATP during the final design stage of the project.

C. CATP:

1. The CATP shall be consistent with the procedures and guidelines outlined in TSB-88 latest revision.

2. Coverage testing shall commence only after the radio system is fully tested and aligned. Significant changes to the system will require retesting of coverage at BGWC’s discretion.

August 1, 2012 Page 96 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

3. The CATP shall be conducted when trees are in full foliage

4. The SELECTED VENDOR shall perform two types of coverage testing:

i. Automated objective mobile drive testing

ii. Non-automated subjective DAQ testing (intelligibility testing)

iii. Automated and intelligibility testing shall be complementary and serve to fully verify that coverage requirements are met both technically and operationally.

5. Test configurations:

i. Test configurations for automated and intelligibility testing shall represent typical operating configurations to the greatest extent possible, using portable and mobile radio equipment to be used with the system.

ii. Automated objective mobile drive testing:

a. The SELECTED VENDOR shall test both the signal level and BER, as applicable, at a statistically significant number of test locations throughout BGWC utilizing automated test equipment such as an STI-9400 or equivalent.

b. For testing purposes, BGWC shall be divided into 1/4-square mile grids (½-mile x ½-mile). The SELECTED VENDOR may subdivide grids if necessary.

c. The SELECTED VENDOR shall not count inaccessible grids as either a pass or fail in the statistical analysis.

d. The SELECTED VENDOR shall identify, correct, and retest all failed grids.

e. Automated objective mobile drive testing shall serve as the pass/fail criteria for coverage testing.

iii. Non-automated subjective DAQ testing:

August 1, 2012 Page 97 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

a. The SELECTED VENDOR shall perform non-automated subjective DAQ coverage testing using portable radios typical of the system.

b. The SELECTED VENDOR shall document talk-out and talk-in performance.

c. The SELECTED VENDOR shall provide a standardized test form for testing.

iv. The SELECTED VENDOR shall coordinate with BGWC to establish pass/fail criteria as well as correlation between the subjective and objective test results.

6.4 Cutover Plan

A. The SELECTED VENDOR shall be responsible for planning and coordinating the implementation of all equipment, subsystems, and the overall system.

B. Execution of the cutover plan shall ensure that new systems are brought online with minimum interruption to all existing systems and communications.

C. The SELECTED VENDOR shall be responsible for any costs associated with their proposed cutover plan.

D. During final design, the SELECTED VENDOR shall deliver a preliminary cutover plan describing how the radio system will be phased over into a fully- operational system.

1. The SELECTED VENDOR shall successfully complete all tests and training prior to the actual cutover of systems.

2. The SELECTED VENDOR shall provide the necessary labor to cutover from existing systems to the proposed system.

3. The cutover plan shall include the schedule and procedures associated with the transition of each operational user group. The plan shall specifically address how the existing users will begin using the new system with minimal operational impact.

August 1, 2012 Page 98 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

4. The cutover plan shall provide detailed component or subsystem cutover plans, and specifically delineate between systems that affect and do not affect ongoing operations.

5. BGWC reserves the right to approve and change the cutover plan as it relates to any or all system components.

6.5 Final Acceptance Testing

A. Prior to final acceptance testing, the SELECTED VENDOR shall verify and document upgrades of all equipment, hardware, and software to the latest factory revision. Multiple revision levels among similar equipment are not acceptable. The SELECTED VENDOR shall provide BGWC with two weeks written notice that the system is ready for final acceptance testing.

B. Final acceptance test plan (FATP):

1. The SELECTED VENDOR shall use the completed and approved FATP. BGWC expects the SELECTED VENDOR to successfully perform all FATP before BGWC witnesses the official FATP. The SELECTED VENDOR and BGWC representatives shall jointly execute and date the FATP following completion of all tests. All tests in the FATP shall be marked as either pass or fail.

2. The SELECTED VENDOR shall provide all necessary technical personnel, and test equipment to conduct FATP tests. All deviations, anomalies, and test failures shall be resolved at the SELECTED VENDOR’s expense.

3. The SELECTED VENDOR shall document, correct, and retest all failed components. The SELECTED VENDOR shall replace at its own expense any failed component that is not repairable.

4. Retest of individual failed FATP tests or the entire plan shall be at BGWC’s discretion.

5. The SELECTED VENDOR shall provide BGWC with the fully executed and completed FATP document.

6. There shall be no deemed acceptance of the FATP.

August 1, 2012 Page 99 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

6.6 30-Day Operational Test

A. The SELECTED VENDOR shall perform a 30-calendar day operational test of the system to ensure that all hardware and software defects have been corrected prior to entering final proof of performance testing. The tests shall demonstrate fully-integrated operation of the system, including all individual subsystems. The tests shall demonstrate the reliability, long-term stability, and maintainability of the systems. A failure of any critical component of the system during this test will cause the test to restart after the repair is completed. The SELECTED VENDOR and BGWC will agree on what constitutes a critical failure prior to commencing this test.

B. The SELECTED VENDOR shall provide a 30-day operational test plan during the preliminary design phase.

6.7 Decommissioning, Removal and Disposal of Legacy Equipment

A. The SELECTED VENDOR shall remove existing equipment (e.g., transmitters, consoles, mobiles, cables, antenna systems, etc.) not being reused in the system.

B. If necessary, the SELECTED VENDOR, at its sole expense, shall warehouse removed equipment prior to disposal.

C. The SELECTED VENDOR shall maintain a detailed inventory of the removed equipment, listing the following at a minimum:

1. The owning agency

2. Model numbers

3. Serial numbers

4. Asset numbers

5. Location removed from

6. Location within the warehouse

D. The SELECTED VENDOR, at its sole expense, shall transport removed equipment to BGWC-specified disposal location.

August 1, 2012 Page 100 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

6.8 As-Built Documentation

A. At the completion of the installation phase, the SELECTED VENDOR shall provide complete as-built documentation as outlined below:

1. Equipment provided

2. Plan and elevation drawings of all equipment including antennas on towers

3. Cabling and terminations

4. Block and level diagrams

5. Programming

6. Setup and alignment information

7. Successfully completed, signed, and dated FATP

6.9 System Acceptance

A. BGWC shall deem the system ready for final acceptance following successful completion and approval of the following:

1. Final design submittals

2. SATP

3. System installation

4. Final inspection and punch list resolution

5. As-built documentation

6. FATP, including the CATP

7. 30-day operational test completion

8. Training

August 1, 2012 Page 101 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

7. Warranty, Maintenance, and Support

7.1 Warranty

A. The proposed communications system shall have a warranty period of three years. The three-year warranty period shall commence upon final acceptance as defined in Section 6.9 – System Acceptance.

B. The SELECTED VENDOR shall warrantee system performance and all hardware, parts, and materials, including all related return and delivery fees.

C. The SELECTED VENDOR shall provide a single toll-free telephone number that answers 24 hours a day, seven days a week, 365 days a year, for service requests and warranty claims.

D. The SELECTED VENDOR shall provide, at a minimum the following services during the warranty period:

1. Remote monitoring of system status and alarm conditions

2. Notification of system degradation, or alarm conditions

3. Dispatch services to notify service personnel

4. 24/7 on-call personnel to respond to system issues

5. Depot repair services for repair of faulty equipment

6. Technical support service to answer any questions related to the system and its components

7. Anti-virus support including updates and security patches

8. Software updates

E. The SELECTED VENDOR shall provide warranty maintenance 24 hours a day with no additional charges for work on critical infrastructure.

F. RESPONDENTS shall state in their proposals the name, address, and capabilities of the service station(s) providing warranty service.

August 1, 2012 Page 102 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

G. The SELECTED VENDOR shall adhere to the following procedures during the warranty period:

1. The warranty service provider shall indicate to BGWC in writing the cause of the service outage, the resolution, and all post-repair testing procedures to ensure proper operation.

2. In the event the service provider uses BGWC owned spares to complete repair, the model and serial number of both the defective unit and the documentation shall note spare.

3. Hardware:

i. The SELECTED VENDOR shall institute a comprehensive tracking system for all equipment needing factory or depot repairs to track units to and from the factory/depot.

ii. Replacement parts shall be equal in quality and ratings as the original parts.

iii. The SELECTED VENDOR shall complete fixed equipment mail-in board repair within seven days.

4. Software:

i. The SELECTED VENDOR shall warrantee all software and firmware associated with equipment features, functions, and capacity as required by this RFP and according to BGWC’s contract with the SELECTED VENDOR.

ii. During the installation and warranty periods, the SELECTED VENDOR shall provide, at no additional cost, commercially available upgrades to any and all software and firmware sold to BGWC as part of the section installation. The frequency and timing of installation of upgrades during this period will be at the sole discretion of BGWC based on availability.

iii. These requirements apply only to software upgrades by the SELECTED VENDOR that are:

a. Patches for defective software

August 1, 2012 Page 103 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

b. New releases that are corrective revisions for earlier versions and/or; no-cost enhancements to earlier releases.

iv. The SELECTED VENDOR shall make every effort to separate corrective revisions from enhancements. If the SELECTED VENDOR is unable to do so, and new releases are necessary to correct problem(s), then the SELECTED VENDOR shall provide the entire release (including enhancements) to BGWC at no additional expense.

v. The SELECTED VENDOR shall also provide all backup media and revised software manuals to BGWC at no extra cost at the time of any software revisions.

vi. The SELECTED VENDOR shall bring software releases for all devices to the latest release level prior to the conclusion of the warranty period.

5. The service facility shall provide prompt repair service, with service personnel arriving onsite within two-hours after a service request by BGWC and returning the system to service within four-hours after a service request by BGWC.

6. If fixed equipment or a fixed equipment module fails more than twice during the acceptance test or twice during the first year, the SELECTED VENDOR shall meet with BGWC to discuss, explain, and document such failures. If, in the opinion of BGWC, these failures indicate that the equipment is potentially prone to continuing failures, the SELECTED VENDOR shall replace it at no cost to BGWC.

7. The SELECTED VENDOR, at no cost to BGWC, shall correct latent design defects or recurring problems relating to software, hardware, or overall system design, during the warranty period.

7.2 Post-Warranty Maintenance

A. The RESPONDENT shall propose maintenance services for subsequent years, renewable on an annual basis.

August 1, 2012 Page 104 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

B. The RESPONDENT shall provide a comprehensive list of all post-warranty service offerings, Statement of Work documents and costs associated with each.

C. The comprehensive list of post-warranty services would include, but not be limited to the following:

1. Network Operations Center monitoring of network

2. Repair services available 24/7

3. Depot repair

4. Software subscriptions

5. Software subscriptions that include hardware replacement

6. Technical support

D. The RESPONDENT shall fully describe the terms and conditions of the maintenance services in the Proposal.

E. The SELECTED VENDOR shall indicate who the local authorized repair facility will be for post warranty repairs upon completion of the Detailed Design Review process.

F. RESPONDENTS shall be aware that the ongoing maintenance costs associated with the system may be considered in evaluating proposal.

7.3 Maintenance

A. The SELECTED VENDOR shall maintain and repair all systems, equipment, hardware and software throughout the implementation/migration and warranty periods. BGWC reserves the right to have technical staff onsite to witness, and if desired, assist in the maintenance and troubleshooting procedures. This does not relieve the SELECTED VENDOR from warranty and maintenance responsibility as defined in this RFP.

August 1, 2012 Page 105 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

7.3.1 General Requirements:

A. The approach to maintenance of this system shall be one of preventive maintenance.

B. RESPONDENTS shall specify comprehensive maintenance services for the proposed equipment and system.

C. RESPONDENTS shall provide a list of maintenance plans available. RESPONDENTS should base plans on the quantities of equipment included in the proposed system. Plans should have options for one, two, or three years. These plans shall include:

1. Fixed equipment onsite service;

i. 2-hour response time

ii. 4-hour response time

iii. 8-hour response time

iv. Next day response time

v. Fulltime onsite technician

2. Fixed equipment mail-in board repair;

i. Normal response - 7 day

ii. Emergency response - Next day

3. All fixed equipment maintenance plans shall provide 24-hour system support where users can dial one toll free number to report problems and/or receive technical support.

4. Additionally for fixed onsite maintenance, the SELECTED VENDOR’s staff will then dispatch the proper technician in the prescribed response time to resolve the problem, if the SELECTED VENDOR is unable to resolve the problem through telephone consultation.

August 1, 2012 Page 106 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

7.3.2 Maintenance Standards

A. Replacement parts used in repairs shall be equal in quality and ratings to the original parts.

B. The SELECTED VENDOR shall maintain equipment in a clean condition. Oil, dust, and other foreign substances shall be removed on a routine basis.

C. The SELECTED VENDOR shall maintain equipment and system performance at the level initially described in these equipment and systems specifications. The service organization shall maintain records to confirm completion at intervals defined by BGWC.

D. The SELECTED VENDOR shall provide only factory trained and authorized maintenance personnel.

E. If fixed equipment or a fixed equipment module fails more than twice during the acceptance test or twice during the first year, the SELECTED VENDOR shall meet with BGWC to discuss, explain, and document such failures. If, in the opinion of BGWC, these failures indicate that the equipment is potentially prone to continuing failures, the SELECTED VENDOR shall replace it at no cost to BGWC.

7.4 Parts Availability

A. BGWC expects the useful life of the system to be 15-20 years. It is inadvisable to recommend products near the end of their respective lifecycles. RESPONDENTS should state where in the product lifecycle each proposed component is and should commit to support of that product for a minimum of ten-years. All equipment should be of a model currently in production and not planned for discontinuation, in new condition, and covered by a full manufacturer’s warranty of not less than one-year.

B. From the date of final acceptance to the tenth anniversary of the date of final acceptance, the SELECTED VENDOR shall maintain replacement parts for all delivered equipment.

C. In the event the SELECTED VENDOR plans to discontinue stocking any part required for maintenance after the seventh anniversary of acceptance, the SELECTED VENDOR shall send written notice to BGWC 24-months prior to the date of discontinuance to allow for last-time buys and replenishment.

August 1, 2012 Page 107 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

D. The SELECTED VENDOR shall provide year around, 24-hour ordering facilities via telephone, internet, e-mail, and fax service and shall deliver all parts, ordered on a priority basis within 24-hours after placing an order.

7.5 Spare Equipment

A. RESPONDENTS shall propose to BGWC as an OPTION, recommended spare parts for the system, subsystems, and individual equipment.

B. The list of spare parts shall include, but is not limited to:

1. Complete station assemblies (base station or mobile relay)

2. Any vendor identified field-replaceable units (FRUs)

3. Any infrastructure component, which does not have FRU sub-components that can cause a critical failure if it were to fail. Examples include base station antennas and other non-modular components.

4. Power supplies

5. Test measurement, calibration and repair kits

6. Diagnostic equipment to support BGWC maintenance activities

7. Spares for less critical items shall also be enumerated

C. The list shall include items that will rapidly and completely restore all critical system functionality with the least amount of effort (e.g., board replacement instead of troubleshooting to the component level when a critical unit has failed).

D. The list shall include quantities of spares appropriate to accommodate equipment quantities in the system.

E. The list shall define the primary equipment category each spare kit supports (e.g., transceiver board for a repeater, interface board for a console, etc).

F. The system engineering design documentation shall include a narrative on the SELECTED VENDOR’s ability to replace failed units from stock and the process and timing to repair, replace, and return failed units delivered for repair.

August 1, 2012 Page 108 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

G. System engineering design documentation shall also include the life cycle of equipment, parts, and other maintenance support for the system.

August 1, 2012 Page 109 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

Glossary of Terms and Acronyms

Term Definition Agency Term that applies generically to any local, state, federal entity or organization, such as; a department, division, city/town, or bureau. Includes: government, quasi-government and private groups. ANS American National Standard ANSI American National Standards Institute APCO Association of Public-Safety Communications Officials International ASTM American Society of Testing Materials ATM Asynchronous Transfer Mode ATP Acceptance Test Plan ATPC Automatic Transmit Power Control B Byte Backhaul The transporting of radio communications traffic between distributed sites (typically access points) and more centralized points of presence. Bandwidth (BW) The capacity of a channel to carry signals. The amount of spectrum required to transmit a signal without distortion or loss of information. BER Bit Error Rate – A measure of the number of errors in received transmissions when compared to the original transmission, frequently expressed as a percentage. BGP Border Gateway Protocol BGWC City of Bowling Green and Warren County, Kentucky bit Binary digit BOM Bill of Materials bps Bits per Second BR Bit rate CADI Computer-Aided Dispatch Interface CATP Coverage Acceptance Test Plan Channel The route through which a message is sent. A connection between initiating and terminating nodes of a circuit. A single path provided by a transmission medium via an electrical separation, such as by frequency or frequency pairs. City City of Bowling Green, KY Communications Information transfer among or between users. In public safety communications, the ability of public safety agencies to talk across agencies. Connectivity The complete path between two terminals.

August 1, 2012 Page 110 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

Term Definition Conventional A radio system with dedicated, single-purpose channels (can be shared between several users with different operational needs; e.g., fire and police). A user shall select the specific channel to be used. CoS Class of Service Coverage The geographic area included within the range of a wireless radio system. CPC Channel Performance Criterion CSSI Console Subsystem Interface DAQ Delivered Audio Quality dB Decibel dBm Decibel referenced to one milliwatt. (zero dBm) dBw Decibel referenced to one watt. Zero dBw equals one watt. Digital Radio transmission method that replaces analog systems and transmits its signal in binary 1's and 0's the same as a computer. One major difference is that digital signals do not degrade gradually the way analog does as the distance between the transmitter and receiver increases. DS-0 A basic digital signaling rate of 64 kbit/s, corresponding to the capacity of one voice-frequency-equivalent channel. The DS-0 rate, and its equivalents E-0 and J-0, form the basis for the digital multiplex transmission hierarchy in telecommunications systems used in North America. DSCP Differentiated Services Code Point EIA Electronic Industries Alliance (publisher of standards) EIFM External Interference Fade Margin Encryption The reversible transformation of data from the original (plain text) format to a difficult to interpret format as a mechanism for protecting its confidentiality, integrity and sometimes its authenticity. Encryption uses an encryption algorithm and one or more encryption keys. ERP Effective Radiated Power FAA Federal Aviation Administration FATP Final Acceptance Test Plan FCC Federal Communications Commission FDMA Frequency Division Multiple Access Frequency The number of cycles or events of a periodic process in a unit of time.

August 1, 2012 Page 111 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

Term Definition Frequency The spectrum of transmission space where mobile radio systems Bands operate in the United States. They are (from low to high): High HF 25-29.99 MHz Low VHF 30-50 MHz High VHF 150-174 MHz Low UHF 450-470 MHz UHF TV Sharing 470-512 MHz 700 MHz 764-776 & 7940806 MHz 800 MHz 806-869 MHz 2.4 GHz 4.9 GHz FRU Field-Replaceable Unit GAAP Generally Accepted Accounting Principles GPS Global Positioning System, a U.S. satellite system that lets persons or systems determine their position with extreme accuracy using GPS receivers. GRE Generic Routing Encapsulation GUI Graphical User Interface Hz Hertz (same as cycles per second) ID Identification IEEE Institute of Electrical and Electronic Engineers IGRP Interior Gateway Routing Protocol IM Intermodulation Infrastructure Dedicated telecommunications networks; the hardware and software needed to complete and maintain a public safety communications system Interference Extraneous energy, from natural or man-made sources, that impedes the reception of desired RF signals. Interoperability The ability of diverse systems and organizations to work together (inter-operate). In public safety, the ability of personnel to exchange voice and data communications with staff from other agencies, on demand and in real time. IP Internet Protocol IS-IS Intermediate System to Intermediate System ISSI P25 Inter-RF Subsystem Interface kHz kilo Hertz (1000 Hertz) kW Kilowatts LAN Local Area Network LMR Land Mobile Radio Mbps Mega bit per second (1 million bits per second) MHSB Monitored hot standby MHz Megahertz (1,000,000 Hz)

August 1, 2012 Page 112 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

Term Definition MIB Management Information Base Modem An acronym for modulator/demodulator, which is a device that translates digital signals coming from a computer into analog signals that can be transmitted over standard telephone lines. The modem also translates the analog signals back into digital signals that a computer can understand. MPE Maximum Permissible Exposure ms Millisecond MTBF Mean Time Between Failures MW Megawatt NAD North American Datum Narrowband In LMR systems, the FCC has mandated the reduction of channel bandwidths from 25 kHz to 12.5 kHz, doubling the number of available channels. All systems operating on 25 kHz bandwidth in the VHF and UHF bands shall be operating on narrowband by January 1, 2013, when all public safety users shall cease operation of wideband equipment on or before that date. The FCC has further mandated narrowbanding to 6.25 kHz or equivalent by a date yet to be determined. Narrowbanding of the 700 MHz band to 12.5 kHz shall be accomplished by January 1, 2017. NEBS Network Equipment Building System NEC National Electric Code NEMA National Electrical Manufacturer’s Association NFPA National Fire Protection Association NMS Network Management System NTIA National Telecommunications and Information Administration (part of Department of Commerce - coordinates use of the federal government frequency spectrum). NTP Network Time Protocol OAM Orthogonal Amplitude Modulation OSHA Occupational Safety and Health Administration OSPF Open Shortest Path First OTAP Over-The-Air Programming OTAR Over-The-Air-Rekeying PC Personal Computer PD Police Department POC Point of Contact Project 25 (P25) A suite of standards for digital radio communications for use by or APCO-25 federal, state/province and local public safety agencies in North America to enable them to communicate with other agencies and mutual aid response teams in emergencies. PSAP Public Safety Answering Point

August 1, 2012 Page 113 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

Term Definition psig per square inch gauge PTT Push-to-Talk Public Safety Specific bands of frequencies set aside by the FCC for use by Spectrum public safety agencies. They are: Low Band (25-50 MHz) VHF High Band (150-174 MHz) 220 Band (220-222 MHz) UHF Band (450-470 MHz) 700 Band (764-776 and 794-806 MHz) 800 Band (806-824 and 851-869 MHz) 4.9 GHz Band QA/QC Quality Assurance/Quality Control QOS Quality of Service R56 Motorola Installation Standards and Guidelines for Communication Systems RADIUS Remote Authentication Dial-In User Service Receiver The component(s) of a radio device that converts the radio waves into audible signals. Repeater A special receiver/transmitter combination that receives a signal on one frequency and retransmits a new signal on another frequency, usually within the same frequency band, sometimes referred to as a relay station. RESPONDENT Any individual or entity bidding on the right to supply products and services in response to this RFP. RF Radio Frequency RFP Request For Proposal RIP Routing Information Protocol RPC Regional Planning Committee RX Receive SATP Staging Acceptance Test Plan SELECTED Any individual or entity selected from among all RESPONDENTS to VENDOR supply products and services in response to this RFP. SFP Small Form-Factor Pluggable SNMP Simple Network Management Protocol SOR Statement of Requirements Spectrum The range of electromagnetic radio frequencies that can be decomposed into frequency components, used in the transmission of sound, data, and television. SSC Source Selection Committee SSH Secure Shell STS-1 Synchronous Transport Signal Level 1 (45 Mbps) Subscriber User, customer on a network.

August 1, 2012 Page 114 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Bid #2013-04

Term Definition Subscriber Unit User’s equipment (usually a mobile or portable radio). TACACS Terminal Access Controller Access Control System Talkgroup Radio system users assigned to a specific group of users who regularly communicate with each other. TDM Time-division multiplexing TDMA Time-division multiple access TDMM Telecommunications Distribution Methods Manual TIA Telecommunications Industry Association Trunked A radio system with a group of channels available and assigned as needed to specific “groups” or operations. The channels are programmed for automatic system assignment while in-use, and then released for other users. A trunked system maximizes channel utilization. TVSS Transient Voltage Surge Suppression TX Transmit UHF Ultra High Frequency UL Underwriters Laboratory UPS Uninterruptible Power Supply USGS United States Geologic Survey VHF Very High Frequency VLAN Virtual Local Area Network Voting Receiver Multiple remote receivers tied together through a comparator device at a transmitter site to improve portable coverage, signal strength is compared from each receiver, and the best receiver becomes the receiver during a specific transmission. VSWR Voltage Standing Wave Ratio WBS Work Breakdown Structure

August 1, 2012 Page 115 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix A

Appendix A – Mandatory Submittals

RESPONSIBILITY OF BIDDER FORM (page 117)

BID FORM – BID #2013-04 (pages 118-119)

STANDARD HOLD HARMLESS & INDEMNIFICATION CLAUSE, AND INSURANCE REQUIREMENTS FORM v.6 (pages 120-123)

August 1, 2012 Page 116 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix A

August 1, 2012 Page 117 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix A

BID FORM – Bid #2013-04

TO: BGWC Voice Radio Communications System c/o Purchasing Agent’s Office City Hall 1001 College Street Bowling Green, KY 42101

FROM: ______

______

______

The undersigned hereby certifies that to the best of his knowledge and belief, the cost or pricing data submitted herein is accurate, complete and current as of the date set forth hereon: (Reference KRS 45A.405)

The undersigned hereby certifies that he has carefully examined the specifications and is familiar with the type of service/equipment/supplies to be furnished as set forth.

The undersigned proposes to furnish the supplies and/or equipment that will perform in a satisfactory manner and that is in accordance with the specifications set forth, for the total cost submitted in Table B.1 – Proposal Pricing Form (Total Cost).

The bidder, herein certifies by signature, that all specifications have been reviewed and that any variations to the City’s specifications, including both exceptions to or enhancements to same, are clearly spelled out in an attachment to this bid.

______(Signature)

The bidder, herein certifies by signature, that all addendums issued to this bid offering, if any, have been reviewed and the bidder is fully aware of the implications of the addendums on the bid offering, and that a copy of each issued addendum is signed and attached hereto as evidence of receipt.

______(Signature)

The bidder, herein certifies by signature, that the Responsibility of Bidders Form has been fully completed and attached hereto as part of the bid.

______(Signature)

August 1, 2012 Page 118 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix A

Are there any exceptions to the specific specifications set forth on proposal? Yes_____ No_____

If yes, please explain.______

______

Company or Individual Name ______

Doing business as (DBA) ______

Street Address ______

P.O. Box Number ______

City, State, Extended Zip Code ______

______Official Name (Printed)

______Official Signature

______Date Signed

August 1, 2012 Page 119 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix A

STANDARD HOLD HARMLESS & INDEMNIFICATION CLAUSE, AND INSURANCE REQUIREMENTS FORM v.6

I. PROFESSIONAL HOLD HARMLESS AND INDEMNIFICATION CLAUSE

Service Provider agrees to indemnify and hold harmless the City of Bowling Green, its elected and appointed officials, officers, employees, agents and successors in interest from all claims, damages, losses and expenses including court costs, attorneys' fees, to the extent arising out of or resulting, directly or indirectly, from the Service Provider’s (or Service Provider’s subcontractor’s) performance or breach of the contract, including claims resulting from negligent acts, errors or omissions. This Hold Harmless and Indemnification Clause shall in no way be limited by any financial responsibility or insurance requirements and shall survive the termination of this Contract.

II. INSURANCE

The Service Provider shall not commence work under this Contract until all insurance required under the Contract Document has been obtained and copies of policies or certificates thereof are submitted to and approved by the City of Bowling Green’s Human Resources & Risk Management Department. The Service Provider shall not allow any subcontractor to commence work until the insurance required of such subcontractor has been obtained and copies of Certificates of Insurance retained by Service Provider, evidencing proof of coverage.

Prior to commencing work, the Service Provider shall maintain continuous liability coverage written on an occurrence basis or, on a claims made basis with an extended reporting period (ERP) option of not less than three years. Coverage will be provided through insurance companies licensed to do business in the State of Kentucky with a Best Rating of A- or better.

Without limiting Service Provider’s indemnification requirements, it is agreed that Service Provider shall maintain in force at all times during the performance of this agreement the following policy or policies of insurance covering its operations, and require subcontractor, if subcontracting is authorized, to procure and maintain these same policies until final acceptance of the work by the City of Bowling Green. The City of Bowling Green may require Service Provider to supply proof of subcontractor’s insurance via Certificate of Insurance, or at City of Bowling Green’s option, actual copies of policies.

August 1, 2012 Page 120 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix A

The insurance to be procured and maintained and the minimum Limits of Liability shall be as follows, unless different Limits are specified by addendum to the Contract: 1. COMMERCIAL GENERAL LIABILITY, via the Occurrence Form, with a $5,000,000 Combined Single Limit for any one occurrence for Bodily Injury, Personal Injury and Property Damage. The insurance certificate shall show coverage limits for the following: a. General Aggregate b. Products/Completed Operations c. Personal & Advertising Injury d. Each Occurrence e. Medical Expenses (Any one person) f. Damage to Rented Premises (Each Occurrence) 2. WORKERS' COMPENSATION insuring the employers' obligations under Kentucky Revised Statutes Chapter 342 at Statutory Limits, and EMPLOYERS' LIABILITY of $1,000,000.

3. AUTOMOBILE LIABILITY, insuring all Owned, Non-Owned and Hired Motor Vehicles. The minimum coverage Liability Limit is $1,000,000 Combined Single Limit for any one accident. The Limit of Liability may be subject to increase according to any applicable State or Federal Transportation Regulations.

4. ARCHITECTS & ENGINEERS PROFESSIONAL LIABILITY INSURANCE (Either A or B below) with a $1,000,000 Limit of Liability per occurrence basis, or on a claims made basis with an extended reporting period (ERP) option of not less than three years, and a minimum $2,000,000 per annual aggregate. A) A Professional Architects and Engineers Liability policy covering your architectural firm's general practice (a Practice policy). OR B) Separate Project Errors and Omissions Insurance specifically insuring each Project (which includes the Contractual Liability Endorsement).

The following policies are to contain or be endorsed to contain the following provisions:

Commercial General Liability Coverage

a) “The City of Bowling Green, its elected and appointed officials, employees, and volunteers are added as an “Additional Insured” as respects liability arising out of activities performed by or on behalf of the Service Provider entering into this contract

August 1, 2012 Page 121 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix A

for service including the insured’s general supervision of the premises owned, occupied or used by the Service Provider entering into this contract.

b) The insurance coverage for the Service Provider entering into a contract shall be primary insurance as respects liability arising out of activities performed by or on behalf of the Service Provider entering into this contract for service including the insured’s general supervision of the premises owned, occupied or used by the Service Provider entering into this contract. Any insurance or self-insurance maintained by the City, its elected and appointed officials, employees, agents and successors and volunteers shall be excess of the Service Provider’s insurance coverage and shall not contribute to it.

c) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its elected and appointed officials, employees, agents and successors and volunteers.

All Coverage

a) Each insurance policy required shall be endorsed to state that coverage shall not be suspended, voided, canceled, reduced in coverage or in limits except after thirty (30) days’ prior written notice has been given to the City.

b) Any deductibles or self-insured retentions must be declared to and approved by the City.

c) Certificates of Insurance as required above shall be furnished to:

CITY OF BOWLING GREEN Department of Human Resources & Risk Management 1001 College Street Bowling Green, Kentucky 42102 FAX: (270) 393-3298

Miscellaneous

Approval of the insurance by the City of Bowling Green shall not in any way relieve or decrease the liability of the Service Provider hereunder. It is expressly understood that the City of Bowling Green does not in any way represent that the specified Limits of Liability or coverage or policy forms are sufficient or adequate to protect the interest or liabilities of the Service Provider. The City shall not be obligated to review such insurance certificates, policies and endorsements, or to advise Service Provider of any deficiencies in such documents, and such receipt shall not relieve the Service Provider from or be deemed a waiver of the City’s right to insist on strict fulfillment of Service Provider’s obligations herein.

August 1, 2012 Page 122 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix A

OSHA Compliance

The Service Provider entering into a contract agrees to comply with all appropriate federal and state OSHA laws, rules and regulations. The Service Provider entering into the contract shall have a safety policy based upon applicable regulatory standards, a copy of which may be obtained by the City Safety/Training Manager, upon request.

Name of Service Provider:

______

Authorized Service Provider Signature: ______

Date: ______

It is expressly understood that no employer/employee relationship is created by this agreement nor does it cause Service Provider to be an officer or official of the City of Bowling Green. By executing this agreement, the parties hereto certify that its performance will not constitute or establish a violation of any statutory or common law principle pertaining to conflict of interest, nor will it cause unlawful benefit or gain to be derived by either party.

August 1, 2012 Page 123 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix B

Appendix B – Proposal Pricing Forms

Table B.1 – Proposal Pricing Form (Total Cost)

Description Extended Cost Total System Components (Table B.2) System Control Equipment Remote Site Equipment Dispatch Console Equipment Microwave Network Equipment Network Management System Spare Equipment Other Total System Components Cost System Services (Table B.3) Installation Project Management System Engineering System Staging Coverage & Acceptance Testing Documentation Training Warranty & Maintenance Other Total Services Cost Infrastructure Development (Table B.4) Towers Shelters Generator, Propane Tanks, and ATS PM, Engineering, and Installation Total Infrastructure Development Cost Total Proposal Cost

August 1, 2012 Page 124 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix B

Table B.2 – Proposal Pricing Form (System Components Cost)

Item Description Site Name Qty Unit Cost Extended Cost System Control Equipment

Remote Site Equipment

Microwave Network Equipment

Network Management System

Spare Equipment

Other

Total System Components Cost

August 1, 2012 Page 125 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix B

Table B.3 – Proposal Pricing Form (System Services Cost)

Item Description Site Name Qty Unit Cost Extended Cost Installation

Project Management

System Engineering

System Staging

Coverage & Acceptance Testing

Documentation

Training

Warranty & Maintenance

Other

Total System Services Cost

August 1, 2012 Page 126 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix B

Table B.4 – Proposal Pricing Form (Infrastructure Development Cost)

Item Description Site Name Qty Unit Cost Extended Cost Towers

Shelters

Generator, Propane Tanks, and ATS

Project Management

Engineering

Installation

Other

Total Infrastructure Development Cost

August 1, 2012 Page 127 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix B

Table B.5 – Proposal Pricing Form (User Radio Cost)

Item Description Option Qty Unit Cost Extended Cost Portable Radios

Mobile Radios

Control Stations

Spare Equipment

Warranty & Maintenance

Other

August 1, 2012 Page 128 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix B

Table B.6 – Proposal Pricing Form (User Radio Options Cost)

Item Description Option Qty Unit Cost Extended Cost Portables Optional Portable Radio Models

Battery Options

Additional Features and Accessories

Multiband Portable Radios

Mobiles Optional Mobile Radio Models

Optional Control Station Models

Additional Features and Accessories

Multiband Mobile Radios

August 1, 2012 Page 129 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix B

Table B.7 – Proposal Pricing Form (Post-Warranty Options Cost)

Item Description Qty Unit Cost Extended Cost Infrastructure Equipment Post-warranty Support (Hardware/Software), Year 4+ NOC monitoring of network On-Call Services 24/7 – 4 hour response Depot repair Technical Support Services (phone support 24/7) Software services Software services including hardware replacement

User Radio Equipment Post-warranty Support (Hardware/Software), Year 4+

August 1, 2012 Page 130 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix C

Appendix C – Compliance Matrix

Provided electronically as Appendix C is BGWC-PSMR-SPEC RFP Appendix C – Compliance Matrix Form 20120801.xlsx

August 1, 2012 Page 131 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix D

Appendix D – BGWC Owned Property List

PVA STREET ID PARCEL STREET NAME OWNERSHIP ACRES LATITUDE LONGITUDE NUMBER NUMBER 1 046A05 001 - ORA HUFF RD WARREN COUNTY 0.64 37 08 17.48263 -86 22 05.78417 2 035A36 9408 KY HIGHWAY 185 WARREN COUNTY 0.86 37 06 56.40185 -86 25 23.81333 3 036A01 028 1185 RICHARDSVILLE RD WARREN COUNTY 0.61 37 05 46.20260 -86 27 51.57198 4 036B38 001 - DELANE FLORA RD WARREN COUNTY 0.08 37 05 11.26201 -86 26 48.69150 5 049A40 1107 MOUNT OLIVET GIRKIN RD WARREN COUNTY 1.78 37 03 42.61997 -86 22 14.52101 6 005A70 255 HADLEY SCHOOL RD WARREN COUNTY 0.36 37 03 30.76801 -86 36 23.00936 7 025A91 121 JENKINS RD WARREN COUNTY 1.26 37 03 21.05849 -86 31 12.36072 8 080B01 153 120 MAIN ST S WARREN COUNTY 1.24 37 03 06.04206 -86 12 28.58198 9 080B01 172 325 MAIN ST S WARREN COUNTY 18.59 37 02 54.36546 -86 12 46.84363 10 026A51 5301 GLEN LILY RD CITY OF B G 254.96 37 02 17.61209 -86 32 06.88243 11 062A82 6487 LOUISVILLE RD WARREN COUNTY 131.10 37 02 18.47375 -86 21 02.41571 12 026A14 - BARREN RIVER RD WARREN COUNTY 1.56 37 02 05.25325 -86 29 54.82669 13 026A51 5301 GLEN LILY RD CITY OF B G 73.34 37 01 48.77670 -86 31 41.14470 14 050A23 004A - DETOUR RD WARREN COUNTY FISCAL CT 0.56 37 02 03.42388 -86 23 47.72918 15 039B10 076 1100 MAIN AVE W CITY OF B G 216.90 37 00 44.55709 -86 27 47.08876 16 039B03 038 1222 BOATLANDING RD CITY OF B G 0.59 37 00 57.05838 -86 26 40.83677 17 039B03 039 1218 BOATLANDING RD CITY OF B G 2.26 37 00 54.64498 -86 26 43.57824 18 039B10 074 - CHURCH AVE CITY OF B G 5.64 37 00 51.31832 -86 27 31.02894 19 039B03 099 1125 LEWIS AVE WARREN COUNTY 1.68 37 00 40.64202 -86 26 54.27316 20 039B04 025 - BEECH ST CITY OF B G 0.51 37 00 38.34086 -86 27 01.20139 21 039B04 039 - CHURCH AVE CITY OF B G 5.41 37 00 33.82524 -86 27 10.20643 22 039B02A001 210 BEAUTY AVE WARREN COUNTY 1.65 37 00 30.38832 -86 26 37.36406 23 039B04 052 - JACKSON ST CITY OF B G 1.70 37 00 30.80754 -86 27 01.48702 24 039B02W020 210 DOUBLE SPRINGS RD CITY OF B G 0.25 37 00 31.22680 -86 26 07.55117 25 051A01 047 - LOUISVILLE RD WARREN COUNTY 0.12 37 00 29.11813 -86 24 26.71542 26 039B02S044A - RIVERVIEW DR CITY OF B G 0.21 37 00 20.37870 -86 26 00.15036

August 1, 2012 Page 132 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix D

PVA STREET ID PARCEL STREET NAME OWNERSHIP ACRES LATITUDE LONGITUDE NUMBER NUMBER 27 051A01 028 1708 OLD LOUISVILLE RD WARREN COUNTY 8.64 37 00 13.28267 -86 25 07.63000 28 039B05 017 611 RAVEN AVE CITY OF B G 2.97 37 00 14.49659 -86 26 45.85042 29 039B05 018 600 RAVEN AVE CITY OF B G 0.58 37 00 14.52452 -86 26 41.74519 30 039B05 012 420 BARRY ST CITY OF B G 0.99 37 00 13.53046 -86 26 39.91369 31 051A01 017 - OLD LOUISVILLE RD CITY OF B G 56.20 37 00 05.00720 -86 25 24.61994 32 039B06A011 234 PARISH CT CITY OF B G 0.42 37 00 04.00291 -86 26 44.90416 33 039B12 102 715 WOODFORD AVE CITY OF B G 0.30 37 00 01.42812 -86 27 25.78140 34 039B06 092 820 NUGENT ST CITY OF B G 0.17 37 00 01.52636 -86 26 50.89142 CITY OF B G & COUNTY OF 35 039A09 025 401 KENTUCKY ST 3.51 36 59 59.59986 -86 26 17.40887 WARREN 36 039A01 009 426 1ST AVE E CITY OF B G 0.64 37 00 00.97902 -86 25 47.00842 37 039B12 102 715 WOODFORD AVE CITY OF B G 0.32 37 00 00.05101 -86 27 28.00962 38 039B11 027 400 10TH AVE W CITY OF B G 0.14 36 59 59.24062 -86 26 59.81370 39 039A09 018 200 6TH AVE E CITY OF B G 6.06 36 59 55.52912 -86 26 17.08296 40 039A07 032 301 COLLEGE ST CITY OF B G 0.24 36 59 57.04116 -86 26 03.28157 CITY OF BOWLING GREEN 41 039A07 033 307 COLLEGE ST 0.31 36 59 56.68256 -86 26 03.78186 KENTUCKY 42 039A07 035 311 COLLEGE ST CITY OF B G 0.18 36 59 56.38913 -86 26 04.24759 CITY OF BOWLING GREEN 43 039A07 037A 323 COLLEGE ST 0.28 36 59 55.92991 -86 26 05.00924 KENTUCKY 44 039A07 037 319 COLLEGE ST CITY OF B G 0.14 36 59 55.64242 -86 26 04.21588 45 039A07 040 347 COLLEGE ST CITY OF B G 0.26 36 59 54.16148 -86 26 07.65834 CITY OF BOWLING GREEN 46 039B25 059 - HAMMOND CIR 1.02 36 59 52.75266 -86 28 21.27576 KENTUCKY 47 051B05 1220 FAIRVIEW AVE CITY OF B G 47.66 36 59 38.58112 -86 25 02.46652 48 039A03 066 321 CHESTNUT ST CITY OF B G 0.22 36 59 48.55920 -86 25 57.87404 49 039A07 063 601 COLLEGE ST WARREN COUNTY 0.85 36 59 47.36641 -86 26 18.15839 CITY OF BOWLING GREEN 50 039A11 017 911 KENTUCKY ST 2.58 36 59 46.04320 -86 26 40.59409 MUNICIPAL PROJECTS

August 1, 2012 Page 133 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix D

PVA STREET ID PARCEL STREET NAME OWNERSHIP ACRES LATITUDE LONGITUDE NUMBER NUMBER 51 039A12 010 930 ADAMS ST CITY OF B G 0.25 36 59 45.77928 -86 26 43.01020 52 039A12 012 942 ADAMS ST CITY OF B G 0.35 36 59 45.47922 -86 26 44.00441 53 039B16 049 1341 NORMALVIEW DR CITY OF B G 10.08 36 59 40.19323 -86 27 38.80163 BOWLING GREEN SPE INC % 54 039A10 030 321 7TH AVE E 0.05 36 59 45.35034 -86 26 23.36154 COUNTY JUDGE BOWLING GREEN SPE INC % 55 039A07 077 323 7TH AVE E 0.09 36 59 45.09989 -86 26 23.07419 COUNTY JUDGE CITY OF BOWLING GREEN 56 039A11 030 929 KENTUCKY ST 0.25 36 59 44.30072 -86 26 41.17524 KENTUCKY 57 039A11 035 120 10TH AVE E CITY OF B G 0.14 36 59 44.70846 -86 26 43.18836 BOWLING GREEN SPE INC % 58 039A07 078 325 7TH AVE E 0.04 36 59 44.91913 -86 26 22.48930 COUNTY JUDGE CITY OF BOWLING GREEN 59 039A11 036 122 10TH AVE E 0.11 36 59 44.42446 -86 26 42.72040 KENTUCKY BOWLING GREEN SPE INC % 60 039A07 086 711 COLLEGE ST 0.30 36 59 43.97917 -86 26 23.11717 COUNTY JUDGE WARREN COUNTY REGIONAL JAIL 61 039A11 028A 920 KENTUCKY ST 0.46 36 59 43.79014 -86 26 36.89293 CORPORATION BOWLING GREEN SPE INC % 62 039A07 084 707 COLLEGE ST 0.19 36 59 44.14826 -86 26 22.42219 COUNTY JUDGE BOWLING GREEN SPE INC % 63 039A07 079 327 7TH AVE E 0.05 36 59 44.55604 -86 26 22.12696 COUNTY JUDGE BOWLING GREEN SPE INC % 64 039A07 097 318 8TH AVE E 0.30 36 59 43.92208 -86 26 26.11608 COUNTY JUDGE 65 039A11 038 126 10TH AVE E CITY OF B G 0.12 36 59 44.12591 -86 26 42.41872 BOWLING GREEN SPE INC % 66 039A07 087 715 COLLEGE ST 0.25 36 59 43.64110 -86 26 23.65188 COUNTY JUDGE BOWLING GREEN SPE INC % 67 039A07 083 701 COLLEGE ST 0.08 36 59 44.07018 -86 26 21.61712 COUNTY JUDGE 68 039A11 031 935 KENTUCKY ST CITY OF B G 0.13 36 59 43.72454 -86 26 41.31326 69 039B16 049 1341 NORMALVIEW DR CITY OF B G 1.43 36 59 41.95936 -86 27 34.41269

August 1, 2012 Page 134 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix D

PVA STREET ID PARCEL STREET NAME OWNERSHIP ACRES LATITUDE LONGITUDE NUMBER NUMBER BOWLING GREEN SPE INC % 70 039A07 089 723 COLLEGE ST 0.28 36 59 43.33153 -86 26 24.16988 COUNTY JUDGE WARREN CO JUSTICE CENTER 71 039A11 028 920 KENTUCKY ST 1.14 36 59 42.72968 -86 26 38.56589 EXPANSION CORP 72 039A11 039 128 10TH AVE E CITY OF B G 0.11 36 59 43.63130 -86 26 42.24160 73 039A07 075 638 COLLEGE ST CITY OF B G 0.08 36 59 43.82736 -86 26 19.60091 BOWLING GREEN SPE INC % 74 039A07 093 729 COLLEGE ST 0.27 36 59 43.02024 -86 26 24.66938 COUNTY JUDGE 75 039A11 032 939 KENTUCKY ST CITY OF B G 0.09 36 59 43.23642 -86 26 41.50216 BOWLING GREEN SPE INC % 76 039A07 098 326 8TH AVE E 0.29 36 59 42.94324 -86 26 25.88680 COUNTY JUDGE 77 039A11 033 943 KENTUCKY ST CITY OF B G 0.08 36 59 42.96703 -86 26 41.91421 WARREN COUNTY JUSTICE 78 039A10 060A 221 MAIN AVE E 0.46 36 59 42.33988 -86 26 36.23014 CENTER EXPANSION CITY OF B G & COUNTY OF 79 040A14 826 WOODWAY ST 69.85 36 59 31.84757 -86 28 36.94044 WARREN BOWLING GREEN SPE INC % 80 039A07 094 731 COLLEGE ST 0.12 36 59 42.26986 -86 26 24.68800 COUNTY JUDGE BOWLING GREEN SPE INC % 81 039A07 096 739 COLLEGE ST 0.16 36 59 41.93732 -86 26 25.22119 COUNTY JUDGE 82 039A02 026 461 PARK ST WARREN COUNTY 1.08 36 59 41.12002 -86 26 00.48203 83 039A10 060 1001 CENTER ST WARREN COUNTY 3.72 36 59 39.01542 -86 26 39.93950 84 039A07 104 816 COLLEGE ST CITY OF B G 1.19 36 59 38.05897 -86 26 24.54871 85 039A04 106 440 8TH AVE E CITY OF B G 0.13 36 59 38.93536 -86 26 21.58735 86 039A05 004 416 MAIN AVE E WARREN COUNTY 0.18 36 59 37.62614 -86 26 26.69892 87 039A10 064 303 10TH AVE E WARREN COUNTY 0.32 36 59 37.34041 -86 26 38.40407 88 039A05 005 420 MAIN AVE E CITY OF B G 0.11 36 59 37.40870 -86 26 26.46892 89 039A03 133 701 7TH AVE E CITY OF B G 1.30 36 59 35.84800 -86 26 07.36231 90 040A11 822 WOODWAY ST WARREN COUNTY 2.63 36 59 34.84306 -86 28 25.19605 91 039A10 072 1018 CENTER ST CITY OF B G 0.17 36 59 36.49585 -86 26 39.40868

August 1, 2012 Page 135 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix D

PVA STREET ID PARCEL STREET NAME OWNERSHIP ACRES LATITUDE LONGITUDE NUMBER NUMBER 92 039A03 132 627 FAIRVIEW CT CITY OF B G 0.66 36 59 35.92705 -86 26 09.60194 93 039A10 070 331 10TH AVE E CITY OF B G 0.17 36 59 35.53843 -86 26 36.59705 94 039A08 007 1001 COLLEGE ST CITY OF B G 0.24 36 59 35.01625 -86 26 35.75094 CITY OF BOWLING GREEN 95 039A08 009 1017 COLLEGE ST 0.49 36 59 34.47449 -86 26 37.49950 MUNICIPAL PROJECTS 96 028B08A - MIDCREST DR WARREN COUNTY 2.84 36 59 30.80458 -86 31 26.53669 99 039A08 008 1011 COLLEGE ST CITY OF B G 0.12 36 59 34.59336 -86 26 36.41352 100 039A08 004 429 10TH AVE E WARREN COUNTY 1.00 36 59 33.01789 -86 26 34.55160 101 039A08 005 429 10TH AVE E WARREN COUNTY 0.17 36 59 31.69712 -86 26 33.83070 102 039A01 054A 523 US 31W BY PASS WARREN COUNTY 1.12 36 59 30.49091 -86 25 44.75892 103 039A06 014 1031 STATE ST WARREN COUNTY 0.38 36 59 29.54015 -86 26 35.11997 104 039A06 019 1109 STATE ST WARREN COUNTY 2.11 36 59 27.76394 -86 26 39.63840 105 040A01 077A - WARREN WAY CITY OF B G 0.10 36 59 28.24868 -86 27 42.03248 106 028B01 009 435 BROOKWOOD DR CITY OF B G 19.62 36 59 21.28531 -86 30 24.26144 CITY OF B G & COUNTY OF 107 039A06 021 1141 STATE ST 0.34 36 59 26.20622 -86 26 40.64107 WARREN BOWLING GREEN SPE II INC % 108 040B01 114 205 13TH AVE E 0.09 36 59 26.37953 -86 27 02.81992 COUNTY JUDGE CITY OF BOWLING GREEN 109 039A06 022 1143 STATE ST 0.24 36 59 25.83326 -86 26 41.21549 MUNICIPAL PROJECTS CITY OF BOWLING GREEN 110 040C01 002 1116 STATE ST 0.71 36 59 25.00361 -86 26 36.02652 MUNICIPAL PROJECTS 111 040C04 003 800 HIGH ST CITY OF B G 1.01 36 59 20.64782 -86 26 07.31807 112 040C04 003 800 HIGH ST CITY OF B G 5.71 36 59 20.52074 -86 26 10.25815 CITY OF B G & COUNTY OF 113 051C09 001 601 HAMPTON DR 0.51 36 59 24.62075 -86 25 05.74266 WARREN 114 028B01 010 529 BROOKWOOD DR WARREN COUNTY 2.48 36 59 19.84848 -86 30 16.45369 115 040C04 051 716 10TH AVE E CITY OF B G 0.55 36 59 19.96908 -86 26 18.71059 116 040A36 835 MORGANTOWN RD CITY OF B G 4.28 36 59 15.00637 -86 28 26.69606 117 040B04 004 735 12TH AVE E CITY OF B G 0.17 36 59 11.83733 -86 26 29.87664

August 1, 2012 Page 136 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix D

PVA STREET ID PARCEL STREET NAME OWNERSHIP ACRES LATITUDE LONGITUDE NUMBER NUMBER 118 040B04 009 741 12TH AVE E CITY OF B G 0.19 36 59 11.33286 -86 26 29.48737 119 040A08 032 1716 MEDIA DR CITY OF B G 0.22 36 59 10.32850 -86 28 09.48054 120 040A08 034 1720 MEDIA DR CITY OF B G 0.25 36 59 09.75386 -86 28 09.56597 121 051C02 005 611 COVINGTON ST CITY OF B G 0.35 36 59 09.35772 -86 25 04.68750 122 051C02 006 613 COVINGTON ST CITY OF B G 0.34 36 59 09.18740 -86 25 05.29997 123 051C02 010 618 COVINGTON ST CITY OF B G 0.69 36 59 05.22136 -86 25 05.68103 124 051C02 012 620 COVINGTON ST CITY OF B G 0.68 36 59 04.85538 -86 25 06.79325 125 051C02 014 622 COVINGTON ST CITY OF B G 0.29 36 59 05.04748 -86 25 08.00904 126 051C02 016 624 COVINGTON ST CITY OF B G 0.30 36 59 04.81283 -86 25 08.84435 127 051C01 134 620 NUTWOOD ST CITY OF B G 0.33 36 59 04.13628 -86 25 29.71726 128 051C13 001 723 IRONWOOD DR CITY OF B G 0.38 36 59 00.99337 -86 24 35.25059 129 040B03 128 - PARK ST CITY OF B G 0.78 36 58 57.28620 -86 27 03.88357 130 040A65B 2303 TOMBLINSON WAY CITY OF B G 21.89 36 58 50.08318 -86 29 29.35500 131 040B07 028 1013 13TH AVE E WARREN COUNTY 0.55 36 58 56.31578 -86 26 33.72688 132 051C15 111 753 MEADOWLARK DR CITY OF B G 0.35 36 58 55.97184 -86 24 31.43765 133 040A65B 2303 TOMBLINSON WAY CITY OF B G 31.70 36 58 42.84545 -86 29 26.49570 134 040B28 039 1317 NUTWOOD ST CITY OF B G 0.14 36 58 45.92381 -86 26 31.56288 135 040B25 022 1117 CABELL DR CITY OF B G 0.52 36 58 43.55202 -86 26 56.96484 136 040B16 007 - TOPMILLER AVE CITY OF B G 14.95 36 58 26.62871 -86 27 58.12520 CITY OF BOWLING GREEN 137 040B16 016 - TOPMILLER AVE 0.21 36 58 29.51479 -86 27 59.64988 KENTUCKY 138 052A22 385 LOVERS LN CITY OF B G 63.22 36 58 19.37921 -86 24 19.26666 139 040B25 089 709 MCELROY WAY WARREN COUNTY 0.44 36 58 27.99775 -86 27 11.54938 140 040B25 091 713 MCELROY WAY WARREN COUNTY 0.49 36 58 27.86142 -86 27 10.36732 141 040B25 114 1304 NAHM DR CITY OF B G 0.66 36 58 27.61151 -86 27 02.83734 142 040B25 115 1308 NAHM DR CITY OF B G 0.66 36 58 26.46793 -86 27 02.98775 143 040C14 000A - SOUTH PARK DR CITY OF B G 50.69 36 58 15.15410 -86 25 43.23684 144 083A11 001 6847 GOTTS HYDRO RD WARREN COUNTY 1.56 36 58 26.55829 -86 11 35.26076

August 1, 2012 Page 137 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix D

PVA STREET ID PARCEL STREET NAME OWNERSHIP ACRES LATITUDE LONGITUDE NUMBER NUMBER 145 064B23 5636 PORTER PIKE WARREN COUNTY 0.78 36 58 23.00524 -86 18 50.28275 146 040C14 000A - SOUTH PARK DR CITY OF B G 5.14 36 58 17.64509 -86 25 18.37693 147 040C14 000A - SOUTH PARK DR CITY OF B G 21.64 36 57 57.61778 -86 25 35.15311 148 040B33 029 1020 BOONE CT CITY OF B G 0.49 36 57 54.00205 -86 27 17.00176 149 028B75 001 325 KITCHENS RD S WARREN COUNTY 0.71 36 57 50.61758 -86 31 15.67351 150 040B44 138 1614 MCINTOSH ST CITY OF B G 0.51 36 57 41.29765 -86 26 34.95595 151 041D55 063 2525 CHURCHILL CT CITY OF B G 0.28 36 57 28.17976 -86 27 41.79100 CITY OF BOWLING GREEN 152 052A02 011 2311 LAPSLEY LN 5.54 36 57 23.74592 -86 25 28.30840 KENTUCKY 153 052A07 1 DR WARREN COUNTY 75.39 36 57 12.10223 -86 24 30.10403 154 029B47 001 - BLUE LEVEL PROVIDENCE RD WARREN COUNTY 0.16 36 57 14.90526 -86 32 46.10872 155 041C14 001 2818 NASHVILLE RD WARREN COUNTY 0.16 36 57 15.16288 -86 28 24.44192 156 041D56 012 852 YUMA CIR CITY OF B G 0.52 36 57 13.81244 -86 27 40.44179 157 041D56 012 852 YUMA CIR CITY OF B G 0.37 36 57 13.75996 -86 27 41.04889 158 041D56 010 856 YUMA CIR CITY OF B G 0.32 36 57 13.92422 -86 27 43.32128 159 041D56 010 856 YUMA CIR CITY OF B G 0.25 36 57 13.79272 -86 27 42.27509 160 041C14 001 2818 NASHVILLE RD WARREN COUNTY 2.26 36 57 11.18099 -86 28 22.34024 161 041D22 006 1500 CAMPBELL LN CITY OF B G 0.41 36 57 07.16785 -86 26 27.88782 162 041D58 850 CAVE MILL RD CITY OF B G 17.31 36 56 59.74202 -86 27 45.39341 163 041C10 360 3132 NASHVILLE RD WARREN COUNTY 0.46 36 56 56.12557 -86 28 34.61750 164 041D52 042C - BATTLEWOOD CT WARREN COUNTY 1.68 36 56 56.25838 -86 27 35.66567 165 041C10 360 3132 NASHVILLE RD WARREN COUNTY 0.69 36 56 55.65001 -86 28 34.66837 166 041C10 360 3132 NASHVILLE RD WARREN COUNTY 0.90 36 56 55.05328 -86 28 34.72658 167 017B20 - BROWNING RD WARREN COUNTY 3.63 36 56 47.96624 -86 36 24.89101 168 017B20A 3866 BROWNING RD WARREN COUNTY 2.17 36 56 46.85172 -86 36 21.35498 169 041C08 001 3506 NASHVILLE RD WARREN COUNTY 0.12 36 56 43.43258 -86 28 47.65840 170 041D27 014 - CAVE MILL RD CITY OF B G 0.83 36 56 42.35716 -86 25 41.17958 171 041D32 021 - CAVE MILL RD CITY OF B G 0.47 36 56 31.73723 -86 26 20.15056

August 1, 2012 Page 138 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix D

PVA STREET ID PARCEL STREET NAME OWNERSHIP ACRES LATITUDE LONGITUDE NUMBER NUMBER 172 041D32 021 - CAVE MILL RD CITY OF B G 0.39 36 56 31.67063 -86 26 19.06973 173 041B75 001 - MEMPHIS JUNCTION RD WARREN COUNTY 0.07 36 56 25.26659 -86 29 19.30463 174 041C35 022 - CURLING WAY WARREN COUNTY 0.33 36 56 25.03284 -86 26 23.88451 175 041C02A 970 BENNETT LN CITY OF B G 1.71 36 56 21.90966 -86 28 57.24127 176 041C36 059 - LASSIE DR WARREN COUNTY 1.03 36 56 21.31807 -86 26 43.51304 CITY OF BOWLING GREEN 177 041C33B023 2507 CROSSINGS BLVD 2.26 36 56 17.95204 -86 26 00.21246 KENTUCKY 178 065A55D001 8352 CEMETERY RD WARREN COUNTY 1.08 36 56 20.69038 -86 18 49.32846 179 029A31 399 SOUTHWOOD CT CITY OF B G 23.67 36 56 06.66539 -86 30 05.11855 180 041B77C001 - NASHVILLE RD WARREN COUNTY 0.36 36 55 52.22888 -86 29 38.27519 181 041C01 001 - CAL BATSEL RD WARREN COUNTY 1.32 36 55 41.03677 -86 29 24.61992 182 053B21 003 - JFS CIR WARREN COUNTY 1.03 36 55 26.56736 -86 24 42.47525 183 018A03C004A - RUSSELLVILLE RD WARREN COUNTY 0.02 36 54 55.10693 -86 34 06.62786 184 030A54 007 - NASHVILLE RD WARREN COUNTY 3.55 36 54 49.43513 -86 30 42.55387 185 054A27A 440 PLEASANT PLACE WAY WARREN COUNTY 0.31 36 53 33.82462 -86 24 37.74352 186 031A11B 9222 NASHVILLE RD WARREN COUNTY 82.61 36 52 53.89108 -86 31 08.89086 187 055A17A 575 PLANO RICHPOND RD WARREN COUNTY 7.12 36 52 46.84541 -86 25 30.48470 188 055A63 3210 PLANO RD WARREN COUNTY 1.09 36 52 47.67834 -86 25 05.62397 189 067A25A 6403 OLD SCOTTSVILLE RD WARREN COUNTY 2.51 36 52 35.08522 -86 21 15.59142 190 067A47A - MT LEBANON RD WARREN COUNTY 2.13 36 52 22.62990 -86 22 18.08389 191 032A19A001 - PETROS RD WARREN COUNTY 0.15 36 51 05.97107 -86 32 50.61145 WOODBURN ALLEN SPRINGS 192 056A14 003 7150 3.09 36 50 43.80662 -86 25 43.33778 RD WARREN COUNTY 193 056A20 002 - H R WHITLOCK RD WARREN COUNTY 0.07 36 50 37.09230 -86 25 28.54456 WOODBURN ALLEN SPRINGS 194 032B01 123 900 0.63 36 50 32.83771 -86 31 32.17436 RD WARREN COUNTY WOODBURN ALLEN SPRINGS 195 069A27 - 0.02 36 49 33.92339 -86 21 50.33394 RD WARREN COUNTY 196 039B25 025 - HAMMOND CIR CITY OF B G 0.66 36 59 54.53009 -86 28 21.99925

August 1, 2012 Page 139 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix D

PVA STREET ID PARCEL STREET NAME OWNERSHIP ACRES LATITUDE LONGITUDE NUMBER NUMBER 197 041A37 001 - DISHMAN LN WARREN COUNTY 1.28 36 57 18.42343 -86 29 42.89712 198 054A59A 7101 SCOTTSVILLE RD WARREN COUNTY 68.27 36 54 02.01013 -86 23 05.99219 199 039B01 019A - BEECH BEND RD CITY OF B G 1.73 37 00 45.45896 -86 25 59.99426 200 039A10 080 - 11TH AVE E WARREN COUNTY 1.80 36 59 36.68395 -86 26 45.53423 CITY OF BOWLING GREEN 201 039A04 095 725 STATE ST 2.06 36 59 39.81635 -86 26 20.15462 KENTUCKY 202 052B22 001 - CEMETERY RD WARREN COUNTY 1.03 36 58 34.03294 -86 23 21.16118 203 039A10 062 932 CENTER ST CITY OF B G 0.56 36 59 38.13950 -86 26 36.75008 204 053A10 002A - KENILWOOD WAY WARREN COUNTY 3.18 36 55 59.00117 -86 26 00.49038 205 053A10 001A - THREE SPRINGS RD WARREN COUNTY 0.02 36 56 01.27788 -86 25 59.05052 206 041C31Z - BELLSHIRE WAY WARREN COUNTY 3.30 36 56 01.30027 -86 26 25.86012 CITY OF BOWLING GREEN 207 051A01 058A 1925 OLD LOUISVILLE RD 3.39 37 00 25.40642 -86 24 58.83599 KENTUCKY 208 039A05 047 425 MAIN AVE E CITY OF B G 1.26 36 59 35.37895 -86 26 28.99043 209 062A70 005 6944 LOUISVILLE RD WARREN COUNTY 3.90 37 01 53.46052 -86 19 51.26459 210 062A70 005 6944 LOUISVILLE RD WARREN COUNTY 34.50 37 01 52.44877 -86 20 06.99893 211 062A70 005 6944 LOUISVILLE RD WARREN COUNTY 17.40 37 02 00.00100 -86 20 11.56362 212 051A04 004 250 NEW PORTER PK RD CITY OF B G 3.70 37 00 27.72979 -86 23 13.09682 213 054A59A 7101 SCOTTSVILLE RD WARREN COUNTY 71.69 36 53 48.64171 -86 23 06.17960 214 054A59A001 - SCOTTSVILLE RD WARREN COUNTY 1.10 36 54 00.49450 -86 23 22.39030 215 039A04A000 - COLLEGE ST CITY OF B G 0.18 36 59 58.33309 -86 25 56.84243 216 039A04A000 - COLLEGE ST CITY OF B G 0.08 36 59 55.17830 -86 25 59.71948 217 039A04A000 - COLLEGE ST CITY OF B G 0.11 36 59 55.46911 -86 25 59.27606 218 039A04A000 - COLLEGE ST CITY OF B G 0.12 36 59 55.40849 -86 25 56.80121 219 039A04A000 - COLLEGE ST CITY OF B G 0.10 36 59 54.18283 -86 25 58.66050 220 039A04A016 424 2ND AVE E CITY OF B G 0.59 36 59 55.55886 -86 25 55.53181 221 040C04 003 800 HIGH ST CITY OF B G 0.53 36 59 21.88122 -86 26 19.15267 222 040C04 002 707 MAIN AVE E CITY OF B G 0.00 36 59 21.95696 -86 26 18.37428 223 040C04 003 800 HIGH ST CITY OF B G 0.36 36 59 19.92239 -86 26 16.17047

August 1, 2012 Page 140 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix D

PVA STREET ID PARCEL STREET NAME OWNERSHIP ACRES LATITUDE LONGITUDE NUMBER NUMBER 224 040C04 003 800 HIGH ST CITY OF B G 0.02 36 59 24.39006 -86 26 17.11576 225 040C04 002 707 MAIN AVE E CITY OF B G 0.00 36 59 20.09404 -86 26 16.81984 226 040C04 002 707 MAIN AVE E CITY OF B G 1.90 36 59 22.46654 -86 26 17.23427 227 030A57 027 101 GREYROCK DR CITY OF B G 0.59 36 55 14.30656 -86 30 35.54021 CITY OF BOWLING GREEN 228 030A57 055Z - MCCLELLAN RD 0.03 36 55 13.93050 -86 30 34.32186 KENTUCKY 229 040A73 039 - CREEKWOOD AVE CITY OF B G 6.34 36 58 10.73370 -86 29 19.90414 230 039A07 038 333 COLLEGE ST CITY OF B G 0.77 36 59 55.25646 -86 26 06.05206 CITY OF BOWLING GREEN 231 039A09 012 225 3RD AVE E 6.78 36 59 58.50560 -86 26 08.65565 MUNICIPAL PROJECTS 232 042A53 2055 THREE SPRINGS RD WARREN COUNTY-CITY OF B G 112.84 36 55 06.79130 -86 26 24.96235 233 030A62A - NASHVILLE RD WARREN COUNTY 0.01 36 55 17.23620 -86 29 57.13688 234 041C10 357 - NASHVILLE RD WARREN COUNTY 1.64 36 56 53.51622 -86 28 34.48290 BOWLING GREEN SPE INC % 235 039A10 026 319 7TH AVE E 0.22 36 59 45.14935 -86 26 24.12636 COUNTY JUDGE BOWLING GREEN SPE INC % 236 039A11 014 300 8TH AVE E 5.97 36 59 49.45243 -86 26 28.03873 COUNTY JUDGE 237 039A04 088 621 STATE ST CITY OF B G 3.08 36 59 43.51405 -86 26 17.05938 238 028B08A - MIDCREST DR WARREN COUNTY 9.08 36 59 10.00925 -86 31 03.30370 BOWLING GREEN MUNICIPAL 239 040C04 003A 700 MAIN AVE E 2.00 36.98954200000 -86.4366700000 UTILITIES 240 004A 06A 15019 MORGANTOWN RD KET tower site 37.08978000000 -86.6350500000

241 005A 69 271 HADLEY SCHOOL RD HADLEY COMMUNITY CENTER 4.15

242 45-44A - BUTLER COUNTY LANDFILL CITY OF B G 285.00 37.231832 -86.732726 (*) 243 53C-11-003 201 CHERRY FARM LANE CITY OF B G 1.00 36.930162 -86.412018 244 39A-01-006 98 COLLEGE ST CITY OF B G 1.00 37.000992 -86.430819 245 039A-07-019 215 COLLEGE ST CITY OF B G - 36.999765 -86.432958 246 039A-07-025 223 COLLEGE ST CITY OF B G 1.00 36.999521 -86.433611 247 39A-07-053 501 COLLEGE ST CITY OF B G 4.40 36.99734 -86.437336

August 1, 2012 Page 141 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix D

PVA STREET ID PARCEL STREET NAME OWNERSHIP ACRES LATITUDE LONGITUDE NUMBER NUMBER 248 51B-003 1209 FAIRVIEW AVE CITY OF B G 60.00 36.988536 -86.420096 249 51B-05A 1240 FAIRVIEW AVE CITY OF B G - 36.991034 -86.417483 250 40C-14-023C - FAIRWAY ST CONVENTION CENTER CORP 1.17 36.970121 -86.431173 251 039B-25-012 LOT 12 GLENWOOD ESTATES CITY OF B G - 252 39A-01-003 200 FIRST AVE E CITY OF B G 0.68 253 51A-01-058 1924 LOUISVILLE RD CITY OF B G/ WARREN COUNTY 4.33 37.007437 -86.416187 254 39B-10-076 1200 MAIN ST W CITY OF B G 178.10 37.012328 -86.462774 MT MORIAH CEMETERY (CITY OF 255 51B-03A 398 ST. JOSEPH LN 15.00 36.996443 -89.418785 B G) 256 39A-06-019 1109 STATE ST CITY OF B G/ WARREN COUNTY 2.03 36.991117 -86.443931 257 40B-02-007 1225 STATE ST WARREN COUNTY 0.73 36.990025 -86.446123 TH 258 39A-03-210B - 10 AVE / CHESTNUT ST CITY OF B G - 259 039A-07-030 310 THIRD AVE E CITY OF B G - 36.999571 -86.434027 260 40C-14-056 - WILKINSON TRACE CONVENTION CENTER CORP 1.00 36.969855 -86.430486 261 40C-14-059 1001 WILKINSON TRACE CONVENTION CENTER CORP 7.00 36.968042 -86.428487 262 40C-14-057 1031 WILKINSON TRACE CONVENTION CENTER CORP 1.00 36.969754 -86.429822 263 40C-15-004 1105 WOODHURST ST CITY OF B G 3.00 36.964359 -86.42958 264 039B-10-054 817 MAIN ST W CITY OF B G - 37.004153 -86.452705 265 039B-02R-018 309 MARTIN LUTHER KING JR CT CITY OF B G - 37.003921 -86.437861 MINI MART FOODS, INC (LEASE BY 266 39B-11-013 - BROWNSLOCK ST / VINE ST 1.00 37.000902 -86.449966 CITY OF B G) 267 39B-02R 300 JENKINS ST BG MUN. HOUSING CORP 4.00 37.004509 -86.438775 268 39A-01-002 100 OLD LOUISVILLE RD COMMONWEALTH OF KY 15.00 37.002721 -86.426155

(*) Indicates an approximate location

August 1, 2012 Page 142 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix D

The Warren County Property Valuation Administration (PVA) Web site may be viewed to gather additional site information. The WCPVA Web address is: https://warrenpva.ky.gov/

To use the Property Search capabilities you must login as a guest and search by “map code search”. Enter the first 4 characters in Map #, next 2 characters in parcel #, and any remaining characters in lot #.

August 1, 2012 Page 143 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix E

Appendix E – Existing VHF/UHF/800 MHz systems

EQUIPMENT FREQUENCY (MHz) Existing 800 MHz trunked radio system See FCC License – WPIU624 Fire Paging (Repeater) 453.500 CALVES (Repeater) 155.880 COWS (Repeater) 453.225 BGMU (Repeater) 153.530/153.410 Rescue Squad (Repeater) 460.575 BG Fire Building Controls (Repeater) 460.625 Medical Center (Repeater) 468.000/462.975/462.950 Medical Center EMS (Backup Repeater) 155.160 Warren County Sheriff Backup 154.100 Warren County Justice Center Security 854.0625 (In-Building Repeater) System Backup Channel 854.6375 Warren County EMA (Backup Repeater) 155.565 Alvaton Fire Department (Backup Repeater) 460.600/465.600 155.055/155.085/156.135/151.2275 MotoTRBO system 151.3325/159.3675/153.965/153.830 151.400/155.985/151.1975

August 1, 2012 Page 144 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix F

Appendix F – Existing Dispatch Centers and Consoles

Number of Abbreviation / Location Consoles Primary Dispatch Center / Bowling Green Police Department 6 Backup Dispatch Center / Bowling Green Fire Department Station #6 5 Warren County Sheriff’s Office Dispatch Center 6 Total 17

August 1, 2012 Page 145 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix G

Appendix G – Critical Buildings Requiring Coverage

Site Name Lat (Dec) Long (Dec) Description Alvaton Elementary 36.8776 -86.3531 School Bowling Green High School 36.963899 -86.441399 School Bowling Green Junior High 36.96188 -86.45931 School Briarwood Elementary 36.973759 -86.400821 School Bristow Elementary 37.0305 -86.3513 School Dishman McGinnis Elementary 36.987188 -86.46338 School Drakes Creek Middle 36.9265 -86.417 School Greenview Hospital 36.964853 -86.436747 Other Greenwood High School 36.9263 -86.4132 School Jody Richards Elementary 36.9168 -86.4661 School Lifeskills 36.993032 -86.473711 Other McNeill Elementary 36.980632 -86.462199 School Medical Center 36.996139 -86.429863 Other Moss Middle 36.9636 -86.4879 School Natcher Elementary 36.944395 -86.44718 School North Warren Elementary 37.0562 -86.2051 School Oakland Elementary 37.0394 -86.2493 School Plano Elementary 36.8872 -86.4173 School Potter Gray Elementary 36.983544 -86.417201 School Rich Pond Elementary 36.8961 -86.512 School Richardsville Elementary 37.1012 -86.4178 School South Warren High School 36.8966 -86.5779 School South Warren Middle 36.8966 -86.5779 School T.C. Cherry Elementary 36.976194 -86.446688 School The Academy at 11th Street 36.985345 -86.438623 School Warren Central High School 36.9842 -86.4706 School Warren East High School 37.0362 -86.3399 School Warren East Middle 37.0375 -86.3373 School Warren Elementary 36.982443 -86.474481 School Lost River Elementary 36.951691 -86.480349 School Parker-Bennett-Currie Elementary 37.002487 -86.438975 School Cumberland Trace Elementary 36.942052 -86.411766 School Lighthouse Academy 37.006938 -86.454751 Other Warren County Jail 36.995276 -86.444035 School

August 1, 2012 Page 146 of 147 Bowling Green / Warren County, KY RFP for Public Safety Voice Radio Communications System Appendix G

Site Name Lat (Dec) Long (Dec) Description BGPD HQ 36.996187 -86.444542 Other Walmart 36.986714 -86.484436 Other Walmart 36.949199 -86.433583 Other 36.949081 -86.428166 Other Kenton St / Broadway Area 36.984293 -86.440379 Other East 13th/14th btw High/Magnolia 36.982275 -86.44294 Other North Industrial Park 37.0300694 -86.323721 Other South Industrial Park 36.928402 -86.503183 Other Western Industrial Park 36.98427 -86.456095 Other I-65 Start Point 37.040912 -86.185367 Other I-65 Center Point 37.045773 -86.161908 Other I-65 End Point 37.057182 -86.115544 Other Richardsville Elementary 37.1011 -86.473 School Shanty Hollow Lake (area) 37.149743 -86.387466 Other

August 1, 2012 Page 147 of 147