TOWN OF CHESHIRE, CONNECTICUT

REQUEST FOR PROPOSALS

LEGAL NOTICE

TOWN OF CHESHIRE, CONNECTICUT REQUEST FOR PROPOSALS

EMERGENCY COMMUNICATIONS UPGRADE PROJECT LAND SYSTEMS

Wednesday, March 28, 2018

The Town of Cheshire will receive sealed proposals for:

LAND MOBILE RADIO SYSTEMS Proposal #1718-32 until 11 AM on Wednesday, May 23, 2018. At that time proposals will be opened in public and read aloud.

The documents comprising the Request for Proposals may be obtained on the Town’s website, www.cheshirect.org, under ‘Bids and Requests for Proposals’.

The Town of Cheshire reserves the rights to amend or terminate this Request for Proposal, accept all or any part of a proposal, reject all proposals, waive any informalities or non-material deficiencies in a proposal, and award the proposal to the proposer that, in the Town’s judgment, will be in the Town’s best interests.

TOWN OF CHESHIRE, CONNECTICUT REQUEST FOR PROPOSALS

EMERGENCY COMMUNICATIONS UPGRADE PROJECT LAND MOBILE RADIO SYSTEMS TABLE OF CONTENTS

1.0 INTRODUCTION ...... Page 1 1.1 Project Background 1.2 Existing System Overview

2.0 GENERAL RFP AND PROCUREMENT REQUIREMENTS------Page 11 2.1 Request for Proposals 2.2 Right to Amend or Terminate the RFP Or Contract 2.3 Key Dates 2.4 Obtaining The RFP 2.5 Proposal Submission Instructions 2.6 Questions and Amendments 2.7 Additional Information 2.8 Costs for Preparing Proposal 2.9 Ownership of Proposals 2.10 Freedom of Information Act 2.11 Required Disclosures 2.12 References 2.13 Legal Status 2.14 Proposal (Bid) Security 2.15 Presumption of Proposer’s Full Knowledge 2.16 Substitution for Name Brands 2.17 Tax Exemptions 2.18 Insurance 2.19 Performance Security 2.20 Delivery Arrangements 2.21 Award Criteria; Selection; Contract Execution 2.22 Affirmative Action, and Equal Opportunity 2.23 Nonresident Real Property Contractors 2.24 Compliance with Immigration Laws 2.25 Non-Collusion Affidavit 2.26 Contract Terms 2.27 Software Licensing 2.28 Reserved Rights of the Town

3.0 RADIO FREQUENCY (“RF”) INFRASTRUCTURE------Page 24 3.1 Applicable Standards and Codes 3.2 Type Acceptance of FCC Authorized Transmission Masks 3.3 Compliance to APCO Project 25 Standards 3.4 Two (2) Channel UHF Simulcast Digital Communications for CPD 3.5 Two (2) Channel, Four (4) Site Simulcast for CFD & CDPW 3.6 Spectrum Efficiency 3.7 Spectrum i | Page Land Mobile Radio Systems RFP: Town of Cheshire Public Safety Communications System

3.8 Radio Coverage------Page 27 3.8.1 Link Budget Analysis 3.8.2 Coverage Predictions 3.8.3 Simulcast Time Delay Interference (TDI) 3.8.4 Coverage Predictions to be Included in Proposal 3.8.5 Voice Quality 3.8.6 Portable Radio Coverage Requirement 3.9 Radio Interference Analyses------Page 30 3.10 Town of Cheshire System Sites------Page 30 3.10.1 Site Infrastructure & Survey Requirements 3.11 System Topology------Page 33 3.11.1 Conventional Simulcast Operation 3.11.2 Digital Simulcast Methodology 3.11.3 Receiver Voting / Comparator System 3.11.4 Repeaters 3.11.5 IP Network Security (Information Assurance) 3.11.6 System Requirements 3.11.7 Transmitter Combiners / Receiver Multi-couplers 3.11.8 Antennas and Transmission Lines ------To be included in Proposal 3.11.9 Transmit and Receive Antenna Information------Charts on Pages 43,44 3.11.10 Digital Encryption 3.11.11 Wide Area Communications 3.11.12 MDC Signaling 3.11.13 System Reliability and Fault Tolerance

4.0 DIGITAL MOBILE RADIO (DMR) RF INFRASTRUCTURE FOR CHESHIRE SCHOOLS-P 46 4.1 General Network Requirements...... 4.2 Facility Consideration ...... 4.3 System Features ...... 4.4 Digital Patch (DTP) ...... 4.5 DMR Repeaters ...... 4.6 DMR Application Server ...... 4.7 Network Security Considerations ...... 4.8 Fault Tolerance & Redundancy Consideration ...... 4.9 DMR Dispatch Interface to Cheshire Dispatch Communications Center ...... 4.10 Network IP Planning Requirements ...... 4.11 DMR Subscriber Equipment ...... 4.12 Network Management & Monitoring ......

5.0 DISPATCH COMMUNICATIONS SYSTEM ...... Page 50 5.1 General ...... 5.2 Dispatch Center Location ...... 5.2.1 Primary Communication Center ...... 5.2.2 Backup Communication Center ...... 5.2.3 Remote and/or Mobile Operator Workstation (Optional) ...... 5.3 Facility Considerations ...... 5.4 Console Equipment ...... 5.4.1 Common Console Control Electronics (CCCE) ...... 5.4.2 Console Common Core Electronics (CCCE) Performance Requirements ...... 5.4.3 Operator Workstation Requirements – Physical Features ...... 5.4.4 Operator Workstation Requirements – Functional Features ...... 5.5 Encryption ......

ii | Page Land Mobile Radio Systems RFP: Town of Cheshire Public Safety Communications System

5.6 Console System Reliability...... 5.7 Console System Diagnostics...... 5.8 Console Power Supply ...... 5.9 Master Time Source ...... 5.10 Existing Telephone Systems ...... 5.11 Legacy System Interfaces ...... 5.12 Logging Recorder Interfaces ...... 5.13 Console UPS & Line Protection ...... 5.13.1 AC Surge Protection ...... 5.13.2 Telephone Line Protection ...... 5.14 Fire & EMS Paging System Interface ...... 5.15 Legacy and Mutual Aid System Interfaces ...... 5.16 DMR System Interface ...... 5.17 Digital & P25 System Interfaces ...... 5.18 Console System Management ...... 5.19 Console Furniture ...... 5.19.1 Console Furniture – General Requirements ...... 5.19.2 Keyboard Surfaces ...... 5.19.3 Monitor Surfaces ...... 5.19.4 Adjustments ...... 5.19.5 Materials ...... 5.19.6 Technology Requirements ......

6.0 INTEROPERABILITY ...... Page 69 6.1 General 6.2 Interoperability Partners 6.3 Interoperability Equipment 6.3.1 Interoperability Switch 6.3.2 Public Safety Interoperability Channels (“PSIC”) Infrastructure 6.3.3 Public Safety Interoperability Channels (“PSIC”) Antenna Systems

7.0 DIGITAL MICROWAVE SYSTEM ...... Page 71 7.1 General 7.2 Microwave Network Backhaul – General 7.3 Microwave Network Requirements 7.4 Microwave Equipment Requirements 7.5 Microwave Antenna and Ancillary System 7.6 Microwave Management System

8.0 ALARM MANAGEMENT SYSTEM ...... Page 75 8.1 Monitoring and Control of Systems 8.2 Radio Equipment Shelter 8.3 Emergency Generator System Alarms 8.4 Radio System Alarms and Element Manager 8.5 Optional Features for the Alarm Management Subsystem 8.6 Remote Access and Monitoring 8.7 Alarm Management Subsystem Design Submittals

9.0 SUBSCRIBER EQUIPMENT ...... Page 77 9.1 General 9.2 Inventory of Subscriber Quantities Required 9.2.1 Competitive Availability of Subscriber Equipment

iii | Page Land Mobile Radio Systems RFP: Town of Cheshire Public Safety Communications System

9.2.2 Dual Mode / Hybrid Operation 9.2.3 Subscriber Functions 9.2.4 Mobile Radios 9.3 Portable Radios 9.4 Control Stations 9.5 Pagers 9.6 Subscriber Programming System 9.7 Encryption Management System (Optional)

10.0. SITE IMPROVEMENT 10.1 General ...... Page 84 10.2 General Site Requirements 10.2.1 CPD – 500 Highland Ave. 10.2.1.1 Police Department – Ground Floor Equipment Room 10.2.2 Police Department – Communication Center 10.2.3 500 Highland Ave. – 160 ft. (nominal) Monopole 10.2.4 Cheshire Fire Department – 250 Maple Ave. 10.2.5 Water Treatment Plant Tower (WTP) 10.2.6 Summit Road 10.2.7 AT&T – 751 Higgins Rd. 10.3 HVAC Systems at AT&T & Summit Rd. Sites 10.4 Grounding, Bonding, Lightning Protection, & Wiring 10.4.1 Electrical/Electronic Wiring 10.4.2 Antenna Cable Conduit Entry 10.4.3 Cable Tray 10.4.4 Grounding and Bonding System 10.4.5 Master Ground Bar Inside Equipment Rooms 10.5 Lightning & Surge Protection 10.5.1 Protection for RF Transmission Lines 10.5.2 Protection on AC Power Supply for Electronic Equipment 10.5.3 Protection for GPS Rec 10.6 Generator Specs 10.6.1 Generator Specifications ` 10.6.2 General Specifications 10.6.3 General Warranty 10.6.4 Start-Up Service 10.6.5 Type of Generator 10.6.6 Type of Generator 10.6.7 Ratings 10.6.8 Generator Set Control 10.6.9 Fuel Supply 10.6.10 Batteries and Chargers 10.6.11 Cooling System 10.6.12 Mounting Bar 10.6.13 Documentation 10.6.14 Fuel Supply Task 10.6.15 Transfer Switch 10.6.16 General Specifications 10.6.17 Automatic Controls 10.6.18 Front Panel Control Devices 10.6.19 Exerciser Clock 10.6.20 Manual Transfer Switch

iv | Page Land Mobile Radio Systems RFP: Town of Cheshire Public Safety Communications System

11. IMPLEMENTATION MANAGEMENT ...... Page 106 11.1 General 11.2 Project Organization and Resource Plan 11.3 Detailed System Design Document Review 11.4 Project Schedule 11.5 Project Management and Controls Plan 11.6 System Installation Plan 11.7 System Acceptance Test Plan (SATP) 11.8 Coverage Acceptance Test Plan (CATP) 11.9 Operational Transition Plan

12.0 FACTOR STAGING / ACCEPTANCE TESTING ...... Page 110 12.1 Factory Acceptance Test Plan (FATP) 12.2 Factory Staging Prerequisites 12.3 Factory Staging Area 12.4 Minimum Staging Requirements 12.5 Staging Participation 12.6 Equipment Pre-Assembly for Shipping 12.7 Post FATP Documentation

13.0 SHIPPING, WAREHOUSE, INVENTORY ...... Page 112 13.1 Shipments 13.2 Equipment Inventory

14.0 SYSTEM INSTALLATION ...... Page 113

15.0 TRAINING ...... Page 115 15.1 User Training 15.2 System Manager Training

16.0 ACCEPTANCE TESTING ...... Page 115 16.1 System ATP 16.1.1 Performance Verification Tests 16.2 Site Audits 16.3 Coverage ATP 16.3.1 Bit Error Rate Testing 16.3.2 Delivered and/or Digital Audio Quality (DAQ) Testing 16.3.3 Coverage Performance 16.4 Thirty (30) Day System Reliability Test Period

17.0 WARRANTY, UPGRADES & MAINTENANCE ...... Page 123 17.1 Maintenance & repairs During Warranty Period 17.2 Software or Firmware Updates During Warranty Period 17.3 On-going System Management Plan 17.4 Service Facilities 17.5 Service Maintenance Response Time 17.6 Subscriber Equipment Repair 17.7 Availability of Replacement Parts and Spares.

18.0 AS-BUILT DOCUMENTATION ...... Page 126

v | Page Land Mobile Radio Systems RFP: Town of Cheshire Public Safety Communications System

APPENDICES

APPENDIX A – Mandatory Proposal Certification Forms -to be returned with Proposal

APPENDIX B – Cost Proposal Forms -to be submitted in a separate, sealed envelope

APPENDIX C – CPD Equipment Room (C1) and Dispatch Center Layout (C2)

APPENDIX D – FCC License Information

APPENDIX E – Town of Cheshire Form of Agreement

APPENDIX F – Charts 1 & 2 to be completed per site: Section 3.11.9, Page 43,44

vi | Page Land Mobile Radio Systems RFP: Town of Cheshire Public Safety Communications System

1.0 INTRODUCTION

1.1 Project Background

The Town of Cheshire (the Town) is undertaking a comprehensive initiative to modernize its current emergency communications system. The stated primary goals of the initiative are to maximize efficient use of frequencies, equipment, network and interoperable conditions for Town-based communications in the following ways:

1. Replace end-of-system life of the current equipment configuration with new equipment retaining only those components that are not near end of life such as radio subscriber units. The New systems must incorporate areas of best practice for system reliability, survivability and redundancy.

2. Rectify town-wide coverage deficiencies that exist in critical areas of the service area by developing a four-site simulcast transmitter/receiver system to bring area-wide coverage to APCO standards.

3. Development of an interoperable communications system environment for incident-based communications between Cheshire’s mission critical agencies and dispatch that also provides communications to other Town agencies and Cheshire Public Schools.

The Town has a land area of approximately 33 square miles and a population of approximately 29,000. It is bordered by eight other incorporated municipalities and both Interstates 84 and 691 pass through Town.

Radio communications are crucial to the day-to-day operations of both the Cheshire Police Department and the Cheshire Fire Department. The Department of Public Works and the Cheshire Public School system utilize radios in their day-to-day operations. The police department operates a two- position Public Safety 911 Answering Point (PSAP).

The current Cheshire Police and Fire radio systems and dispatch consoles have been in place for many years and the last upgrades have been purchased for the existing systems. The current system infrastructure and consoles will be supported by through 2018 at which time support for the majority of the components will be discontinued. Existing Motorola brand XTS portable radios and XTL mobile radios used by both police and fire are due to go out of support in 2019-2020. Recently purchased APX mobile and portable radios have no planned obsolescence in the foreseeable future.

The Cheshire Police Department has an authorized strength of 48 sworn officers and a fleet of approximately 25 vehicles. All officers are issued portable radios from an inventory of 60 portable radios. Most of the vehicles are equipped with both a Cheshire mobile radio and Connecticut State Police Emergency Radio Network (CSPERN) radio. The CPD has 32 mobile radios in its inventory.

The Cheshire Fire Department maintains an inventory of 74 portable radios assigned to various FD personnel and apparatus. The CFD has 31 mobile radios, 10 of which are dual control heads.

The Cheshire Public Works Department, Recreation Department and Water Pollution Control Division have a combined staff of 39 and a fleet of approximately 41 radio equipped vehicles. The departments also have approximately 15 portables, 4 control stations and 7 desk units.

1 | Page Land Mobile Radio Systems RFP: Town of Cheshire Public Safety Communications System

The Cheshire Public Schools have 7 main school buildings including a high school, a middle school, four elementary schools that are K-6 and a kindergarten center. In addition to the 7 main school buildings, there is a central office building that also houses a small school facility, a school bus depot and a maintenance garage that houses four administrative offices. Each school uses radios for internal communications between the administrators, custodians, and select other staff. There are approximately 167 Motorola XPR 3500 radios used across the school district ranging from as few as 5 in our smaller buildings to more than 20 in our larger buildings. There are other radios used that vary in age with the older equipment consisting of a wide variety of makes and models and are generally operating on UHF frequencies in the business radio service. Although there was never a standard radio specification for school radios, the replacements that have been purchased for failed radios in the last two years are digital Motorola XPR 3500 series operating on UHF channels. It is important to note that none of the radios currently have the ability to communicate between buildings or to police or fire officials. The school bus fleet, is equipped with 3 mobile radios used by the depot staff with 12 radios installed in school owned vehicles all of which are analog and aged and operate on a low band frequency. A private school bus contractor transports the majority of school children in Cheshire. Their 40 buses are equipped with low band radios owned and operated by the contractor. It should be noted, both low band frequencies used for school buses both private and town owned are connected to the police dispatch console.

The primary communications systems servicing the Town are:

 Town of Cheshire Police Department UHF system (2 channels)  Town of Cheshire Fire Department VHF system (3 channels)  Cheshire Public Schools utilize 8 or more standalone radio systems with portable-portable operation  Department of Public Works VHF system (1 channel)

1.2 Existing System Overview

The Town of Cheshire operates a number of conventional repeater systems to support police, fire, public works and school communications. Cheshire Police Department operates on two UHF repeated channels using Motorola ASTRO digital modulation while the Fire department and Department of Public Works operate in the analog mode each on a unique repeated VHF channel. Cheshire Public Schools operate on a broad range of standalone radio communications equipment and radio units. Several of the schools have purchased and are introducing Motorola MOTOTRBO radio communications system in the UHF frequency band. All but one of the public schools, the Dodd School, are serviced and supported by Utility Communications, a MOTOTRBO distributor, the primary system supplier of both the infrastructure and radio units.

The first responder radio infrastructure equipment is aged and has or will very soon reach the end of its life cycle and maintenance support from the vendor. A majority of the mobile and portable radio fleet varies from legacy equipment that has reached the end of its product life and maintenance to several years old.

Communications Center and Back-Up Capability

The Town of Cheshire operates a combined 911, police and fire dispatch center. There are two dispatch consoles located in Police Headquarters at 500 Highland Avenue. There is an additional console located in Fire Headquarters at 250 Maple Avenue. Consoles located at both locations are connected to their own Motorola Centracom Gold Elite Central Electronics Bank. The electronics and the software running the console system is far beyond end of life and is beginning to present a maintenance challenge since the

2 | Page Land Mobile Radio Systems RFP: Town of Cheshire Public Safety Communications System

availability of replacement parts is diminishing.

Call taking and dispatching for both police and fire takes place at Police Headquarters while the console at Fire Headquarters is used by the fire department to supplement the police dispatchers during major fire events and for the convenience of fire personnel in the fire station. Police dispatch receives approximately 23,911 calls and fire receives about 900 calls annually. Calls are entered into CAD and dispatched on the primary police radio channel. Fire calls are dispatched by sending a two-tone sequence and voice announcement over the primary fire dispatch channel.

Backup dispatching is limited as the dispatch console at Police Headquarters has fire channels programmed in it however Fire dispatch consoles do not have Police channels programmed. The dispatch configuration at the Fire Department is supplemented with table-top radios at each fire station. This allows for some form of dispatch to continue in the event of a console crash provided the VHF fire repeater system is functioning.

The telephone and CAD systems at police headquarters are not connected in any way to the radio consoles.

The two position police dispatch center is manned by civilian and sworn personnel. The dispatch consoles have capability to operate on 12 base station interfaces which include:

 Police  Fire  Fire Hotline  South Central InterCity  School bus  Public Works  SCAN (Southern Regional UHF conventional)  Police hotline  WARN (Western Regional UHF conventional)  800 MHz ITAC (8TAC) channels

Dispatchers are responsible for answering all incoming calls; process and dispatch town-wide E911 calls and manage incoming administrative calls for police and fire. Dispatch is also responsible for activating the fire page which uses a two-tone alerting system with voice announcement.

In addition to limited dispatch console back-up capabilities, there is a lack of alternate infrastructure that can be used should any of the single-site repeaters fail in the existing system., in the current configuration that depends on a single site transmitter configuration, if the antennas at Police Headquarters become unusable, there is no alternate system that can be used for first responder communications. This goes for the fire and DPW systems as well. This actually occurred recently on the Cheshire Police radio system where a transfer switch hung up disabling the police communications repeater system.

Interoperability is achieved between the various town agencies and neighboring communities that operate on disparate radio channels through patching or direct console communications with frequencies available on the radio console. The Police Dispatch console provides an alarm indication of repeater or voting system failure and provides door control functionality for 7 doors in police headquarters including garage, sally port doors, main lobby and rear doors while displaying repeater status and voting system failures.

Dispatchers are responsible for monitoring select Town infrastructure such as in-building water flow and

3 | Page Land Mobile Radio Systems RFP: Town of Cheshire Public Safety Communications System

gas tank alarms that are independent of the radio console system.

Mutual Aid Interfaces and Interoperability

The police dispatch console has access to all of the first responder channels used in Cheshire as well as a number of base stations connected to the console system for mutual aid and interoperability with surrounding communities. These include a UHF radio on the police channels of adjacent towns and the statewide mutual aid VHF fire channel. Lacking is a connection to school security which is operating without an infrastructure on a radio-to-radio basis within each school.

When there is a need to communicate across town agencies the police dispatcher can establish communications on channels of other town agencies and relay any necessary information. Although somewhat functional, during busy times it may be a burden on the police dispatcher to perform this function in a timely manner. As both fire and public works operate on the VHF frequency band consideration should be given to have both agencies configure their respective radios with their respective agencies channels. This would provide direct interoperability between fire and public works without dispatcher intervention.

Mutual aid communications for police is primarily through the dispatcher using a control station on the adjacent town’s police frequency or through one of the statewide or regional interoperable systems. Direct communication is possible from police mobile and portables if the UHF frequency of the neighboring department is programmed into the Cheshire radios.

Mutual aid for fire is provided through a common VHF fire frequency that is shared with surrounding communities and a low band statewide mutual aid channel between dispatchers.

Direct interoperability with surrounding communities can be enhanced for both police and fire through the deployment of all band radios. The implementation of all band radios will provide a direct method of interoperable mutual aid communications with any neighboring community provided permissions for operation on these systems are obtained.

The primary transmitter site for both UHF police frequencies is located at Police Headquarters, 500 Highland Avenue. A secondary set of police repeaters is located at Fire Headquarters, 250 Maple Avenue.

The police repeater system is enhanced by additional receivers located at:

 1686 Waterbury Road, Darcey School  1125 South Main Street, Fire Station 3  1325 Cheshire Street, Water Treatment Plant

The fire department and public works VHF repeater transmitters are located at Fire Headquarters, 250 Maple Avenue.

The public works repeater is standalone without any additional receivers. The fire repeater is enhanced with additional receivers located at:

 1125 South Main Street, Fire Station 3  1325 Cheshire Street, Water Treatment Plant  1119 Summit Road, Cell Tower

4 | Page Land Mobile Radio Systems RFP: Town of Cheshire Public Safety Communications System

The current site configuration within the Town is shown on the figure 1 below.

Figure 1 -Map of Tower Sites

5 | Page Land Mobile Radio Systems RFP: Town of Cheshire Public Safety Communications System

Law Enforcement

The Police communications system consists of a two channel UHF conventional repeater system operated in the ASTRO digital mode. Each repeater located at police headquarters has a duplexer with a shared receive and transmit antenna located on the top of the 160 ft (nominal) tower. With two independent repeaters they each provide a level of survivability should either one of them fail. This configuration however, does not protect against total site failure since both repeaters are co-located at police headquarters.

Talk back communications is enhanced with additional receivers located at the Water Treatment Plant, the Darcy School, and at Fire Station 3. Although there are remote receivers located throughout the Town, it is the height of the antenna placement that negatively impacts the existing system coverage as the antennas are mounted on low level roof tops or telephone poles. The voting system talkback system evaluates the quality of signals received from the receivers in the system. The system is located in the equipment room at Police Headquarters along with the dispatch console interface equipment.

Police have reported less than acceptable radio coverage in the northwest part of town near the Darcy School, in the northeast near the Water Treatment Plant, as well as in the eastern portion of the service area near the reservoir

Fire

The fire system consists of a single frequency VHF repeater located at 250 Maple Avenue, Fire Headquarters. The transmit/receive antenna is mounted at the top of the 100 ft tower located at this site. The single antenna is used for both transmit and receive using a duplexer to connect the repeater. The primary fire repeater is supported by remote receivers located at Fire Station 3, the Summit Road tower, and the Water Treatment Plant. There is a backup repeater with a single antenna at the top of the 160 ft. (nominal) tower at Police Headquarters, 500 Highland Ave. In addition to the repeaters on the primary fire channel there is an additional VHF high band base station and an additional VHF low band base station licensed and operating on frequencies for interoperability with surrounding communities.

The console system at fire headquarters is used by fire personnel within the station for regular incident communications with fire personnel and not as a dispatch console. All dispatching is done from police headquarters. Fire calls are received at the Cheshire Police Department via 911 and 7‐ digit phone lines. Police dispatchers answer the call and after determining the need for the Fire Department, send a sequence of two‐tone signaling and a voice announcement on the VHF fire dispatch channel. The Fire Dispatch console is not configured to monitor system status or alarm conditions. The fire department is also licensed for a VHF high band mobile‐only frequency for fire ground operations. The console has the capability to control overhead doors, gas pumps, etc.

The primary concern for the Fire Department is dead spots located throughout the service area:

 South end of town, south of Cook Hill  North end of town north Sandbank  I-84 in various spots

Several fire vehicles are equipped with dual band VHF/UHF mobile radios to provide interoperability with several communities using UHF frequencies for fire communications.

6 | Page Land Mobile Radio Systems RFP: Town of Cheshire Public Safety Communications System

Recording System

Cheshire utilizes a VPI recording system which records 7 telephone lines and 5 radio frequencies. Both the police and fire departments make use of this single recorder connected to the system.

EMS

Ambulance service is provided by a contract vendor that operates on the statewide EMS system. The medic unit that covers Cheshire has capability of operation on the police channel for coordination purposes. Medical 911 calls answered in Cheshire are transferred out to the dispatcher for the private service.

School Communications

School personnel communicate with each other directly using a combination of UHF and family-service radios. Most communication is intended for internal school use which does not require a supporting infrastructure in order to function. There is no infrastructure used for receiving and sending radio signals anywhere throughout the school building. The lack of infrastructure impacts each of the schools ability to directly contact the Police Dispatcher via radio for assistance. There has been a concerted effort made to upgrade the radio communications systems within the schools through a strategy of deploying commercial grade radios (Motorola XPR 3500s) communications system that can operate on existing frequency bands now in use within the schools. The new system has the ability to be “networked” to other similar systems within the district and can be connected to a dispatch console at police headquarters to be used in case of emergency.

Transportation Communications

The majority of Cheshire students are bused by a private bus contractor. The contractor has their own radio system where communications is maintained with their buses from their dispatch office. The contractor’s office is co-located in an office trailer with the Cheshire Board of Education bus transportation personnel. There is no direct communications between the bus contractor and first responders other than direct telephone communications dispatcher-to-dispatcher.

The Board of Education operates a number of buses for special transportation needs of students. The Board operated buses are equipped with low band radios operating in the 46 MHz band and communicate to a base station at the Board office at 29 Main Street. The single site base station provides general radio coverage throughout the town with a number of dead spots. The police dispatcher does have the ability to operate on this channel when necessary.

Public Works

A single VHF repeater located at Fire Headquarters provides communications to the vehicles operated by the Public Works Department. Primary dispatching is done through four table top control stations at several locations in Cheshire. The public works frequency is also tied in to the police dispatch console to provide interoperability for necessary communications. The Department operates 41 mobiles and 15 portable radios. Most of the communications is to mobile radios and enhanced portable radio coverage was not mentioned as an issue. A concern of the Department is the need for a backup repeater as there have been repeater failures that resulted in a total loss of radio communications. There is no dispatcher on this system as most communications are between mobile users and their garage. The Public Works uses identified the acoustics in the garage as a factor in establishing clear radio communications.

7 | Page Land Mobile Radio Systems RFP: Town of Cheshire Public Safety Communications System

Connectivity

Connectivity for the remote receiver sites back to Police Headquarters is provided over leased T1s from AT&T. These connections have proven to become increasingly unreliable over time causing downtime impacting first responder ability to maintain effective communications.

The Town has constructed a fiber system (refer to Figure 2 below) to connect Town-owned buildings including schools and fire stations. Figure 2 illustrates the configuration of the fiber system with the hub of service terminating at Police Headquarters. From the hub, connectivity is in place to Town Hall, Fire Headquarters and each of the eight public schools. Any new system can take advantage of this fiber system to provide connectivity between equipment locations on a town-wide radio network or to connect the schools for a future radio communications infrastructure.

8 | Page Land Mobile Radio Systems RFP: Town of Cheshire Public Safety Communications System

Figure 2 – Cheshire Fiber Optical Network Build-Out

- 9 - | Page RFP: Town of Cheshire Public Safety Communications System

Aged Infrastructure

The first responder radio infrastructure equipment, which includes the repeaters, receivers, comparators, and dispatch consoles are aged and have or will very soon reach the end of their life cycle and maintenance support from the vendor. Additionally, mobile and portable radios in Cheshire vary from legacy equipment to newer radio units that are only a few years old. The radio units that have reached the end of product life and maintenance will not be reusable however radio units that are just a few years old may be reusable in the new system with the proper software upgrades and reprogramming.

The impact of operating an out-of-life has two important effects:

 The manufacturer no longer provides enhancements or improvements to the existing system such as additional receivers. More importantly at end of life the manufacturer stops producing replacement parts and depends on the inventory in warehouses to support existing systems until the replacement parts are exhausted.  At some point there is a possibility of system failure that cannot be remediated.

Because of these conditions, proactive development of updated configurations and equipment is essential to maintaining the safety and survivability of first responders.

Subscriber Equipment

Town-wide public safety first responder systems support approximately 450 mobile, portable and control station radios on three frequency bands VHF High Band, VHF Low Band and UHF. These radios are used by police, fire, public works, school security and school buses. The subscribers are distributed as follows.

Portables Mobiles Control Stations Desktop Remotes

Police 60 35 8 4

Fire 74 31 5 7

Public Works 15 58 4 7

Schools 167 (Need 40 12 1 0 additional)

School Owned 0 15 1 0

Buses and Vehicles

Totals 316 151 19 18

Table 1 – Existing Subscriber Equipment

10 | Page RFP: Town of Cheshire Public Safety Communications System

2.0 Standard Instructions to Proposers

2.1 Request for Proposals

The project includes the design, construction, testing and implementation of equipment and services for a two channel Project-25 UHF Digital Simulcast Radio System for Police, a two channel VHF Analog Radio System (upgradable to Project-25 digital) for Fire and DPW, Microwave Connectivity and Dispatch Consoles. Other system support equipment associated with these systems is also included in the Request for Proposals (RFP).

The Town seeks a single Vendor who can meet or exceed the requirements of this RFP and who can supply the materials, labor to install proposed equipment, training of staff, and provide technical assistance when needed.

This RFP represents an effort undertaken by the Town and its user groups to provide a comprehensive specification with the goal of implementing a Town wide radio system to support its public safety and public service agencies. When completed, the system will provide in-street and in-building radio coverage to portable and pager units throughout the Town.

This RFP document includes the specifications and appendices. The appendices include the system requirements developed by the public safety user groups and other information required for project implementation. The Vendor must provide a detailed response to all items listed in these documents. The Vendor must understand that all documents submitted will become part of the contract between the Town and the Vendor.

This procurement is for a turnkey system except for items specifically identified as being provided by others in this document. The Vendor is responsible to provide all necessary components and services to create a fully functional system that meets the requirements of this RFP.

Should the Vendor feel that it is appropriate to propose more than one solution; the Town will entertain multiple responses to this RFP so long as they meet the specifications contained herein. The Vendor shall clearly indicate the major advantages and disadvantages of each response. This RFP is not a contract offer, and no contract will exist unless and until a written contract is signed by the Town and the successful proposer.

Interested parties should submit a proposal in accordance with the requirements and directions contained in this RFP. Proposers are prohibited from contacting any Town employee, officer or official concerning this RFP, except as set forth in Section 2.6 below. A proposer’s failure to comply with this requirement may result in disqualification.

If there are any conflicts between the provisions of these Standard Instructions to Proposers and any other documents comprising this RFP, these Standard Instructions to Proposers shall prevail.

11 | Page RFP: Town of Cheshire Public Safety Communications System

2.2 Right to Amend or Terminate the RFP or Contract

The Town may, before or after proposal opening and in its sole discretion, clarify, modify, amend or terminate this RFP if the Town determines it is in the Town’s best interest. Any such action shall be affected by a posting on the Town’s website, www.cheshirect.org, under “Proposals & RFP’s.” Each proposer is responsible for checking the Town’s website to determine if the Town has issued any addenda and, if so, to complete its proposal in accordance with the RFP as modified by the addenda.

If this RFP provides for a multi-year agreement, the Town also reserves the right to terminate the Contract at the end of the last fiscal year for which funds have been appropriated, and the Town shall have no obligation or liability to the successful proposer for any unfunded year or years.

2.3 Key Dates  RFP Advertisement: Wednesday, MARCH 28, 2018  Site Visit: Week Ending APRIL 20, 2018  Questions Due: Wednesday, MAY 2, 2018 end of day  Proposal Opening: Wednesday, MAY 23, 2018 @ 11 AM  Preliminary Notice of Award: Wednesday, JULY 18, 2018  Contract Execution Wednesday, AUGUST 19, 2018

The Preliminary Notice of Award and Contract Execution dates are anticipated, not certain, dates.

2.4 Obtaining the RFP

All documents that are a part of this RFP may be obtained on the Town’s website, www.cheshirect.org, under “Proposals & RFP’s.

2.5 Proposal Submission Instructions

Proposals must be received in the Cheshire Town Hall, Town Manager’s Office, Room 221, prior to the date and time the proposals are scheduled to be opened publicly. Postmarks prior to the opening date and time do NOT satisfy this condition. The Town will not accept submissions by e-mail or fax. Proposers are solely responsible for ensuring timely delivery. The Town will NOT accept late proposals.

One (1) original and eight (8) hard copies of all proposal documents as well as three (3) electronic copies on CDs must be submitted in sealed, opaque envelopes clearly labeled with the proposer’s name, the proposer’s address, the words "PROPOSAL DOCUMENTS,” and the Proposal Title, Proposal Number and Proposal Opening Date. The Town may decline to accept proposals submitted in unmarked envelopes that the Town opens in its normal course of business. The Town may, but shall not be required to, return such proposal documents and inform the proposer that the proposal documents may be resubmitted in a sealed envelope properly marked as described above.

Proposal prices must be submitted on the Proposal Forms included in this RFP as APPENDIX B to be submitted together with Proposal in a separate sealed envelope with Proposal #. All blank spaces for proposal prices must be completed in ink or be typewritten; proposal prices must be states in both words and figures. The person signing the Proposal Form must initial any errors, alterations or corrections on that form. Ditto marks or words such as “SAME” shall not be used in the Proposal Form.

Proposals may be withdrawn personally or in writing provided that the Town receives the withdrawal prior to the time and date the proposals are scheduled to be opened. Proposals are considered valid, and may not be withdrawn, cancelled or modified, for sixty (60) days after the opening date, to give the Town sufficient time to review the proposals, investigate the proposers’ qualifications, secure any required municipal approvals, and execute a binding contract with the successful proposer.

12 | Page RFP: Town of Cheshire Public Safety Communications System

An authorized person representing the legal entity of the proposer must sign the Proposal Form and all other forms included in this RFP.

2.6 Questions and Amendments

Questions concerning the process and procedures applicable to this RFP are to be submitted in writing (including by e-mail or fax) and directed only to:

Name: Louis Zullo Department: Town Manager’s Office E-mail: [email protected] Fax: 203-271-6639

Questions concerning this RFP’s Specifications are to be submitted in writing (including by e-mail or fax) and directed only to:

Name: Chief Neil Dryfe Department: Police E-mail: [email protected] Fax: 203-271-5563

Proposers are prohibited from contacting any other Town employee, officer or official concerning this RFP. A proposer’s failure to comply with this requirement may result in disqualification.

The appropriate Town representatives listed above must receive any questions from proposers no later than Wednesday, May 2, 2018 at close of business. That representative will confirm receipt of a proposer’s questions by e-mail. The Town will answer all written questions by issuing one or more addenda, which shall be a part of this RFP and the resulting Contract, containing all questions received as provided for above and decisions regarding same.

At least four (4) calendar days prior to proposal opening, the Town will post any addenda on the Town’s website, www.cheshirect.org, under “Proposals & RFP’s.” Each proposer is responsible for checking the website to determine if the Town has issued any addenda and, if so, to complete its proposal in accordance with the RFP as modified by the addenda.

No oral statement of the Town, including oral statements by the Town representatives listed above, shall be effective to waive, change or otherwise modify any of the provisions of this RFP, and no proposer shall rely on any alleged oral statement.

2.7 Additional Information

The Town reserves the right, either before or after the opening of proposals, to ask any proposer to clarify its proposal or to submit additional information that the Town in its sole discretion deems desirable.

2.8 Costs for Preparing Proposal

Each proposer’s costs incurred in developing its proposal are its sole responsibility, and the Town shall have no liability for such costs.

2.9 Ownership of Proposals

All proposals submitted become the Town’s property and will not be returned to proposers.

13 | Page RFP: Town of Cheshire Public Safety Communications System

2.10 Freedom of Information Act

All information submitted in a proposal or in response to a request for additional information is subject to disclosure under the Connecticut Freedom of Information Act as amended and judicially interpreted. A proposer’s responses may contain financial, trade secret or other data that it claims should not be public (the “Confidential Information”). A proposer must identify specifically the pages and portions of its proposal or additional information that contain the claimed Confidential Information by visibly marking all such pages and portions. Provided that the proposer cooperates with the Town as described in this section, the Town shall, to the extent permitted by law, protect from unauthorized disclosure such Confidential Information.

If the Town receives a request for a proposer’s Confidential Information, it will promptly notify the proposer in writing of such request and provide the proposer with a copy of any written disclosure request. The proposer may provide written consent to the disclosure or may object to the disclosure by notifying the Town in writing to withhold disclosure of the information, identifying in the notice the basis for its objection, including the statutory exemption(s) from disclosure. The proposer shall be responsible for defending any complaint brought in connection with the nondisclosure, including but not only appearing before the Freedom of Information Commission, and providing witnesses and documents as appropriate.

2.11 Required Disclosures

In its Proposal Form each proposer must disclose, if applicable:

 Its inability or unwillingness to meet any requirement of this RFP, including but not only any of the Contract Terms contained in Section 26, below;  If it is listed on the State of Connecticut’s Debarment List;  If it is ineligible, pursuant to Conn. Gen. Stat. § 31-57b, to be awarded the Contract because of occupational safety and health law violations;  All resolved and pending arbitrations and litigation matters in which the proposer or any of its principals (regardless of place of employment) has been involved within the last ten (10) years;  All criminal proceedings in which the proposer or any of its principals (regardless of place of employment) has ever been the subject; and  Each instance in which it or any of its principals (regardless of place of employment) has ever been found to have violated any state or local ethics law, regulation, ordinance, code, policy or standard, or to have committed any other offense arising out of the submission of proposals or bids or the performance of work on public works projects or contracts.

A proposer’s acceptability based on these disclosures lies solely in the Town’s discretion.

2.12 References

Each proposer must complete and submit the Proposer’s Statement of References form included in this RFP.

2.13 Legal Status

If a proposer is a corporation, limited liability company, or other business entity that is required to register with the Connecticut Secretary of the State’s Office, it must have a current registration on file with that office. The Town may, in its sole discretion, request acceptable evidence of any proposer’s legal status.

2.14 Proposal (Bid) Security

Each proposal must be accompanied by a certified check of the proposer or a proposal (bid) bond with a surety acceptable to the Town in an amount equal to at least TEN PERCENT (10%) of the proposal

14 | Page RFP: Town of Cheshire Public Safety Communications System

amount. The proposal (bid) bond shall be written by a company or companies licensed to issue bonds in the State of Connecticut, which company or companies shall have at least an “A-” VIII policyholders rating as reported in the latest edition of Best Publication’s Key Rating Guide. The successful proposer, upon its refusal or failure to execute and deliver the Contract, certificate(s) of insurance, W-9 form, performance security or other documents required by this RFP within ten (10) business days of written notification of preliminary award, unless the Town otherwise agrees in writing, shall forfeit to the Town, as liquidated damages for such failure or refusal, the security submitted with its proposal.

Upon the successful proposer’s execution of the Contract in the form enclosed with this RFP, the Town shall return the proposal security to the successful proposer and to all other proposers.

2.15 Presumption of Proposer’s Full Knowledge

Each proposer is responsible for having read and understood each document in this RFP and any addenda issued by the Town. A proposer’s failure to have reviewed all information that is part of or applicable to this RFP, including but not only any addenda posted on the Town’s website, shall in no way relieve it from any aspect of its proposal or the obligations related thereto.

Each proposer is deemed to be familiar with and is required to comply with all federal, state and local laws, regulations, ordinances, codes and orders that in any manner relate to this RFP or the performance of the work described herein.

By submitting a proposal, each proposer represents that it has thoroughly examined and become familiar with the scope of work outlined in this RFP, and it is capable of performing the work to achieve the Town’s objectives. If applicable, each proposer shall visit the site, examine the areas and thoroughly familiarize itself with all conditions of the property before preparing its proposal.

2.16 Substitution for Name Brands

The proposer must attach detailed information concerning deviations from any name brands specified in the RFP and explain in detail how the substitution compares with the name brand’s specifications. The Town in its sole discretion shall decide whether the substitution is acceptable.

2.17 Tax Exemptions

The Town is exempt from the payment of federal excise taxes and Connecticut sales and use taxes. Federal Tax Exempt #066-001971. Exemption from State sales tax per Conn. Gen. Stat. Chapter 219, § 12- 412(1). No exemption certificates are required, and none will be issued.

2.18 Insurance

The successful proposer shall, at its own expense and cost, obtain and keep in force at least the insurance listed in the Insurance Requirements that are a part of this RFP. The Town reserves the right to request from the successful proposer a complete, certified copy of any required insurance policy.

2.19 Performance Security

The successful proposer shall furnish a performance bond,” “a cash bond,” OR “an irrevocable letter of credit” covering the faithful performance of the Contract (the “Performance Security”). The Performance Security shall be the full amount of the Contract price, and in a form reasonably acceptable to the Town. “If the Performance Security is an irrevocable letter of credit, it shall be issued by a financial institution that is reasonably acceptable to the Town.” OR “If the Performance Security is a performance bond, it shall be issued by a company licensed by the State of Connecticut that has at least an “A-” VIII policyholders rating according to Best Publication’s latest edition Key Rating Guide.” The cost of the Performance Security shall be included in the proposal price.

15 | Page RFP: Town of Cheshire Public Safety Communications System

2.20 Delivery Arrangements

The successful proposer shall deliver the items that are the subject of the RFP, at its sole cost and expense, to the location(s) listed in the Specifications.

2.21 Award Criteria; Selection; Contract Execution

An evaluation process will be implemented to allow for a fair review of all acceptable proposals. An evaluation team will consist of various Town representatives and consultant team as determined by the Town. The evaluation team will serve to recommend an award of contract to the Town of Cheshire which shall be based on the best interests of the Town.

All proposals received by the deadline will be evaluated; each proposal shall be reviewed for completeness and conformance to the mandatory technical and administrative submittal requirements of the RFP. The evaluation team at its sole discretion may request Vendors to submit additional information or provide clarification of those sections or requirements deemed incomplete. The Town reserves the right to reject any and all proposals or parts thereof. If a proposal does not meet the mandatory requirements, the proposal may be disqualified.

Prospective Vendors who submit a proposal in response to this RFP may, at the Town's sole discretion be invited to make an oral presentation and/or submit a written clarification of their proposal. Vendors who decline this invitation will be disqualified. Such presentations will provide an opportunity for the vendor to clarify or elaborate on the proposal but will in no way change the vendor’s original proposal. If there is a discrepancy between oral statements and the written contents of the submitted proposal, the written proposal shall control. No comments regarding other vendors or proposals shall be permitted, and Vendors may not attend presentations made by their competitors. Vendors must clearly understand that it is the Town’s sole option to determine which Vendors, if any, will be invited to make oral presentations. Vendors should not construe an invitation to any vendor to imply acceptance or rejection of any proposal. The Town will schedule the times and locations of any such presentation.

Although the cost reflected in the proposals submitted in response to this RFP will be a significant factor in determining an award hereunder, the Town reserves the right to award the contract based upon additional factors which may, in the sole discretion of the Town, be equally important to meet the needs of the Town. The Town reserves the right to award the contract based upon the proposal that presents the "best value" in goods and services to meet the Town's needs. Therefore, the Town may award a contract hereunder to the Vendor which optimizes quality, cost, efficiency, and compatibility with existing Town systems and facilities among responsive and responsible vendors and found to be in the best interests of the Town.

The Town will evaluate all complete RFP responses based on, but not limited to, the following criteria categories.

 Ability of the proposed system to meet the requirements of the Town  Delivered equipment & services on a ‘TURN-KEY’ basis  System functionality, expandability, design & features  State-of-the-art technology as specified in the RFP or better  Equipment features  Preservation of functionality of existing systems  Exceptions, clarifications and/or substitutions to the requirements of the RFP Proposed statement of work  Prospective Vendors compliance with the instructions of the RFP Radio coverage maps and engineering parameters  System design that meets coverage requirements as specified in Radio Coverage 3.8.

16 | Page RFP: Town of Cheshire Public Safety Communications System

 Qualifications & experience of the prime Vendor  References of the prime Vendor  Qualifications & experience of the sub-Vendor(s) References of the sub-Vendor(s)  Past working relationship(s) between prime Vendor and sub-Vendor(s)  Qualifications of the Vendor’s staff  Project Schedule  Description of the methodology to implement the offered solutions  Impact of offered solutions on current operations  Training  Warranty and system support services  Service response times during warranty period  Qualifications & experience of the service provider  References of the service provider  System Documentation  Overall quality of the response  Costs to be provided IN A SEPARATE, SEALED ENVELOPE.

The contract, if awarded, will be to the Vendor who in whole or in best meets all terms of the specifications and project requirements. Nothing in this RFP or the award of a contract, if any, shall be construed as a guarantee of a minimum or maximum contract or contract term. The Town reserves the right to award the project to the responsible vendor whose proposal best optimizes quality, cost, efficiency, and compatibility and found to be in the best interests of the Town.

The contract award process with the preferred Vendor is anticipated to begin within 45 calendar days of the opening of the RFP responses. Notice of award will be sent to the preferred Vendor by US mail and email notification. Unsuccessful responding Vendors shall also be notified. The Town of Cheshire reserves the right to enter into contract negotiations with an unlimited number of preferred Vendors resulting from the outcome of the RFP evaluation process.

A contract will be required by the Town for the implementation of the project defined by this RFP. The Vendor shall be expected to sign a standard contract included in Appendix E and agree to all Town provisions identified in Appendix A. The Town of Cheshire will not sign any company standard service agreement, contract or any other form of agreement. The Town reserves the right to extract certain language from the company’s service, software, or maintenance agreement and incorporate it into a contract if mutually agreeable. Specific work assignments, final project scope and schedules, and definition of project deliverables may be further specified during contract negotiations based on information submitted within the RFP response, or presented during the interview process. If the Town is not able to enter into mutually agreeable terms and conditions with the preferred Vendor, the Town may elect to enter into contract discussions with another responding Vendor.

All proposals will be publicly opened and read aloud as received on the date, at the time, and at the place identified in this RFP. Proposers may be present at the opening.

The Town reserves the right to correct, after proposer verification, any mistake in a proposal that is a clerical error, such as a price extension, decimal point error or FOB terms. If an error exists in an extension of prices, the unit price shall prevail. In the event of a discrepancy between the price quoted in words and in figures, the words shall control.

The Town reserves the rights to accept all or any part of a proposal, reject all proposals, and waive any informalities or non-material deficiencies in a proposal. The Town also reserves the right, if applicable, to award the purchase of individual items under this RFP to any combination of separate proposals or proposers.

17 | Page RFP: Town of Cheshire Public Safety Communications System

The Town will accept the proposal that, all things considered, the Town determines is in its best interests. Although price will be an important factor in most RFPs, it will not be the only basis for award. Due consideration may also be given to a proposer’s experience, references, service, ability to respond promptly to requests, past performance, and other criteria relevant to the Town’s interests, including compliance with the procedural requirements stated in this RFP.

The Town will not award the proposal to any business that or person who is in arrears or in default to the Town regarding any tax, debt, contract, security or any other obligation.

If the lowest proposer meets all specifications, is responsive, and, if applicable, qualified, but the proposal is not acceptable to the Town Manager or, if applicable, the Public Building Commission or the Board of Education, the matter must be referred to the Town Council for its decision on whether to reject all proposals, to accept a higher proposal, or to take such other action as may be in the Town’s best interests.

The Town will select the proposal that it deems to be in the Town’s best interest and issue a Preliminary Notice of Award to the successful proposer. The award may be subject to further discussions with the proposer. The making of a preliminary award to a proposer does not provide the proposer with any rights and does not impose upon the Town any obligations. The Town is free to withdraw a preliminary award at any time and for any reason. A proposer has rights, and the Town has obligations, only if and when a Contract is executed by the Town and the proposer.

If the proposer does not execute the Contract within ten (10) business days of the date of the Preliminary Notice of Award, unless extended by the Town, the Town may call any proposal security provided by the proposer and may enter into discussions with another proposer.

[The Preliminary Notice of Award and Contract Execution dates in Section 3’s Key Dates are anticipated, not certain, dates.

2.22 Affirmative Action, and Equal Opportunity

Each proposer must submit a completed Proposer’s Certification Concerning Equal Employment Opportunities and Affirmative Action Policy form included with this RFP. Proposers with fewer than ten (10) employees should indicate that fact on the form and return the form with their proposals.

2.23 Compliance with Immigration Laws

By submitting a proposal, each proposer confirms that it has complied, and during the term of the Contract will comply, with the Immigration Reform and Control Act (“IRCA”) and that each person it provides under the Contract will at all times be authorized for employment in the United States of America. Each proposer confirms that it has a properly completed Employment Eligibility Verification, Form I-9, for each person who will be assigned under the Contract and that it will require each subcontractor, if any, to confirm that it has a properly completed Form I-9 for each person who will be assigned under the Contract.

The successful proposer shall defend, indemnify, and hold harmless the Town, its employees, officers, officials, agents, volunteers and independent contractors, including any of the foregoing sued as individuals (collectively, the “Town Indemnified Parties”), against any and all proceedings, suits, actions, claims, damages, injuries, awards, judgments, losses or expenses, including fines, penalties, punitive damages, attorney’s fees and costs, brought or assessed against, or incurred by, the Town Indemnified Parties related to or arising from the obligations under IRCA imposed upon the successful proposer or its subcontractor. The successful proposer shall also be required to pay any and all attorney’s fees and costs incurred by the Town Indemnified Parties in enforcing any of the successful proposer’s obligations under this provision, whether or not a lawsuit or other proceeding is commenced, which obligations shall survive the termination or expiration of the Contract.

2.24 Non-Collusion Affidavit 18 | Page RFP: Town of Cheshire Public Safety Communications System

Each proposer shall submit a completed Proposer’s Non-Collusion Affidavit that is part of this RFP.

2.25 Contract Terms

The following provisions will be mandatory terms of the Town’s Contract with the successful proposer. If a proposer is unwilling or unable to meet any of these Contract Terms, the proposer must disclose that inability or unwillingness in its Proposal Form (see Section 11 of these Standard Instructions to Proposers):

a. DEFENSE, HOLD HARMLESS AND INDEMNIFICATION

The successful proposer agrees, to the fullest extent permitted by law, to defend, indemnify, and hold harmless the Town, its employees, officers, officials, agents, volunteers and independent contractors, including any of the foregoing sued as individuals (collectively, the “Town Indemnified Parties”), from and against all proceedings, suits, actions, claims, damages, injuries, awards, judgments, losses or expenses, including attorney’s fees, arising out of or relating, directly or indirectly, to the successful proposer’s malfeasance, misconduct, negligence or failure to meet its obligations under the RFP or the Contract. The successful proposer’s obligations under this section shall not be limited in any way by any limitation on the amount or type of the successful proposer’s insurance: Nothing in this section shall obligate the successful proposer to indemnify the Town Indemnified Parties against liability for damage arising out of bodily injury to persons or damage to property caused by or resulting from the negligence of the Town Indemnified Parties.

In any and all claims against the Town Indemnified Parties made or brought by any employee of the successful proposer, or anyone directly or indirectly employed or contracted with by the successful proposer, or anyone for whose acts or omissions the successful proposer is or may be liable, the successful proposer’s obligations under this section shall not be limited by any limitation on the amount or type of damages, compensation or benefits payable by the successful proposer under workers’ compensation acts, disability benefit acts, or other employee benefits acts.

The successful proposer shall also be required to pay any and all attorney’s fees incurred by the Town Indemnified Parties in enforcing any of the successful proposer’s obligations under this section, which obligations shall survive the termination or expiration of this RFP and the Contract.

As a municipal agency of the State of Connecticut, the Town will NOT defend, indemnify, or hold harmless the successful proposer.

b. ADVERTISING

The successful proposer shall not name the Town in its advertising, news releases, or promotional efforts without the Town’s prior written approval.

If it chooses, the successful proposer may list the Town in a Statement of References or similar document required as part of its response to a public procurement. The Town’s permission to the successful proposer to do so is not a statement about the quality of the successful proposer’s work or the Town’s endorsement of the successful proposer.

c. W-9 FORM

19 | Page RFP: Town of Cheshire Public Safety Communications System

The successful proposer must provide the Town with a completed W-9 form before Contract execution.

d. PAYMENTS

Proposers are encouraged to offer discounts for early payment. All other payments are to be made 30 days after the appropriate Town employee receives and approves the invoice, unless otherwise specified in the Specifications.

[ “In each of its contracts with subcontractors or materials suppliers, the successful proposer shall agree to pay any amounts due for labor performed or materials furnished not later than thirty (30) days after the date the successful proposer receives payment from the Town that encompasses the labor performed or materials furnished by such subcontractor or material supplier. The successful proposer shall also require in each of its contracts with subcontractors that such subcontractor shall, within thirty (30) days of receipt of payment from the successful proposer, pay any amounts due any sub-subcontractor or material supplier, whether for labor performed or materials furnished.

Each payment application or invoice shall be accompanied by a statement showing the status of all pending change orders, pending change directives and approved changes to the Contract. Such statement shall identify the pending change orders and pending change directives and shall include the date such change orders and change directives were initiated, additional cost and/or time associated with their performance and a description of any work completed. The successful proposer shall require each of its subcontractors and suppliers to include a similar statement with each of their payment applications or invoices.”]

e. TOWN INSPECTION OF WORK

The Town may inspect the successful proposer’s work at all reasonable times. This right of inspection is solely for the Town’s benefit and does not transfer to the Town the responsibility for discovering patent or latent defects. The successful proposer has the sole and exclusive responsibility for performing in accordance with the Contract.

f. REJECTED WORK OR MATERIALS

The successful proposer, at its sole cost and expense, shall remove from the Town’s property rejected items, commodities and/or work within 48 hours of the Town’s notice of rejection. Immediate removal may be required when safety or health issues are present.

g. MAINTENANCE AND AVAILABILITY OF RECORDS

The successful proposer shall maintain all records related to the work described in the RFP for a period of five (5) years after final payment under the Contract or until all pending Town, state and federal audits are completed, whichever is later. Such records shall be available for examination and audit by Town, state and federal representatives during that time.

h. SUBCONTRACTING

The successful proposer shall not subcontract, transfer or assign all or any portion of its obligations under the Contract.

20 | Page RFP: Town of Cheshire Public Safety Communications System

i. COMPLIANCE WITH CONNECTICUT GENERAL STATUTES

The successful proposer shall comply with the requirements of Conn. Gen. Stat. § 31-52(b), as amended. Specifically, the successful proposer agrees that in the employment of labor to perform the work under the Contract, preference shall be given to citizens of the United States who are, and have been continuously for at least three (3) months prior to the date of the Contract, residents of the labor market area (as established by the State of Connecticut Labor Commissioner) in which such work is to be done, and if no such qualified person is available, then to citizens who have continuously resided in New Haven Town for at least three (3) months prior to the date hereof, and then to citizens of the State who have continuously resided in the State at least three (3) months prior to the date of the Contract.

j. WORKERS COMPENSATION

Prior to Contract execution, the Town will require the tentative successful proposer to provide a current statement from the State Treasurer that, to the best of her knowledge and belief, as of the date of the statement, the tentative successful proposer was not liable to the State for any workers’ compensation payments made pursuant to Conn. Gen. Stat. § 31-355.

k. SAFETY

The successful proposer and each of its permitted subcontractors shall furnish proof that each employee performing the work of a mechanic, laborer or worker under the Contract has completed a course of at least ten (10) hours in construction safety and health approved by the federal Occupational Safety and Health Administration or has completed a new miner training program approved by the Federal Mine Safety and Health Administration. Such proof shall be provided with the certified payroll submitted for the first week each such employee, mechanic, laborer, or worker begins work under the Contract.

l. COMPLIANCE WITH LAWS

The successful proposer shall comply with all applicable laws, regulations, ordinances, codes and orders of the United States, the State of Connecticut and the Town related to its proposal and the performance of the work described in the Contract.

m. LICENSES AND PERMITS

The successful proposer certifies that, throughout the Contract term, it shall have and provide proof of all approvals, permits and licenses required by the Town and/or any state or federal authority. The successful proposer shall immediately and in writing notify the Town of the loss or suspension of any such approval, permit or license.

n. AMENDMENTS

The Contract may not be altered or amended except by the written agreement of both parties.

o. ENTIRE AGREEMENT

It is expressly understood and agreed that the Contract contains the entire agreement between the parties, and that the parties are not, and shall not be, bound by any stipulations, representations, agreements or promises, oral or otherwise, not printed or inserted in the Contract or its attached exhibits. 21 | Page RFP: Town of Cheshire Public Safety Communications System

p. VALIDITY

The invalidity of one or more of the phrases, sentences or clauses contained in the Contract shall not affect the remaining portions so long as the material purposes of the Contract can be determined and effectuated.

q. CONNECTICUT LAW AND COURTS

The Contract shall be governed by and construed in accordance with the internal laws (as opposed to the conflicts of law provisions) of the State of Connecticut, and the parties irrevocably submit in any suit, action or proceeding arising out of the Contract to the jurisdiction of the United States District Court for the District of Connecticut or of any court of the State of Connecticut, as applicable.

r. NON-EMPLOYMENT RELATIONSHIP

The Town and the successful proposer are independent parties. Nothing contained in the Contract shall create, or be construed or deemed as creating, the relationships of principal and agent, partnership, joint venture, employer and employee, and/or any relationship other than that of independent parties contracting with each other solely for the purpose of carrying out the terms and conditions of the Contract. The successful proposer understands and agrees that it is not entitled to employee benefits, including but not limited to workers compensation and employment insurance coverage, and disability. The successful proposer shall be solely responsible for any applicable taxes.

2.26 Software Licensing

Vendors shall provide detailed information on all software licensing, use or access to computer programs that will be part of the Vendor's offering. All costs, terms and conditions of use and access must be defined and clearly indicated as part of the Vendor's offering. Vendors proposing software to support the network, either by leasing, renting, or selling, shall clearly define the ownership or associated costs. Vendors are to provide definitions of software upgrades, enhancements and the costs, terms, leasing arrangements, use, etc. must be clearly defined as part of the Vendor's proposal. Software upgrades shall include all costs related to the software, hardware and services to install.

2.27 Reserved Rights of the Town

The Town reserves to itself all rights available to it under applicable law, including without limitation, the following, with or without cause and with or without notice:

1. Withdraw or cancel this RFP in whole or in part at any time prior to the execution by the Town of a contract, without incurring any cost obligations or liabilities 2. Issue a new RFP 3. Accept or reject any and all submittals 4. Modify dates set or projected in this RFP 5. Terminate evaluations of submittals received 6. Waive any informalities, irregularities or omissions in a RFP 7. Issue addenda to this RFP. 8. The Town makes no guarantee that a contract will be awarded for this Project.

Proposals received become the property of the Town. The Town assumes no obligations, responsibilities, and liabilities, fiscal or otherwise, to reimburse all or part of the costs incurred or alleged to have been incurred by parties responding to this RFP. All such costs shall be borne solely by the Vendor. In no event shall the Town be bound by, or liable for, any obligations with respect to the project until such time (if at all) as a contract, in form and substance satisfactory to the Town, has been authorized and executed by the Town and, then, only to

22 | Page RFP: Town of Cheshire Public Safety Communications System

the extent set forth therein. The Town makes no representations that the contract will be awarded based on the requirements to this RFP.

23 | Page RFP: Town of Cheshire Public Safety Communications System

3.0 RADIO FREQUENCY (“RF”) INFRASTRUCTURE

For the Cheshire Police Department (CPD), Cheshire Fire Department (CFD), and the Cheshire Department of Public Works (CDPW), the successful Vendor shall engineer, furnish, install, optimize, test and commission two (2) complete turnkey P25 capable conventional simulcast systems that meet the requirements of the Town as specified in this RFP.

The first simulcast system shall be a four (4) site, two (2) channel UHF conventional P25 system for use by the CPD for their public safety operations.

The second simulcast system shall be a four (4) site, two (2) channel VHF analog conventional system, capable of P25, for use by the CFD for their public safety operations, and for use by the CDPW for their daily operations.

Vendor shall deploy all VHF and UHF channels at four (4) RF tower sites in order to provide township- wide, reliable radio coverage. The recommend radio frequency (RF) tower sites for use in this system are described in Table 3.

All base station equipment shall be of the same manufacturing platform having the same model and production line. Vendors shall not propose base station equipment of varying models or platforms for the differing frequency bands or configurations. All RF equipment shall be fully modular and interchangeable. The only permissible variation between the base station/repeater infrastructures shall be software or firmware and/or option licensing necessary to equip the CPD and CFD/CDPW simulcast systems to be deployed as dual mode digital and analog operation.

For the two (2) channel VHF P25 capable simulcast system, Vendor shall provide all system equipment hardware and software for analog operation, that shall be completely modular, expandable, and adaptable for migration at any point of time during the life-cycle of the equipment to a fully digital conventional P25 simulcast system in support of a total interoperable network solution with neighboring jurisdictions.

The CPD communications tower located at the Primary PSAP at 500 Highland Ave. is co-located on the same site with the Communications Center. Vendor shall replace the existing dispatch equipment in the PSAP with two (2) new dispatch console workstations as specified in Section 5. Additionally, Vendor shall replace the existing dispatch equipment in the CFD communications center, located at 250 Maple Ave, with two (2) new dispatch console workstations as specified in Section 5. The CFD communications center shall serve as the Town’s Backup to the primary Communications Center. The console infrastructure server equipment must support additional dispatch work stations for future expansion. Connectivity to the CFD dispatch console equipment shall be provisioned through Cheshire owned or leased fiber backhaul.

Vendor shall deploy new 6 GHz digital microwave backhaul for the base station repeater sites that are selected for the system. System infrastructure sites that do not have a co-located microwave presence shall be linked into the network through Cheshire owned or leased fiber links. Vendor shall ensure that the dual mode analog and P25 conventional radio infrastructure equipment is compliant with the Common Air Interface (CAI), and Console Subsystem Interface (CSSI). To ensure reliable operation, the proposed radio system shall not have a potential for a single point disabling failure in its control system or audio- processing path. If the system or any subsystem architecture includes on-site controller(s), redundant on- site sub-systems with full functional capabilities shall be provided.

24 | Page RFP: Town of Cheshire Public Safety Communications System

3.1 Applicable Standards and Codes

All equipment supplied, and all installation and maintenance work to be performed under this Contract shall comply, unless otherwise specified, with the applicable sections of the standards and or regulations of the following organizations:

 Federal Communications Commission (FCC)  Federal Aviation Administration (FAA) regulations and advisory circulars.  MIL-810 F or G  Federal Environmental Protection Agency (EPA)  American National Standards Institute (ANSI-603)  National Fire Protection Association (NFPA)  Electronics Industry Association (EIA-603)  Associated Public-Safety Communications Officers (APCO) P25  National Electrical Manufacturers Assoc. (NEMA)  National Electric Code (NEC)  Occupational Safety and Health Administration (OSHA)  Telecommunications Industries Association (TIA-603)  Underwriters Laboratories (UL)  American Institute of Steel Construction (AISC)  American Welding Society (AWS)  American Concrete Institute (ACI)  American Society for Testing and Materials (ASTM)  Town of Cheshire, State of Connecticut, and all local ordinances, building, and zoning codes.

In the forgoing documents or specifications, the most stringent requirements shall govern.

3.2 Type Acceptance of FCC Authorized Transmission Masks

Base stations, control stations, mobile radios, and portable radios used in the network shall comply with all requirements of Part 90, Subparts R and S of the FCC’s Rules and Regulations governing the licensing and use of frequencies in the VHF high-band, and in UHF, including, but not limited to:

 Type Acceptance  Current and published proposed narrow-banding and spectral efficiency mandates.

3.3 Compliance to APCO Project 25 Standards

All four (4) channels in the communications system required by the Town and specified in this document shall be capable of digital VHF high-band and UHF communications in conformity to APCO Project 25 conventional. Two (2) channels shall be initially deployed as dual mode analog and digital, however all channels shall, as depicted in TIA TSB 102, comply with the objectives for operational function of a new digital Public Safety radio system as follows.

 Obtain maximum radio spectrum efficiency.  Ensure complete Open Architecture design  Ensure competition in system life cycle procurements.  Allow effective, efficient and reliable intra-agency and inter-agency communications.  Provide "user friendly" equipment, "user friendly" being defined as the least amount of mental and physical interaction by the operator.  Provide a graceful path from present Phase I technologies through all phases of Project 25 as applicable.

25 | Page RFP: Town of Cheshire Public Safety Communications System

The Vendors’ proposed VHF and UHF conventional radio systems must comply with the latest applicable Project 25 digital radio technical standards defined and adopted as TIA TSB/IS or ANSI documents in effect at the time of RFP submission. Adherence to the approved, applicable Project 25 digital standards shall ensure compatibility and interoperability of digital radio equipment and systems manufactured by various public-safety communications companies. The network shall be fully APCO P25 compliant.

3.4 Two (2) Channel UHF Simulcast Digital Communications for CPD

For CPD operations, Vendor shall propose a two (2) channel, P25 digital, UHF narrow-band, wide-area simulcast radio system at all four (4) sites. The CPD system being proposed shall conform to the objectives/standards of APCO Project 25 with regard to the following features:

 Digital Modulation APCO P25 Common Air Interface (CAI)  Ability to support Improved Multiband Excitation (IMBE) vocoder.  Ability to support advanced digital encryption algorithms including but not limited to AES encryption.  Superior audio clarity through advanced error correction techniques.

3.5 Two (2) Channel, Four (4) Site Simulcast for CFD & CDPW

For CFD and CDPW operations, the Vendor shall propose a P25 capable two (2) channel simulcast system, configured for analog, VHF narrow-band, wide-area simulcast radio system operation. Analog FM modulation techniques shall be considered the primary operational mode to ensure continued interoperability, and migration of independent departments. All voice subscriber units must be capable of operating in the conventional analog FM mode with Continuous Tone Coded in narrowband operation.

The simulcast design shall have the capability to connect audio and paging tones received either from the dispatchers or inbound subscriber transmissions through the Town’s new microwave circuits also being furnished as part of this procurement.

The voice radio system shall be comprised of mobile relay/base stations and associated controlling equipment, diversity (satellite) receivers and associated comparators, microwave transport equipment, simulcast controller equipment, any other equipment required to interface to a newly deployed dispatch console system and make a complete, functional system infrastructure.

The proposed voice radio system must be able to accommodate utilization of the Town’s existing VHF high-band subscriber fleet that the Town wishes to continue using. Vendors are responsible for assessing the existing subscriber radio fleet to understand what changes are necessary to accomplish continued utilization of the subscriber fleet, including notification to the Town in case there is any subscriber equipment which cannot be retrofitted to function on the proposed infrastructure.

3.6 Spectrum Efficiency

The Town wishes to implement all channels at the present time by assignment of a single user per 12.5 KHz channel.

3.7 Spectrum

The Town of Cheshire is authorized to operate all four (4) of their VHF and UHF channels under three (3) different FCC licenses. Shown below in Table 2 are the call signs and frequencies in use and proposed for use in the system specified in this RFP. Vendor will be responsible for assisting the Town of Cheshire in coordinating and licensing the new transmitter sites for all four (4) frequencies.

26 | Page RFP: Town of Cheshire Public Safety Communications System

Base TX Mobile TX Use Frequency Frequency KCD575 154.3700 159.3450 Primary Fire Dispatch Repeater WPTN731 156.1200 151.1300 Public Works Repeater Primary Police Dispatch KCD841 460.4750 465.4750 Repeater Secondary Police Dispatch KCD841 453.8125 458.8125 Repeater KNDB803 46.04 46.04 Town Owned School Vehicles Table 2 - Town of Cheshire FCC License authorizations for VHF and UHF channels

3.8 Radio Coverage

Vendor shall be responsible for demonstrating mobile and portable radio coverage performance in accordance with the test plan defined in this RFP. The Vendor’s proposed coverage requirements shall include all areas within the Town of Cheshire as the service area.

The coverage criteria for the Town of Cheshire Network are as follows:

 Ninety-five percent (95%) area coverage reliability over the entire Town of Cheshire service area, for portable radio coverage in the street.

 Coverage will be defined as ninety-five percent (95%) area coverage reliability throughout the political boundaries of Cheshire ninety-five percent (95%) of the time, (aka 95/95 coverage) for a portable radio operating outdoors.

 Vendors shall also provide coverage predictions showing residual in-building with 12 dB building penetration loss, using coverage from the same sites that depict portable-in-street coverage.

 The coverage shall be designed assuming a portable radio mounted at the user's waist level, with a swivel case and shoulder accessory (SMA).

 Designs shall have a balanced uplink and downlink path.

 A minimum DAQ criterion of 3.4 is required for both the VHF and UHF simulcast channels within the defined coverage area and is described in TIA TSB-88-C as "Speech understandable with repetition only rarely required with some noise/distortion."

 Vendor shall specifically document the minimum signal strength, in units of microvolts/meter needed to produce a DAQ 3.4 for the digital channels, and DAQ 3.0 for analog channels, the voice quality requirement for acceptance testing purposes.

3.8.1 Link Budget Analysis

The Vendor shall submit a detailed link budget analysis or table to establish estimated uplink and downlink for portable and mobile radio signal levels for analog communications; minimum signal strength corresponding to a DAQ of 3.4 for the digital channels, and DAQ 3.0 for analog channels, and the coverage requirements stated within this RFP. At a minimum, the following data/criteria shall be included in the analysis:

27 | Page RFP: Town of Cheshire Public Safety Communications System

 Static sensitivity for mobile and portable radios in dBm for both analog and digital communications, and corresponding BER (“Bit Error Rate”) performance for digital communications.  Faded sensitivity for mobile and portable radios (for DAQ 3.4 for the digital channels, and DAQ 3.0 for analog channels) in dBm.  Statistical distribution assumed for multipath fading (Rayleigh, Nakagami-Rice, etc.).  Fading factor (dB) and statistical assumptions (log-normal fading, etc.) used to account for location variability (i.e. adjustment from median required signal level in a given coverage sector or grid segment to provide reliable operation at ninety-five percent (95%) of the locations in that sector or grid segment).  Transmit antenna network gain (dBd).  Transmission antenna network loss (dB).  Base Station Receiver Multi-coupler Net Gain (dB).  Base Station Receiver Multi-coupler Noise Figure (dB).  Mobile radio antenna network net gain (dB).  Mobile radio transmitter output power (dBm).  Portable radio antenna network net gain (or loss) based on the actual Vendor supplied portable radio antennas mounted at the user's belt level.  Portable radio transmitter output power (dBm).  Downlink and uplink path reciprocity (e.g. any offset factor used to compensate for the difference between downlink and uplink coverage and to allow downlink signal targets and acceptance test procedures to be used to confirm uplink coverage reliability).  Any difference between downlink and uplink transmission paths and network performance that may affect the validity of the assumption of path reciprocity with an offset for the difference in base station and mobile and/or portable radio transmitter output power, as described in TSB-88C.  RF propagation prediction model (including version number, if applicable) used to provide coverage predictions.  The Vendor shall submit uplink and downlink coverage maps for the proposed network. All coverage maps shall be based on the assumptions shown in the Link Budget Analysis described above.  The Vendor shall provide individual radio coverage maps.  The individual radio coverage prediction maps shall be provided for each radio site as well as composites of the predicted RF coverage utilizing all of the RF sites in the proposed network design.  These maps shall be provided in a scale such that all areas less than ninety-five percent (95%) reliable are easily spotted during the review of such maps. The paper size shall be sized with sufficient scale to show the entire Town on one map, but shall not be smaller than 11” x 17”, or C size. The Vendor shall provide individual radio coverage maps for the following types of coverage.  Digital mobile voice  Analog mobile voice  Digital portable voice  Analog portable voice

The Vendor shall show all residual coverage which extends beyond the boundaries of Cheshire resulting from use of the system sites, although the Town will not seek a coverage guarantee from the Vendor for residual coverage which extends beyond the Town’s borders.

28 | Page RFP: Town of Cheshire Public Safety Communications System

3.8.2 Coverage Predictions

The radio network coverage shall be predicted through the use of a radio wave propagation model which has been developed on the basis of theoretical and empirical data, and which will take into account channel bandwidth; modulation schemes including digital and analog Simulcast; delivered audio quality; coverage reliability; terrain irregularity; seasonal foliage; land use / land cover; building penetration losses; noise; and long- and short-term signal variations.

The model used for the purposes of the coverage prediction process shall be identified in the Vendor’s proposal, and the rationale for network gains and losses used shall be provided in the proposal. A table of network coverage parameters including gains and losses utilized in each propagation analysis shall be provided. A terrain database with a minimum of 3 arc-seconds of resolution is required. The Vendor shall identify the terrain data model used in the coverage predictions. The vendor’s propagation analysis network shall utilize both vertical and horizontal antenna patterns.

Single site coverage plots shall be presented on an appropriate scale. Multi-site composite plots shall be on appropriate scale but shall be no smaller than “C-size” media.

Coverage maps for individual site analyses shall be presented on an appropriate scale but shall be no smaller than 11" x 17" media using USGS topographical maps. Each coverage analysis shall include a legend with the following information:

 Type of coverage displayed on the map, mobile, portable on-street, portable in 12 dB buildings.  Location of portable radio (radio and antenna at belt level – 3ft. AGL)  Delivered Audio Quality (DAQ)  Radio coverage reliability shown, percent reliability and type of reliability (area vs. contour)  Type of carrying device used with portable radio (belt clip)  RF signal levels in dBm corresponding to the coverage colors displayed on the map  Simulcast capture ratio in dB and targeted propagation delay in microseconds for simulcast sites (if proposed)  Square mileage of each type of proposed coverage shown on the coverage analysis or on an accompanying parameter sheet.

3.8.3 Simulcast Time Delay Interference (TDI)

Since the proposed architecture is simulcast technology, the coverage maps shall account for (display) of any harmful time delay interference (TDI) that may occur in the proposed network configuration. This means that forecasted areas of TDI shall be clearly shown on coverage maps as “non-covered” areas and a separate TDI map shall be provided depicting areas with potential TDI.

The Vendor shall state the simulcast threshold delay that is utilized in microseconds and capture ratio in dB on which the Town of Cheshire system design is based

29 | Page RFP: Town of Cheshire Public Safety Communications System

3.8.4 Coverage Predictions to be Included in Proposal

Vendor shall show the following types of coverage:

 On-Street portable coverage with portable radio worn at hip level (3' AGL) using a speaker microphone without antenna (covered areas shown in bright yellow)  In-building portable coverage, radio worn at belt level (3' AGL) showing 12 dB of signal penetration loss (blue)  Inside heavy structures, up to 20 dB penetration loss (red)

Portable coverage maps shall be prepared for the limiting case (downlink vs. uplink).

A mobile coverage map for both uplink and downlink shall be provided along with the bit error threshold for DAQ performance.

All RF coverage maps shall be provided in both printed and electronic formats.

3.8.5 Voice Quality

Coverage is defined as the minimum signal required to provide Delivered Audio Quality greater than or equal to DAQ 3.4 for the digital channels, and DAQ 3.0 for analog channels voice quality for digital communications, and analog communications, defined as “Speech understandable with slight effort. Occasional repetition required due to noise/distortion”. For digital communications, vendor shall relate this voice quality to Bit Error Rate (BER) for acceptance testing purposes.

The Vendor shall use the DAQ scale as defined in TIA TSB-88C for digital communications.

3.8.6 Portable Radio Coverage Requirement

Portable in-street voice coverage shall be provided over at least 95% of the jurisdictional boundaries of the Town of Cheshire at a reliability level of 95%. The Town’s boundaries shall be clearly indicated on the Vendor’s coverage maps provided with their proposal and the estimated percentage coverage within this area also shown to validate that the predicted coverage meets the 95% requirement.

Vendor shall provide detailed RF propagation coverage prediction analysis for the limiting case of downlink or uplink for portable radios. Note if the network downlink and uplink are balanced within 1 dB, then downlink shall be displayed.

3.9 Radio Interference Analyses

The Vendor shall conduct radio interference analyses for each of the Town’s existing radio sites to determine potential radio interference both to the Town’s equipment and from/to non-Cheshire equipment. Vendor shall analyze and identify both Active Intermodulation/Passive Intermodulation Interference hazards and Transmitter Noise/Receiver Desensitization hazards for each site. Vendor shall provide all equipment necessary to mitigate such interference. The Vendor shall provide the results of the study and interference mitigation solution to the Town and its Consultant for review and approval as part of the final network design.

3.10 Town of Cheshire System Sites

Contained herein is a list of Cheshire’s system sites that are utilized in the existing system and the conceptual system specified in this RFP, with the site coordinates. Vendors shall familiarize themselves

30 | Page RFP: Town of Cheshire Public Safety Communications System

with these sites in order to understand what is needed within each site to facilitate their use in the replacement system.

It is mandatory that the Vendor(s) attend scheduled site walks for all sites to survey and confirm all system site data

The Vendor is responsible for recommending the optimum site selection using the existing and conceptual Cheshire sites first before looking at alternative sites.

Shown below in Figure 3 is the conceptual configuration and connectivity of the new Cheshire System. Requirements of the proposed microwave system are specified in Section 6 of this RFP

Figure 3 - Configuration of Key Sites in Cheshire Communications System

31 | Page RFP: Town of Cheshire Public Safety Communications System

3.10.1 Site Infrastructure & Survey Requirements

The Vendor is responsible to complete the required equipment installation and work at all proposed Cheshire RF sites, microwave sites, and other facilities as necessary to deliver a functional radio system as detailed in this RFP.

Shown in the Table below are all the Cheshire sites. Ground Site Name Elevation Tower Ht. Latitude Longitude Datum (AMSL) (AGL) Feet Feet 500 Highland Ave (Also, PSAP, CPD) 41 30 40.00 N 072 53 54.00 W NAD83 200.4 160’ nominal

Water Treatment Plant 41 31 55.00 N 072 52 13.00 W NAD83 110.4 180.4

Summit Road 41 32 11.20 N 072 57 26.30 W NAD83 616.8 173.9

AT&T 41 29 14.90 N 072 55 45.50 W NAD83 266.3 249.0

Backup Communications 250 Maple Ave - CFD Center Table 3 - Cheshire's Critical infrastructure sites

All work necessary to provide fixed infrastructure installations which meet all Cheshire inspections and approvals, and which provide the necessary antenna mounting structures, equipment rooms or shelters, cable support structures, and all functions/features described in this section shall be performed or provided by the Vendor as related directly to the installation of the P25 VHF/UHF simulcast radio system.

The Vendor shall be responsible for a complete and fully operable installation in accordance with the latest version of the National Electrical Code, local building codes, environmental laws, zoning and planning regulations or ordinances, land use restrictions, Federal Aviation Administration and Federal Communications Commission rules and regulations, Connecticut Department of Transportation regulations governing road access and entry, and all other applicable local, state or federal codes, regulations, laws and/or ordinances.

Vendors shall ensure all installations are in compliance with current Motorola R56 grounding standards or approved equal.

Materials furnished by the Vendor shall be new and of first quality as defined in industry standards. The Vendor shall not make substitutes unless prior approval has been obtained from the Town of Cheshire project manager.

The Vendor assumes full responsibility for materials and equipment employed in construction of the project and agrees to make no claims against the Town of Cheshire for

32 | Page RFP: Town of Cheshire Public Safety Communications System

damages to such materials and equipment except for that which is caused by the Town of Cheshire, its employees or agents. The Vendor shall be responsible for storage of all materials purchased and shall receive all delivered items by suppliers at the job site or at a staging area to be furnished by the Vendor.

The Vendor shall clean up and remove from the work site on a daily basis (or sooner if directed by the Cheshire project manager) all rubbish and construction debris, resulting from his own work in the building. The Vendor shall supply a dumpster or similar trash storage/removal device where a substantial amount of construction debris is generated. Upon completion of all work, the entire job site areas shall be left clean and free of trash, debris, mud, dirt, dust, scrap materials and excess materials. Floors in radio equipment shelters and rooms shall be mopped and polished to the satisfaction of the Cheshire project manager upon completion of installation and construction work.

The Vendor shall coordinate the work of all the trades under his responsibility to ensure that interferences between electrical conduits, cable support trays, grounding wire, structural, and radio system work shall be avoided so that the project is completed within budget and schedule.

The Vendor shall keep up-to-date marked-up prints of the Project Drawings. Markings indicating changes to the drawings shall be red or green and clearly visible. Two (2) sets of "As-Built" drawings (reproducible on the most updated AutoCAD Release) shall be furnished to the Cheshire project manager at the completion of the project. Project Drawings shall also be supplied in digital format.

3.11 System Topology

3.11.1 Conventional Simulcast Operation

Both the proposed two (2) channel VHF analog simulcast system and the two (2) channel UHF P25 simulcast radio system shall consist of one simulcast cell each with four (4) simulcast sites. The simulcast design shall have the capability to connect audio and paging tones received either from the dispatchers or inbound subscriber transmissions through the new microwave network, specified in Section 7. Except as otherwise noted, Cheshire’s newly deployed digital microwave system shall be the telecommunications media used for both simulcast systems.

The systems shall be capable of automatically adjusting the path delay and amplitude of any one or all microwave circuits utilized. The automatic adjustment shall compensate for any change in the microwave paths. The systems shall be capable of maintaining a phase delay (launch time) of no more than +/- 3 microseconds and an amplitude of 0.1 dB between transmit sites. The path delays shall be dynamically adjustable to compensate for at least 60 milliseconds of inherent path delay.

Frequency Stability – Vendor shall provide highly accurate, fully redundant, high stability, GPS fed frequency clocks (reference oscillators) for driving either 5 MHz or 10 MHz reference signals to repeaters with output accuracy of 1x10 average over 24 hours when GPS locked; and 1 PPS output with accuracy of 25 ns when GPS locked. Unit shall also generate synchronized CTCSS tones. Unit shall be powered by -48V DC. The unit shall have an operating range between -30C to +60C. The unit shall be provided with an external GPS antenna, transmission line, lightning surge arrestor, and mounting accessories for installation at each site in the system. A fully redundant frequency standard reference

33 | Page RFP: Town of Cheshire Public Safety Communications System

oscillator shall be supplied and configured for hot-switchover backup operation in case of failure of the primary GPS fed frequency clock.

Simulcast Time Delay Control - Audio path time delay will be automatically controlled and equalized to provide phase and amplitude correction to all simulcast transmitters. Delay and amplitude correction shall be capable to provide adjustments at 200 Hz increments across the audio pass band between 600 Hz to 3200 Hz, with pass band control to be 5 dB in 120 steps for each equalizer section. Adjustment of the delay and amplitude shall be such that it can be downloaded from user provided software utility. Control to set both bulk delay, from 0 to 500,000 microseconds in 1 microsecond increments, and delay for amplitude correction shall be provided. The unit shall have an operating temperature range between 0C to +50C; and shall be configurable for both -48V DC or 120 VAC power.

Addition of Sites - The procedure and equipment required for the addition of base repeater or receiver sites shall be fully explained by the Vendor.

Addition of Channels - The procedure and equipment required for the addition of base repeater or receiver channels shall be fully explained by the Vendor.

System Architecture - The conventional simulcast system architecture for each system shall be described in detail, with written descriptions of all major system components and their functions. System and site block diagrams shall be provided to show the interconnection and the detailed audio/logic signal flow (e.g.; Tx audio +/-, keying +/-, etc.) between system elements (components/equipment racks).

Architecture with no single point of failure is required.

The network communications architecture shall provide the radio user transparent radio communications across the entire area of coverage and shall permit the radio user to roam across the entire area of coverage without requiring manual switching or changing of site information.

If the proposed system architecture includes controller equipment, the system shall be provided with two (2) system controllers for redundancy. They shall be located at two (2) different sites in the network, with the primary controller at CPD Communications Center and the backup controller at the Water Treatment Plant site.

The Vendor shall provide a block diagram and floor plan for the system controller locations, showing all major components and the quantity and type of communication circuits required to connect the wide area system.

3.11.2 Digital Simulcast Methodology

For the simulcast distribution, Cheshire wishes the Vendors to use an IP based simulcast methodology to synchronize the prime site with the remote sites. Simulcast processing delays, levels, phasing or shaping shall be managed through the IP network which shall include open architecture routers, switches, and servers as necessary. No distribution amplifiers, modems, or special components should be required.

3.11.3 Receiver Voting / Comparator System

Vendor shall furnish and install receiver voting system for utilization as the receive audio collection system for voting both RF channels for each of the individual systems (VHF &

34 | Page RFP: Town of Cheshire Public Safety Communications System

UHF). Voted channel output from each channel’s comparator shall be combined as necessary with dispatcher audio input for use as the input audio source to the repeater transmitters.

The receivers operating in the voting system shall, at a minimum, be those included in the base repeater stations located at the four (4) simulcast sites.

The console shall have priority over the comparator in controlling the repeater audio input.

The operation of the comparator/selector shall not be evident; there shall be no clipped syllables and no noticeable delay in the selection process.

Vendors shall equip all system receivers such that each receiver signal or status tones shall generate “idle data” when it is in the idle (squelched) state. The idle data shall be transportable by the microwave backhaul to the voting system.

3.11.4 Base Station Repeaters

Vendors shall propose P25 compliant base station repeaters, which are of the appropriate type, to configure four (4) simulcast channels – two (2) VHF and two (2) UHF -- at four (4) sites.

Vendors shall be fully responsible to fully integrate the new base station repeaters as necessary to configure a UHF P25 two-channel, four (4) site dual-mode digital and analog simulcast; and VHF P25, two (2) channel, four (4) site analog simulcast system that operates without compatibility issues, simulcast distortion issues, or any other issues that would prevent a fully optimal simulcast system in the final system configuration.

All base stations shall be FCC type accepted for transmission of the proposed narrowband modulation, RF channel bandwidths and appropriate masks. The base station shall be designed for the purpose of voice communications, with at least one VHF channel – the paging channel –to perform both voice and paging functions. Each base station must provide automatic station identification compliant with FCC Base Station Identification specifications.

The base stations must operate full duplex, and be capable of handling simultaneous, independent transmission and reception of voice messages. Repeater operation and wire line connectivity, diversity reception, ‘out-of-cabinet’ repeater operation, and interface to the dispatch console systems are required.

Each base station shall operate on a single transmit and receive frequency pair. The equipment shall meet or exceed the current specified EIA Standards for transmitters and for receivers. The equipment shall contain all the necessary base station control and interface circuitry, as well as power supply and cabinetry or equipment racks appropriate for the installation location. All equipment offered must be FCC type accepted at the time of submission of the proposal.

The UHF systems shall provide for full AES encryption capability and shall provide the same functions associated with clear (unencrypted digital) operation. All infrastructure components shall be capable of processing encrypted calls all Police subscriber units shall be capable of encryption.

35 | Page RFP: Town of Cheshire Public Safety Communications System

VHF Base Station Specifications

P25 compliant Base Station Repeater Specifications

Function / Parameter Specification

Modulation Analog FM and APCO P25 CAI Input Voltage 120 VAC +/- 20% 60 Hz

o o Temperature Range -30 to +60 C Antenna port impedance 50 Ohms

Automatic Station Identification Included FCC Type Acceptance Under Part (enter number) 90

Channel Spacing 7.5 kHz

Humidity (non-condensing) 0-90%

Receiver Frequency Range 150-174 MHz

Receiver Frequency Stability , 0.1 PPM (with External Ref)

Sensitivity 0.25µV/m (12 dB SINAD)

Intermodulation Rejection <80 dB Spurious and Image Rejection <100 dB

Transmitter Frequency Range 150-174 MHz Transmitter Operation Continuous Duty

Full Duplex Transmitter External Connections Accept and Lock External Clock, either 5MHz or 10 MHz; and CTCSS source

Transmitter Frequency Stability <0.1 PPM (external ref) Transmit power Variable to 100 Watts

Spurious & Harmonic Emissions <85 dB

Vendors shall comply with or define the following specifications for all VHF base station repeaters proposed. All electrical measurements either shall be referenced to a specific test procedure or shall be described in full by the manufacturer.

UHF Base Station Specifications

Vendors shall comply with or define the following specifications for all UHF base station repeaters proposed. All electrical measurements either shall be referenced to a specific test procedure or shall be described in full by the manufacturer.

36 | Page RFP: Town of Cheshire Public Safety Communications System

P25 compliant Base Station Repeater Specifications Function / Parameter Specification Modulation Analog FM and APCO P25 CAI Input Voltage 120 VAC +/- 20% 60 Hz Temperature Range -30o to +60o C Antenna port impedance 50 Ohms Automatic Station Identification Included FCC Type Acceptance Under Part (enter number) 90 Channel Spacing 12.5 kHz Humidity (non-condensing) 0-90% Receiver Frequency Range 450-512 MHz Receiver Frequency Stability , 0.1 PPM (with External Ref) Sensitivity 0.25µV/m (12 dB SINAD) Intermodulation Rejection <80 dB Spurious and Image Rejection <100 dB Transmitter Frequency Range 450-512 MHz Transmitter Operation Continuous Duty Full Duplex Transmitter External Connections Accept and Lock External Clock, either 5MHz or 10 MHz; and CTCSS source Transmitter Frequency Stability <0.1 PPM (external ref) Transmit power Variable to 100 Watts Spurious & Harmonic Emissions <85 dB

3.11.5 IP Network Security (Information Assurance)

The Vendor shall provide an IP security solution to enable Cheshire and its users to fully utilize their system and take advantage of the benefits of having an IP-based system with full assurance that the Cheshire system is protected from malicious software, hackers, and for maintaining the confidentiality and integrity of their data.

Vendors shall comply with Federal information assurance requirements including FISMA, DHS-4300, CJIS or DIACAP.

37 | Page RFP: Town of Cheshire Public Safety Communications System

Venders shall demonstrate their approach to cyber security and risk management as it pertains to;

 NIST Recommendations on Cyber/Computer Security (Special Publications 800 Series)  Layered Defense – not depending on a single technology or methodology to provide assurance.  Defense in Depth – wherein security is addressed with Personnel, Operations, and Technology.  Industry Best Practices – As can be demonstrated by Consensus Audit Guidelines, Federal Desktop Guidelines, etc.  NIST Interagency Report on ―Guidelines for Smart Grid Cyber Securityǁ (NISTIR 7628)  NIST 800-82 ―Guide to Industrial Control Systems (ICS) Securityǁ

To every practical extent, Vendors shall offer solutions that are COTS based security solutions that are designed and implemented to industry-standard security practices.

Major elements of Cheshire’s functional requirements described in the subsections below include: (1) Vendor History of Successful Implementation of Secure Wireless Systems, (2) Controlled System Access, (3) Operational Security, (4) Computer Security, and (5) Network Security.

Vendor History of Deployment of Secure Wireless Systems

Vendors shall demonstrate that they have security built into their offering in addition to experience in the integration, design and construction of mission-critical communications systems that require maximum levels of survivability, reliability, security, and cyber immunity.

Vendors shall furnish project references from their previous customers on their experiences vouching for the Vendor’s capabilities with the design, implementation and maintenance of secure communications systems. A historic pedigree and expertise in the area is an essential element to project success.

Vendors shall identify and define their capabilities, expertise, and track record with successful projects.

Controlling System Access

Vendor shall demonstrate that system access is restricted those who are authorized to and have access. Vendor shall also show the ability to audit the information system to ensure that the policies and regulations are being implemented appropriately and to provide accountability for the actions of those with the responsibility of using and administering the system.

Authentication, Authorization and Accountability

 Vendor shall demonstrate how Access control ensures that the system maintains confidentiality of information, and integrity of that information with role-based access control. Access control shall include the implementation of least privileges, authentication, authorization, and accountability. Vendor shall meet the following Access Control

38 | Page RFP: Town of Cheshire Public Safety Communications System

requirements: Centralized Authentication, Authorization, and Accountability of Users,  Role-based management of users and machines,  Provide the capability to audit the information system to ensure that the policies and regulations are being implemented appropriately, and  Provide accountability for the actions of those with the responsibility of using and administering the system.

In order to improve overall integration, the Town of Cheshire shall require vendors to configure a forest-to-forest trust relationship between their access control solution and the Cheshire Corporate Active Directory infrastructure.

Identity Assurance

A key component within Cyber Security and Access Control within the Town of Cheshire involves the methods of Identity Assurance that addresses minimizing business risk associated with identity impersonation and inappropriate account usage. Access in high-risk situations (e.g. Remote Access) shall be performed with the use of strong two-factor authentication by which the user shall provide their account name, account password -- and either a token ID or biometric information. Vendor shall show in their risk management framework that they have identified these high-risk areas requiring two-factor authentication in their individual proposal to Cheshire.

Operational Security

Vendors shall ensure that security is integrated into daily Cheshire operations. To facilitate this, Vendors shall take into consideration the wireless information system as an integral component of the overall information system of Cheshire. Vendors shall show that the following key aspects of the Cheshire information system have been addressed:

 Centralized Log Management,  Security Event and Information Monitoring, and  Business Continuity and Disaster Recovery.

Centralized Log Management

Vendors shall ensure that security is integrated into daily Cheshire operations. To facilitate this, Vendors shall take into consideration the wireless information system as an integral component of the overall information system of Cheshire. Vendors shall show that the following key aspects of the Cheshire information system have been addressed:

 Centralized Log Management,  Security Event and Information Monitoring, and  Business Continuity and Disaster Recovery.

Security Event and Information Monitoring

Vendor shall describe in detail how Cheshire security events shall be monitored. Vendor shall ensure that all security appliances and systems are capable of integrating with the existing Cheshire Security Event and Information Monitoring system.

39 | Page RFP: Town of Cheshire Public Safety Communications System

Cheshire Network Continuity and Disaster Recovery

During critical operations, the Vendor shall ensure that the system shall be able to quickly recover devices in order to bring the users and the system functionality back to full operational status. Vendor shall provide an enterprise backup solution that is easily administered and maintained, supports all Cheshire required operating systems, is capable of bare metal restore, and is cost effective across the entire life cycle of the system. Vendor shall also ensure that a backup solution shall have the capability of creating offline backups that can be stored off site.

3.11.6 Antenna System Requirements

As with most public safety radio systems, the Town of Cheshire requires that the antenna systems be deployed that offer the least amount of losses and the maximum amount of gains, for both inbound and outbound transmissions to the highest degree permissible in accordance with the FCC license which authorizes operation of the channels. Vendors shall examine the Town’s FCC licenses included in Appendix E for complete cognizance of the permissible ERP requirements for each channel at each site. Vendors shall include in their proposal further antenna system design and equipment requirements specified in the following subsections.

3.11.7 Transmitter Combiners / Receiver Multi-couplers

For the Four (4) Simulcast Sites

Vendors shall provide new transmitter combiners, receiver multi-couplers, and or duplexers to combine two (2) VHF channels and two (2) UHF channels for deployment at each of the four (4) Cheshire simulcast sites. Alternatives to this configuration, which may be the deployment of individual antennas for each channel may be proposed, provided that neither the maximum permissible ERP authorized by the FCC for each channel, licensed to the Town, or site interference efficiencies, are compromised in the alternative configuration.

Vendors shall show proof that Intermodulation Interference Analysis, Transmitter Noise/Receiver Desense Analysis have been performed to demonstrate that all prospective interference issues have been mitigated in design and manufacture of a minimal loss, maximum gain transmitter combiner / receiver multi-coupler for use at this site.

Vendors shall also specify the minimum vertical antenna separation requirements that must be applied for installation on the towers in order to provide interference free operation of all the base station transmitters and receivers operating at this site. Vendors shall indicate in their proposal, the insertion losses for each transmitter and receiver to be installed at each site.

Proposed combiners/duplexers shall have no frequency-sensitive interconnection cabling and shall have no requirement for channel assignments in numerical order. Vendors shall state the manufacturer and model number of the transmitter combiner(s)/multi- couplers/duplexers at each site and provide complete specifications and documentation. Vendors shall also calculate and provide the expected effective radiated power of the proposed system.

Combiners/multi-couplers/duplexers shall be mounted in equipment racks or cabinets that match those being supplied for radio base stations or other equipment racks and/or cabinets being supplied for the System.

40 | Page RFP: Town of Cheshire Public Safety Communications System

3.11.8 Antennas and Transmission Lines –

Vendors shall provide maximum gain antennas with optimally oriented radiation patterns, as well as optimally specified down-tilt, so as to provide maximum signal penetration within the Cheshire service area.

In all installations at all sites where the transmission line length for transmitter and receiver paths exceeds or will exceed 300’ in overall length, new transmission line shall be provided that shall be Andrew Corporation 1 5/8” low density foam, low loss cable, model LDF7- 50A, or approved equal, with low PIM connectors. Otherwise the transmission line shall be Andrew Corporation 7/8” low density foam, low loss cable, model LDF5-50A, or approved equal, with low PIM connectors.

Vendors shall identify the type of antenna systems proposed to provide the specified System coverage. The Successful Vendor shall supply and install all antenna sub-system components. Antenna sub-systems include, but are not limited to the following; antennas, combiners, isolators, cavity devices, hybrid couplers, receiver multi-couplers, transmission line, all mounting hardware such as hangers and mounting brackets, surge suppressors, jumper cables, grounding straps, transmission line boots, RF connectors, waterproofing, labeling, and all ancillary items required to complete the installation at shared radio site in accordance with the manufacturer specifications, installation manuals, and good engineering practices.

Vendors shall evaluate the need for any interference control devices at each site proposed for the System and shall provide quotations for this equipment in the proposal. The Vendor shall provide all necessary filtering (including, but not limited to, isolators, bandpass and /or band-reject filters, crystal filters, shielding, antenna relocation, or other devices or procedures) to prevent transmitter intermodulation interference, transmitter noise interference, and receiver desensitization between the Town’s System or existing equipment including the devices needed for existing Town owned equipment that will be retained at the sites.

Vendors are to pay specific attention to close spacing between certain transmit and receive frequencies which will be collocated at certain sites and shall propose equipment that limits the potential for transmitter noise and receiver desensitization.

Vendors may propose the use of Receiver Tower Top Amplifiers (“TTA”), however, failures shall not disable the receive function of any RF site. A failed TTA shall allow for the receive antenna to be operational in bypass mode. If Receiver Tower Top Amplifiers are included in the design, Tower Top Amplifiers will be alarmed as part of the radio infrastructure.

41 | Page RFP: Town of Cheshire Public Safety Communications System

3.11.9 Transmit and Receive Antenna Information on the following Charts 1 & 2.

COMPLETED CHARTS (1) +((2) PER SITE MUST BE SUBMITTED WITH PROPOSAL TO BE COMPLIANT

Vendor’s proposal shall provide a complete base station antenna specification sheet for

each unique antenna configuration at each site proposed for use in the System.

Vendors shall reproduce the matrices below on a site by site basis.

42 | Page RFP: Town of Cheshire Public Safety Communications System

COMPLETED CHARTS (1)+(2) MUST BE INCLUDED PER SITE TO BE COMPLIANT:

Base Station and Receiver Site Antenna System Specifications - Chart (1) Specification Site Name (one table per site): TX Antenna #1 #2 #3 #4 Impedance 50 Ohms Gain Pattern Azimuth (if directional) ref True North Type of Connector TX Transmission line Size Type Loss per 100’ Length Type of Connectors

RX Antenna Impedance 50 Ohms Gain Pattern Azimuth (if directional) Type of Connector RX Transmission line Size Type Loss per 100’ Length Type of Connectors

43 | Page RFP: Town of Cheshire Public Safety Communications System

Base Station and Receiver Site Antenna System Specifications - Chart (2) Specification Base Station Receive Only Site Name: Receiver Multi-coupler Input Voltage Type Gain (dB) Input Connector Type (Rcvr.) Output Connector Type (Ant.) Number of Ports Insertion Loss (dB)

Transmit Combiner Input Voltage Type Insertion Loss (dB) Input Connector Type (Rcvr.) Output Connector Type (Ant.)

Filtering Type Insertion Loss (dB) Type of Connector

Lighting Surge Protection Type Protection Provided

3.11.10 Digital Encryption (for UHF Systems)

Vendors shall furnish and install all software, firmware, and management tools and devices needed to deploy and manage the AES digital encryption algorithm.

This option shall include over the air rekeying (OTAR) of mobile and portable radios.

44 | Page RFP: Town of Cheshire Public Safety Communications System

All voice channels on the network shall be capable of end-to-end encryption from a dispatch console to a mobile or portable radio and from one mobile or portable radio to another mobile or portable radio.

Encryption shall be enabled and disabled manually via a switch or menu function on the radio and/or at the console.

Encryption coding shall be encoded using the appropriate key and coding algorithm after the voice signal at either end is converted from analog to digital form and decoded using the corresponding key and algorithm before the digital signal at either end is converted back to an analog voice signal.

Encryption shall not result in any degradation of the voice signal quality compared to a clear voice signal on a radio operating in the same circumstances and location as the encrypted radio.

Operation in encrypted voice mode shall be transparent to users, except that an icon or some other indicator on the mobile or portable radio and at the console shall indicate such operation.

3.11.11 Wide Area Communications

The basic operational mode of the wide area simulcast repeated system will be analog on all six channels. Wide area transmission over multiple sites will take place through simulcast repeaters. All radio calls will be simulcasted from each RF site. The mobile and portable radios will also enable users to manually select communication modes such as the use of conventional wide area channels or talk-around mode when out of range of the simulcast system.

The system shall provide the ability to place and receive radio calls to and from any point in the network covered by the radio sites. All sites shall be linked to the wide area radio network by means of microwave, fiber optic cable, or a combination thereof. This backhaul network shall be packet switched using Internet Protocols (IP).

3.11.12 MDC Signaling

The system shall support MDC-1200 signaling such that radio ID shall be included in each transmission. The system shall display this ID on its module in the console at the dispatch center. The following features are required:

 Caller ID  Emergency Alarm Call  Radio Disable  Other MDC Features

3.11.13 System Reliability and Fault Tolerance

System reliability and fault tolerance shall be major objectives in the design of the system to achieve 99.999% reliability. Vendor shall discuss how their offering will ensure reliable operation of the system including, as a minimum, the voted simulcast system, repeaters, system controllers (if any), gateways, routers, switches, CSSI, and system management devices. The Vendor shall provide a detailed description of product operations that accomplish the reliability noted.

45 | Page RFP: Town of Cheshire Public Safety Communications System

4.0 DMR RADIO FREQUENCY (“RF”) INFRASTRUCTURE

4.1 General Network Requirements

For all eight (8) Cheshire public schools, Vendor shall furnish, install, optimize, test and commission a UHF DMR Tier 2, MotoTRBO IP Site Connect infrastructure – or approved equal. Vendor shall install a UHF DMR repeater base in each school.

Cheshire High School is FCC authorized under call sign WPTG802 for a single UHF pair of frequencies. There are a variety of other UHF channels operated in the simplex mode in several schools. Shown below in Table 4 are the schools, and the UHF channel that is currently in use. The vendor must assist in obtaining new and reconfiguring the existing frequencies to provide a single UHF repeater pair for use in each school.

Where propagation analysis supports a non-interfering environment, the same frequency pair may be used at multiple schools.

Portable radio coverage must also be provided to the Administration offices at 29 Main Street, either from a nearby school DMR repeater or from an additional DMR repeater installed at the Main Street location.

School Name Address UHF CHANNEL (RPTR), MHz Highland Elementary School 490 Highland Ave. Tx: TBD Rx: 467.2875 Chapman Elementary School 38 Country Club Rd. Tx: TBD Rx: 452.0375 Norton Elementary School 414 North Brooksvale Rd. Tx: TBD Rx: 452.9875 Cheshire High School 525 South Main St. Tx: 463.450 Rx: 468.450 Doolittle Elementary School 735 Cornwall Ave. Tx: TBD Rx: TBD Darcy Elementary School 1686 Waterbury Rd. Tx: TBD Rx: TBD Humiston School 30 Spring St. Tx: TBD Rx: TBD Dodd Middle School 100 Park Pl. Tx: TBD Rx: TBD Bus Depot 157 Sandbank Road Tx: TBD Rx: TBD Table 4 - Cheshire schools to be equipped with DMR Repeater network.

All infrastructure and subscriber equipment shall be ETSI DMR Tier 2 Standard compliant, which utilizes 2-slot TDMA system modulation in narrowband, 12.5 KHz, bandwidth carrier. All channels shall be deployed for digital operation.

Both infrastructure and subscriber equipment shall utilize AMBE+2™ Vocoders.

Through IP Connections, the DMR network shall combine the logical channels of multiple DMR systems installed at each of the schools into one logical channel covering all locations. In this mode, repeaters across dispersed locations shall exchange voice and data packets over an IPv4-based back-end network.

46 | Page RFP: Town of Cheshire Public Safety Communications System

The IP site infrastructure shall be connected utilizing existing Cheshire owned or leased fiber backhaul for interconnectivity. All Vendor furnished routers, switches, media converters, and/or server equipment shall be common-off-the-shelf (COTS) compliant. Use of proprietary networking devices shall not be accepted.

The subscriber radios dispersed in each of the schools shall be capable of automatically roaming from one site to another. The IP site connected configuration shall be configured such that a DMR repeater shall have logical channels working in IP mode over wide area; or logical channels working in digital repeater mode over local area; or combined wide area and local area depending on channel talkgroup operations.

Prior to deployment, Vendor shall provide full formal training to Cheshire System Administrators to explain in detail the channel access programming parameters for priority, wide-area, local area, and emergency modes of communications.

4.2 Facility Considerations

Vendor shall attend a mandatory site survey of all of Cheshire’s schools to fully understand the installation requirements in each school. Vendors shall submit, at a minimum, a plan view of each equipment room in which the DMR repeater will be installed (to scale), along with a detailed drawing of each rack, UPS, antenna system, IP connection points, ancillary equipment (as necessary) and room layout.

4.3 System Features

The DMR system shall support the following minimum features and functions:

 Group calls  Private Call & Call Alert  All Call  Late Call Entry  PTT ID  PTT ID ALIASING  Over-the-Air Signaling for Radio Enable / Disable  Remote Monitor  Radio Check  Remote Voice Dekey  Emergency Alarm and Call (with ruthless pre-emption or voice interrupt)  Integrated Voice & Data (slot 1 – slot 2)  Text Messaging Services (priced as optional)  Location /GPS Services (priced as optional)  Scanning services  Automatic Site Roaming with configurable site list and Home Site Beacon  Site Select (or Site Lock)  Voice “Privacy” (e.g. Encryption) capable

4.4 Digital Telephone Patch (DTP)

Vendor shall include with the DMR system a Digital Telephone Patch that supports two types of phone patch calls:

47 | Page RFP: Town of Cheshire Public Safety Communications System

 Individual Phone Patch Call – This allows a half-duplex voice communication between a radio user and a phone user. This communication can be initiated from either party.  Talkgroup Phone Patch Call – This allows a half-duplex voice communication between a phone user and a group of radio users. This type of communication can be initiated only by the phone user.

Phone patch shall be supported in subscriber equipment equipped with both display and non-display radios.

The DTP shall utilize Commercial Off-the-Shelf (COTS) Analog Phone Patch (APP) boxes and shall be compatible with any DTMF-based APP box that supports the 4-wire interface and can communicate in half- duplex mode. The Zetron 30 (Worldpatch) and PL 1877A (MRTI2000) are two examples.

4.5 DMR Repeaters

DMR Repeaters shall operate in 450-512 MHz and shall be capable of both Analog and Digital operation. DMR Repeaters shall be capable of the following:

 1-40 Watts  shall support Two Simultaneous Voice Paths in Digital Mode  100% Continuous Duty  Internal Power Supply, AC Power Cord  4-W Wireline Interface capable for interface to local desktop control, if necessary  19” Rack or Wall mountable with mounting brackets  DMR Repeater shall operate on DC with an internal battery sized to provide one hour of operation during a power failure. Alternately a UPS to support one hour of operation during a power outage can be provided.

DMR repeaters shall have remote or local Repeater Diagnostics and Control Capability supporting the Enabled/Disabled Status; Analog/Digital Status; Wide or Local Area Status; Transmit Power (High or Low) Status; Available Channels (including Currently Selected); Inbound RSSI; IPv4 Address and UDP Port (required for connectivity). Repeater Alarm Reporting shall allow Detect and Report Receiver Lock Detect Failure; AC Power Failure; RF PA/System Overheating; RF Power Out; High VSWR Detection; Fan Failure Alarm; reset and knockdown capability.

All DMR repeaters shall be equipped with an Antenna System which shall include rack mountable or built- in duplexer; lightning arrestor; ½” LDF transmission line; and unity gain antenna with mounting brackets and grounding kits.

4.6 DMR Application Server

As necessary, Vendor shall furnish and install an Application Server which shall be used for data application such as a System Manager/Administrator control, Location Services (if necessary); Text Message Server or a voice application such as a dispatch Console. The Application Server shall be connected to one or two Control Stations, and these Control Stations shall be connected over-the-air to a DMR repeater. If the configuration has more than one Control Station, then the Application Server should have the all necessary software installed.

4.7 Network Security Considerations

The repeaters in each school will require a network connection to each other in order to provide a “school wide” radio system with an interface to the dispatch console system. The connection will be provided over

48 | Page RFP: Town of Cheshire Public Safety Communications System

the Town of Cheshire IP over fiber system. The network interface of the DMR system must meet the network security requirements of the Town.

4.8 Fault Tolerance & Redundancy Considerations

Each DMR repeater must continue to operate as a standalone DMR repeater if IP connectivity to the network is lost. Should a single DMR repeater fail, the individual subscribers must have the capability of direct unit to unit communications.

4.9 DMR Dispatch Interface to Cheshire Dispatch Communications Center

Vendor shall fully integrate the new Board of Education’s DMR system into the new Cheshire dispatch console system described in SECTION 5. The system shall interface via direct IP connectivity into the DMR infrastructure. Third party interfaces for conversion shall not be acceptable.

4.10 Network IP Planning Requirements

The IP connectivity requirements must be compatible with the existing IP network operated by the Town of Cheshire.

4.11 DMR Subscriber Equipment

The vendor shall provide DMR portable radios, control stations and software upgrades as necessary. There are nominally 167 existing DMR capable, with software upgrade, UHF portable radios now in operation in the schools. Approximately 40 new DMR portables will be required to replace those radios now in use that are not upgradable to DMR. The new portable radios shall be MotoTRBO Model XPR2500 series or approved equal. The actual number of radios for the schools may be updated at time of purchase

Nine (9) table top control stations will be required, one for each school and one for the administrative offices.

4.12 Network Management & Monitoring

A system-monitoring terminal or web application that will provide total radio system monitoring and diagnostics. The System Monitoring package shall include all necessary equipment, software, cables and wiring for installation and proper operation by Cheshire System Administrators and meet or exceed the following specifications:

 User-friendly operation  Complete monitoring of the Town of Cheshire DMR radio system  Data logging with the ability to print or store activity  Identify users and activity  Complete system diagnostics

49 | Page RFP: Town of Cheshire Public Safety Communications System

5.0 DISPATCH COMMUNICATIONS SYSTEM

5.1 General

The Town of Cheshire requires dispatch consoles for both their Primary and Backup Communications Centers. Vendor shall furnish, install, and support all hardware and software licensing for a Voice over Internet Protocol (VoIP) based dispatch radio console workstations supporting four (4) operator positions. Vendor shall deploy two (2) new dispatch console workstations in the Primary Communications Center located at CPD, 500 Highland Ave; and two (2) new dispatch console workstations in the Backup Communications Center located at CFD, 250 Maple Ave. All dispatcher workstations shall be seamlessly interconnected with using standard Ethernet stacked IP backbone. All new consoles and supporting equipment shall comply with the APCO P25 Console Sub System Interface standards.

The dispatch console system shall provide all of the mandatory functions specified in the P25 Standard, and all additional dispatch functions and controls necessary for public safety dispatch operations. All proposed dispatch console systems shall be high-tier products specifically designed for use in a mission critical environment.

Vendor shall furnish and install a state-of-the-art communications console that is ‘user friendly’ and incorporates radio control in a manner that shall provide for efficient and simple operation by the dispatchers in any combination of functions available. Minimum performance standards for a dispatch system and operation are depicted herein. This equipment shall provide all of the necessary functions to control and monitor the radio system and related subsystems.

The console system shall provide for future radio system expansion needs as described below. Outlined in this section are the requirements for the dispatch consoles needed for this project. All proposed console equipment shall be expected to operate on a continuous 24-hour, non-stop basis, except for periodic preventive maintenance and/or firmware upgrade purposes.

5.2 Dispatch Center Location

5.2.1 Primary Communications Center

The Primary Communications enter operated by the Town of Cheshire is located at 500 Highland Ave. Vendor shall implement two (2) operator positions at this facility. System shall be expandable to accommodate additional operator positions, as well as remote operator positions without any hardware modifications to the routers, switches, gateways and interfaces provided to operate the initial positions. Vendor may expand the number of operator workstations, if necessary, by adding new hardware as opposed to replacing new hardware.

5.2.2 Backup Communications Center

The Backup Communications Center operated by Cheshire is at the Cheshire Fire Department located at 250 Maple Ave. Vendor shall furnish and install two (2) operator positions in the existing communications center as fully-redundant, parallel operation dispatch consoles. Although during normal operations the backup communications center console system may be connected and operated through a network connection on the town owned fiber, the backup center console system must continue to operate without any type of connection to any other site or facility. Operation in this “disconnected” mode must at a minimum control locally installed control stations on each of the four main repeated simulcasted channels in the system. In addition, the backup console system must control locally installed interoperability radios.

50 | Page RFP: Town of Cheshire Public Safety Communications System

5.2.3 Remote and/or Mobile Operator Workstation (Optional)

Vendor shall include for Cheshire’s consideration an optional dispatch console with the capability of remote operation. Remote operation will consist of a PC, laptop or desktop, loaded with the appropriate vendor supplied software and connected via IP to the radio infrastructure network to operate as a fully capable operator position. All of the functionality provided at the operator positions at the primary and backup communications centers will be functional on the remote position. The remote console workstation must be functional whether connected to the radio infrastructure network directly, over the Town’s IT network, or the internet. The remote console connectivity must be properly firewalled to protect the integrity of the Town’s IT and radio infrastructure networks.

5.3 Facility Considerations

Vendor shall attend a mandatory site survey of both of Cheshire’s dispatch centers to fully understand the current dispatch console functionality and to maintain the current level of functionality when implementing the new communications center equipment. In order to ensure an understanding of the console system requirements, a qualified technical representative of the console manufacturer shall join Cheshire Officials in tour of both the Primary and Backup Communications Centers prior to the proposal submission.

Vendors shall submit, at a minimum, a plan view of each operator position of console (to scale), a detailed drawing of each control panel with all controls identified, an itemized listing of the exact equipment being offered for each operator position.

Vendor shall include in their proposal an overview plan which includes installation of new dispatch console equipment in a temporary location in the CPD basement (location to be shown during site surveys). The temporary installation shall provide for full functionality of both the existing radio communications systems and the new proposed communications system until such time that the temporary installations can be relocated to the permanent communications center.

5.4 Console Equipment

5.4.1 Common Console Control Electronics (CCCE)

The console common electronics equipment (CCCE) shall contain all electronic circuitry required to interface the console positions with the fixed station radio equipment to be controlled. CCCE shall be IP architecture based, in complete compliance to APCO P25 standard suite of interface protocols for interfacing to the legacy system equipment or the new system equipment. The P25 standard interface protocols are as defined in APCO Project 25 Console Subsystem Interface Overview (CSSI) standard (TSP102.BAGA).

Vendor shall utilize non-proprietary, commercially available “off-the-shelf” IP routers, switches, interfaces, and protocols, in accordance to the P25 CSSI. All proposed routers and switches shall be configured for 100% redundancy. All proposed console controller or endpoint equipment shall be configured for 100% redundancy.

All IP network architecture shall employ end-to-end router encryption, maximum firewall protection, centralized network access authentication, Ethernet switch port security, and any other state-of-the-art network security best practices to insure maximum security and protection from unauthorized network hackers.

51 | Page RFP: Town of Cheshire Public Safety Communications System

Vendor shall evaluate all workstation location and proximity requirements to determine IP Console connectivity requirements to the core IP CCCE. The Vendor shall describe in their RFP response the wiring required to interconnect console positions with the console common electronics equipment.

Console connections to new infrastructure equipment shall be direct IP using standard CAT 5E, or 6E, or 6E+ COTS cable. Connections to legacy radio equipment shall be capable of 2- wire and 4-wire audio termination and D.C., tone, or E&M control of radio channels.

The console system shall function such that no single point failure will disable more than one radio channel or more than one console position.

The CCCE shall perform diagnostic and continuous self-tests. The Vendor shall describe in complete detail the operation of the self-contained diagnostic/test system.

For each operator workstation, the receive electronics logic design shall be such that the received signals shall be automatically routed to either of two (2) outputs (selected or unselected) depending upon the channel selected. A voice detector circuit shall cause a call indicator to flash at a steady rate upon reception of a received audio signal. This feature shall be provided with any equipped channel. The muting for unselected audio shall affect a partial mute.

When a channel is in a muted condition, it shall automatically unmute when selected. Upon selection of another channel, the channel shall automatically return to the previous muted state. When unmuted, the primary unselected receive audio shall not be muted when transmitting on the selected channel.

Every CCCE interface shall be expandable including conventional system expansion and operator workstation expansion. For each type of CCCE interface, the Vendor shall identify the maximum limits of expansion in their proposal. System expansion shall, in any dimension, shall not require any disruption of service to any live dispatch subscriber operations. Vendor shall describe, in conceptual level detail, the methodology to expand any dimension of the CCCE. Vendor shall specify in their proposal the limits of expansion that the CCCE equipment can support.

The CCCE shall provide status for thirty-two (32) input ports that will respond to dry contact closures (open/closed). These inputs will then be programmed for display on each of the dispatch workstation displays with applicable status messages. Likewise, the CCCE shall provide sixteen (16) dry contact outputs (open/closed) that can be programmed and controlled from each of the dispatch workstation displays.

5.4.2 Console Common Core Electronics (CCCE) Performance Requirements

General Requirements

 Input Voltage:120 VAC, 10%, 60 Hz  Cross Talk:0 dB below rated output  Auxiliary Input Sensitivity:0 dBm, minimum  Ambient Temperature:32 Degrees Fahrenheit to 104 Degrees Fahrenheit  All operator control panel surfaces shall exhibit an electrostatic discharge immunity of 15,000 volts, minimum.

52 | Page RFP: Town of Cheshire Public Safety Communications System

Transmit Requirements

 Compression: With an audio input increase of 30 dB beyond the start of compression, output level increases less than 3 dB  Frequency Response: Within +1 and -3 dB, 300 to 3000 Hz (1 KHz reference)  Signal to Noise: -50 dB, minimum  Audio Output: +11 dBm, maximum into 600 Ohm load, adjustable  Audio Distortion:3% or less at rated output  Output Impedance: Selectable 600 ohms or bridging

Receive Requirements

 Compression: With an audio input increase of 30 dB beyond the start of compression, output level increases less than 3 dB  Threshold of Compression: -25 dBm at 1 KHz, adjustable  Frequency Response: +1 and -3 dB, 300 to 3000 Hz  Signal to Noise: -50 dB, minimum  Audio Output: 1 Watt, minimum (Each speaker)  Audio Distortion:5% or less at rated output  Input Impedance: Selectable 600 ohms or bridging

5.4.3 Operator Workstation Requirements – Physical Features

Each dispatch workstation console shall contain the following features and equipment:

 Windows 10 (or latest Version) PC with Intel Core 7 (or latest version) microcomputer.  Interface “box” necessary for interfacing microphone; speakers; three (3) extra dedicated monitor speaker ports; headset jacks; instant recall recorders; long term recorders; and other media devices. - No PC soundcards used for the purposes of processing transmit or receive audio shall be permitted - The interface box shall also be the connection point for loading encryption keys, as necessary, into the operator workstation for channel encryption needs.  High quality and reliability for public safety standards  Meet or exceed all applicable FCC, TIA, IEEE and APCO 25 standards  State of the art design IP architecture  Surge resistant and power supplies, with spares  Continuous and automatic diagnostics  Digital audio processing  Modular construction  Fully equipped individual channel and talk group controls  Although headsets are not being purchased by this RFP, dual headset jacks shall be provided with full functionality and a training mode function. The headset jacks shall be in a housing that will permit mounting under the operator work surface. - Headset jacks shall have included typical tip & ring pins; and shall have hanger and hook switch inputs for connection to an external telephone answering point. If required by Cheshire, Vendor shall wire headset jack

53 | Page RFP: Town of Cheshire Public Safety Communications System

with telephone/console arbitration capability to allow dispatch operator to automatically answer phone calls and/or perform dispatch functions using the same headset. - The headset system shall support a NENA compatible E911 headset sharing interface on a per console position basis consisting of a dedicated four-wire, 600 Ohm audio connection and a signaling input to the console a telephone off-hook condition. When an operator answers an emergency call on the console system, the system will automatically connect the incoming and outgoing audio to the phone system. The console position shall automatically enable the E911 audio to the operator headset.  The console system must support the use of foot switches to perform PTT functions.  12/24 Hour clock and month, day year status  Interface to logging recorders (IP)  22” FLAT PANEL HIGH DEFINITION (“HD”) Touch Screen Monitor dispatch positions with mouse.  The operator workstation shall not require a keyboard for operating the controls. All graphical user interface commands shall be accessible either through the touchscreen display or external mouse connected through a serial USB connector (no touchpad mouse controls shall be provided).  All Select and Unselect speakers shall be external, self-contained individual unit speakers and shall be stackable should it be desired to do so. The speakers shall be connected to the Interface Box using a single CAT 5/6 type cable. If proposed speakers have active amplification, the amplifiers shall be powered by the Interface Box using the same CAT 5/6 type cable for delivering power from the Box.

5.4.4 Operator Workstation Requirements – Functional Features

Voice Services and Supplementary Services shall include the following:

 Remote dispatch position capabilities  Auxiliary input/output interface for auxiliary functions as well as audio recording of voice traffic on base stations.  Compatibility with existing and with NENA compatible E911 phones. Vendor is responsible for determining interface requirements for existing telephone switches and instruments.

Each console operator and supervisory position shall include at a minimum the following:

 User Login Accounts – Each operator position and supervisory position shall require a valid user login and security password to access the console system and its capabilities. The system shall provide multiple levels of access security for different levels of system usage.

 Select Speaker – Shall provide audio from the selected channels with an independent volume control. A volume level display shall be provided for each channel as well as a select speaker audio level adjustment that ranges from minimum to full volume. The level of the minimum setting must be configurable by the console manager in 3 dB increments.

 Unselect Speaker – Shall provide audio from unselected channels with an

54 | Page RFP: Town of Cheshire Public Safety Communications System

independent volume control for the unselect speaker. Up to three (3) unselect speakers shall be available per operator position.

 Speaker Volume Controls – Volume controls shall be provided for control of each speaker.

 Transmit Function – A color-coded transmit function to control the push-to-talk (PTT) function for the selected transmitter(s). The PTT function shall be capable of being enabled by a PTT button on the headset, a PTT indication on the LCD display, and by the dual foot switch at the position.

 Transmit PTT – A transmit function shall be provided on the screen or user interface. This function will allow the operator to transmit on all selected channels.

 Instant Transmit Function – Each operator position (including Supervisors) shall provide an instant transmit function which will allow the dispatcher to quickly transmit on a channel by depressing the instant transmit ‘button’.

 Console Clock – Shall display time in a twelve or twenty four-hour format (user selectable) and day of the year (HH:MM:SS day) at each operator position. The console clock shall derive its reference time signal from a Master Time Source to be provided as part of the console system.

 VU Meter or Display – Shall present a visual indication of receive and transmit audio levels.

 Keypad – Screen representation of a keypad for numeric data entry.

 Keyed Channel Interlock – A means shall be provided to lock out control of a channel from other console positions if that channel is already keyed from another console position. The supervisor position can override this feature.

 Channel Name – Designated channel control modules shall include a minimum of a twelve-character alphanumeric display symbols to identify the channel.

 Channel Monitor Function – A monitor function shall be provided to permit the operator to disable the continuous tone-controlled squelch system (CTCSS) of any selected conventional base station receiver (if so equipped) in order to permit monitoring of the communications channel prior to making a transmission.

 Channel Select – Each channel shall be capable of independent selection by the dispatcher. The channel window shall provide a visual window indication when the corresponding channel is selected and when it is transmitting.

 Simultaneous Select – Controls shall be provided that allow the operator to manually select any combination of console controlled base stations for simultaneous transmissions. This mode of operation shall allow the selection of multiple conventional channels.

 Multi-Auto Select – Pre-programmed groups of conventional radio channels

55 | Page RFP: Town of Cheshire Public Safety Communications System

shall automatically be selected by the selection of single command button or keystroke. These groups of channels shall be operator programmable.

 Patch -- The console shall support patches, which involves temporarily combining two or more channels into a common audio bridge. A patch merges the entities into a super group, such that each member hears every other member. Each console shall be able to support up to five patches with up to 15 entities (groups and/or channels) each. All entities patched together shall be able to communicate with one another. The console shall support pre-configured patches.

 Intercom – An intercom function shall be provided to permit the operator to selectively talk to another console position. In the intercom mode, the screen shall list the user-defined names of all consoles and prompt the operator to select the desired console position. The intercom function shall disconnect the keying signal from the transmit circuit in use so that the operator can use the console microphone circuit to communicate solely with any console or parallel remote-control unit similarly equipped. Multiple simultaneous intercom conversations between individual consoles shall be possible.

 Individual Volume Adjust – Shall be provided for each talk-group or channel on the console. Associated color-coded status indicators shall continuously show whether the channel is in the full or adjustable volume mode. The volume control shall be automatically bypassed when a channel is placed in select status.

 All Mute – All console positions shall provide a one button “All Mute” function that will alternately temporarily mute or unmute all incoming radio traffic audio to that position. An adjustable time-out-timer shall automatically cancel the all mute function after a pre-determined time has elapsed.

 Unselect Audio Mute – A timed unselect muting function shall be provided that reduces the audio level of all unselected channels to a predetermined level for a programmed period of time.   All Receiver Mute Function – A function that will immediately mute the received audio from all unselected channels shall be provided. This condition shall be indicated visually and be automatically canceled by a user adjustable time-out timer (30 seconds).

 Emergency/Reset – All consoles shall be capable of declaring and receiving emergency alerts from user radios and other operator positions operating on the radio system regardless of the status of the channel control window. Emergency messages shall be indicated by a flashing red ID, an emergency ID character and an audible alert. Dispatcher acknowledgment of the message shall silence the audible alert and stop the flashing display.

 The console system shall be capable of queuing multiple emergency messages in the display stack and the emergency ID character shall continue to flash until all messages have been viewed by the dispatcher. The most recent emergency declaration shall be displayed and the dispatcher shall be able to scroll through the queue to view queued emergencies.

56 | Page RFP: Town of Cheshire Public Safety Communications System

 Alert Tones – a graphical user interface mean shall be provided to enable the control for generation of owner-programmable alert tones. Each shall be owner- programmable for frequency, duration, and level. When touched/clicked, the tone will be applied to all selected destinations and will be indicated on the VU bar graph. Each alert tone shall be immediately broadcast on the selected channel when activated. Tones shall be presented in the headset as side tone audio only, at a reduced volume level to confirm that the tone was generated and sent.

 Paging Encoders – Each console operator position and Supervisory positions shall include a multi-format paging / signaling encoder that is accessible through the data entry keypad and a one button per station encoder panel. The encoder shall be capable of encoding industry standard CTCSS, two-tone sequential and DTMF and MDC signaling formats.

 Preprogrammed Single Button Function Paging – Each console shall be capable of supporting 250 pre-programmed single-button paging functions.

 Indication – A color-coded status call indicator shall be provided for each channel in a channel control window on the LCD display.

 Supervisory Control – The Supervisors’ consoles shall provide takeover control to prevent other dispatch consoles from keying repeaters or base stations for each channel supported by parallel consoles. Supervisory consoles shall be capable of overriding transmissions from other consoles and field units.

 Repeat Disable – The Supervisors’ positions shall be equipped with the ability to disable received audio from being repeated, as needed.

 LCD Display – State-of-the-art color 22” touch screen High Definition (“HD”) LCD displays shall be used. The operator shall have the ability and necessary interface/keyboard to change the screen displays. Vendor shall identify the particular display proposed for Cheshire by make and model in the console description to be provided in the proposal response.

 Headset and Jack – Vendor shall implement a 6-wire headset interface configuration.

- A headset jack shall be installed in a location convenient to the operator and shall be used to interface a telephone type headset with the communications console. When a headset is inserted into the jack, the operator shall have the capability of routing selected audio to the headset and/or selected speaker. Audio from the unselected channels shall remain routed to the unselected speaker output. The selected speaker audio shall operate normally with the headset removed from its associated jack or when telephone audio is routed to the headset. Individual headset volume controls for radio and telephone audio shall be provided and shall not affect the volume control setting of the selected speaker. PTT function shall be incorporated into the headset jack.

- An additional supervisory headset jack shall be provided so that a second

57 | Page RFP: Town of Cheshire Public Safety Communications System

headset can be plugged in for monitoring and training purposes. A volume control shall be provided for the additional headset jack. This jack shall not degrade normal console performance. A switch shall be provided on the additional headset jack to provide selectable muting of the microphone audio to prevent extraneous audio pickup from being transmitted over the system. This jack shall have the capability to override the PTT of the normal headset jack.

 Footswitch – Each of the console operator positions shall be equipped with a dual footswitch. The unit shall have a dual pedal footswitch for PTT of the selected channel(s). The footswitch shall be heavy duty, designed for public safety use, and shall be designed so as not to skid on a smooth flooring surface.

 Call History Window – Each console position shall provide a call history window that allows the operator to review the last 20 calls received at that position

 ID Display Queuing – Queuing of at least ten plain English ID's (ID scroll list) on the channel window for standard calls and emergency calls.

 Auxiliary Functions – A minimum of sixteen (16) auxiliary control functions shall be provided for control applications at each dispatch center location. Each control function shall have an indicator associated with it and shall provide control of a relay in a common electronic equipment cabinet which can be field programmed for momentary or latching operation. The system shall be capable of providing “Form C” contact closures to perform external control functions. Each “Form C” contact shall be titled in the system database and programmed for latched or momentary function. Each auxiliary control pad shall visually indicate a change in state when activated. The relay contacts shall terminate to an input/output interconnect punch block to be provided by the Vendor. The control function indicators shall be capable of status updates if the auxiliary function status is changed from other console operating positions. If the operator is required to switch to a different screen display to access the auxiliary functions, the operator shall still be able to hear select and unselect audio, transmit over the selected channel, and receive inbound emergency indications. The operator shall be able to quickly toggle among the auxiliary control screens and the radio dispatch screen.

 Radio-Telephone Interface – The console equipment shall accommodate a radio/telephone interface with the console operator's headset. Operation shall be such that when the headset is not plugged into its associated jack, selected received audio is routed to the "selected" speaker and console microphone audio is routed to the selected radio functions. When the headset is plugged into the headset jack and no telephone line is selected, the selected speaker is muted, selected audio is routed to the headset, and transmit audio originates from the headset microphone and is routed to the selected radio functions. When the headset is plugged into the headset jack and a telephone line is selected, selected audio appears at the selected speaker, telephone audio appears in the headset, and headset microphone audio is routed to the telephone. With the latter configuration, should the console position be placed in a transmit condition, headset microphone audio would transfer from the telephone to the selected radio channel and would revert to the telephone upon release of the transmit key. During the time the console is in the transmit mode, the telephone receive

58 | Page RFP: Town of Cheshire Public Safety Communications System

only is in the headset and telephone transmit audio is muted.

 On-Screen Help – Extensive help instructions shall be available on the screen. These help instructions shall explain all major console operations and functions in an easily understandable way. The operator shall be able to access any help instructions through no more than two command button or keystroke selections and shall be able to exit the help mode with only one command button or keystroke selection. All radio operations shall continue as normal and critical channels shall be able to be monitored while a help screen is being viewed.

 Operator Headsets – Lightweight headsets consisting of earphone and noise canceling lip microphone and additional ear kits shall be supplied. Two (2) headsets shall be provided for each console operator position. The Vendor shall include the unit cost for additional headsets, complete to the quick disconnect plug. The Vendor shall assist the users in selecting the ear pieces, headbands, cords, etc., best suited for use by the dispatch personnel.

 Wireless Operator Headsets – The vendor shall identify several models of wireless headsets that are compatible with the proposed dispatch console work stations. The cost for each model must be specified.

 Emergency Call Alert and Display – When a field unit initiates an emergency alert, the console shall provide an audible alert and display the unit ID (alias) of the calling unit in plain English.

 Full Duplex – The console shall operate in the full duplex mode so that a dispatcher can simultaneously transmit and receive on duplex RF channels without having to release the transmit function.

 Console Priority – The console shall have wireline priority (non-RF) over a field unit and shall have the capability to preempt the field unit's repeat transmit audio from the system.

 ID Alias Display – The console system shall be capable of displaying the discrete unit ID, emergency ID, and the alias name of field units and other dispatch positions on each of the console operator positions.

 Link Failure – The console system shall notify the operator and associated supervisory position(s) of a link failure between the operator position and the console system.

5.5 Encryption

The console system shall be capable of supporting industry standard encryption algorithms, including AES, when required by the deployed radio infrastructure. P25 Key Fill Devices (KFD) shall be supported to allow loading of encryption key sets from the KFD. Selection of the appropriate key for each endpoint shall be permitted from each console position. Individual radio channels shall be configurable to always have encryption enabled. There shall be an option to allow radio channels using encryption to automatically change the encryption key being used for the next outbound transmission to match the inbound encrypted audio’s key.

59 | Page RFP: Town of Cheshire Public Safety Communications System

5.6 Console System Reliability

Due to the critical nature of the communications services provided, a high degree of reliability of the Dispatch Console System is required. The consoles shall:

 Provide continuous and automatic self-testing and diagnosis  Be automatically fault correcting  Alert the operator in the event of component or sub-system failure  Allow continued operation in the event of failure of a console sub-system, through isolation of the defective sub-system

A high degree of modularity is required to reduce the number of sub-systems affected by a single component failure. Repair of sub-systems without totally disabling the console system shall be required, as continued console operation is necessary during repair.

Vendor shall recommend spare modules and parts needed to promptly restore the console to full service following sub-system failure.

Recommended spare modules and parts shall be listed as individual items inclusive of model or part number, description and cost. These costs shall be part of the system pricing sheets.

The central electronic assembly shall be interfaced with the system/management terminal to supply statistics and diagnostics to identify console sub-system failures and make service related inquiries.

5.7 Console System Diagnostics

The system shall be equipped with several self-diagnostic subsystems which shall continuously monitor and verify the correct operation of each major subsystem component, each audio path in the console electronics (between the electronics and each dispatch workstation position) as well as the System Controller(s), if any.

Diagnostic capability shall be distributed among independent and redundant subsystems and shall not rely on one central diagnostic circuit.

The console electronics shall periodically run audio diagnostics through each transmit and receive audio path in the system. The audio paths shall include the automatic audio level setting circuitry and the line coupling transformers. Should a fault be detected, the Supervisory console shall be notified through an audible ‘beep tone’ alarm at both the Primary and Backup Communications Centers. Fault minimizing routines shall be automatically activated and diagnostic information shall be logged on an associated system printer. Diagnostic messages shall be presented in an easy to read text format, which shall enable non- technical dispatch personnel to intelligently evaluate the situation and minimize disruption to normal operations. Diagnostic systems that require the dispatcher to cross-reference an error code to a fault message are not acceptable.

5.8 Console Power Supply

It is a critical requirement that electrical power loss or surges shall not affect system operations. Power loss or surges shall not alter the system software or operating parameters at the radio dispatch positions. External power to the consoles shall be supplied at a nominal 120 VAC, 60 Hz, and single phase. This AC power for all remote dispatch equipment in the dispatch centers will be backed up with a separate UPS. The emergency generator system will be supplied by the Town. Vendor shall specify the amount of backup power, in KVA units that the console systems will require for generator backup. Vendor shall also provide a detailed HVAC load calculation with their proposal for both locations.

60 | Page RFP: Town of Cheshire Public Safety Communications System

5.9 Master Time Source

The Vendor shall equip the communication center with a Master Oscillator, GPS, (or approved equal) Time source that provides a reference timing source for all equipment in the communications center, including but not limited to Console Electronics, CAD, Paging and Logging Recorders. New equipment proposed by Vendor shall utilize this same time source so as to maintain timing uniformity throughout the center. The time generator shall be used to synchronize all clocks in the Primary and Backup Communications Centers. This unit shall be interfaced to and control the time of the radio consoles, console electronics, alarm terminals, logging recorders, instant call recorders, and wall clock.

The Master time source shall reference the Global Positioning System to synchronize all clocks in the communications center.

5.10 Existing Telephone Systems

There are no changes proposed to the existing telephone system at the Primary communications center. Vendor shall have the opportunity to inspect the system during scheduled site visits. Vendor shall study the existing telephone system and shall provide the necessary interface to the proposed dispatch console to allow for shared headset operation between the proposed radio system and the existing telephones.

5.11 Legacy System Interfaces

Each transmit and receive interface device shall incorporate all necessary circuitry required to operate remotely controlled simulcast base station repeaters. As a minimum, each interface shall consist of necessary electronics to control line driver amplifiers, two wire and four wire receive amplifiers, digital automatic level adjustment circuitry and fault diagnostic circuitry. The interface device shall be capable of remotely controlling base stations using industry standard tone remote control, E&M and DC remote control. The Vendor will provide all equipment necessary to ensure proper, efficient keying of the simulcast radio system as well as existing conventional systems that shall be integrated into the console electronics.

5.12 Logging Recorder Interfaces

The Town of Cheshire currently owns a VPI logging recorder. Vendor shall inspect the existing logging recorder subsystem and shall propose any required upgrades to provide full recording capability of all radio channels, telephone, and other existing circuits or devices that are presently recorded. Vendor shall assure that all dispatcher traffic, subscriber radio traffic, and telephone calling processed through the consoles are recorded.

All recorder audio shall consist of transmit and receive audio for a specific radio channel regardless of selected channel status of operator console. Dispatch Workstation audio shall consist of the Operator’s transmit audio and selected receive audio.

The record audio outputs shall be free of any radio system related control and function- tone signals. Tones that are normally heard by subscribers that are part of the dispatch process such as paging, alerting and MDC tones must be captured by the recording system.

61 | Page RFP: Town of Cheshire Public Safety Communications System

5.13 Console UPS & Line Protection

To provide continuity of operation in the event of an AC power failure, the console electronics and all dispatch consoles shall each be equipped with an Uninterruptible Power Supply (UPS) that shall sustain full console system operation for a period of not less than 1 hour. This UPS system will be necessary in all locations and facilities that house console electronics, operator consoles or peripheral equipment and interfaces. Vendor shall determine the size of the UPS required to operate, for no less than 1 hour to provide continued operation for the time specified during power outages and generator switching.

Vendor shall provide worst case voltage and current requirements for each of the loads and provide heat load calculations in BTU's.

Loads shall include all provided radio dispatch positions, the central electronics master time clock, etc. The Vendor will be given the opportunity to inspect any existing UPS systems in order to become familiar with the unit and their capabilities.

5.13.1 AC Surge Protection

AC line transient and surge protection shall be provided for the console electronics, prime site equipment and each console in the system. The nominal discharge current rating for each line surge protector shall be 10,000 amperes or more.

5.13.2 Telephone Line Protection

Transient and surge protection shall be provided for each wired telephone circuit in the system. The surge protectors shall be sealed, three elements, gas filled spark gaps, having a nominal discharge current rating of 5,000 amperes or more.

5.14 Fire Paging System Interface

The Vendor shall supply and install any firmware, software, programming, interfaces, and other devices necessary to perform all existing paging and signaling capabilities on the CFD channel for the Town from the new console system. Stacking and steering of pages as well as one-touch paging stacks shall be supported.

When stacks of pages are sent, the system shall have a configuration to allow alert tones to be played either at the end of the stack, or after every page in the stack.

All Fire paging functions shall be operated on the LCD display console. The CFD will continue to use their analog VHF two-tone voice pagers. Voice messages transmitted as part of the paging function shall also be in analog modulation.

The display shall prompt the operator to enter the correct paging format, paging code, channel, and if required, channel frequency, and shall display all this information when entered. The signaling codes shall be transmitted when a "send/transmit page" command button on the screen is chosen.

A visible and audible indication shall be given on the screen when the signaling sequence is complete and a voice message may begin. A reselection of the "send/transmit page" command button shall automatically resend the previously entered signaling format/paging code. Tone encoding audio must be heard by the dispatchers.

Vendor shall include a pre-programmed paging function on the screen. When this function is selected, the operator shall be able to send a page with a maximum of two command button selections. Each operator

62 | Page RFP: Town of Cheshire Public Safety Communications System

position shall be capable of storing and displaying 250 pre-programmed pages. Up to 40 of these pages shall appear on the screen at any one time, with the remainder accessible by scrolling through the list. Each pre-programmed page shall be displayed with a user-defined name to indicate who or what is being signaled.

All pre-programmed paging information entered shall be retained by the console electronics in the case of a power failure.

The paging encoder shall be capable of being programmed to send the following paging tone formats:

 2-Tone  DTMF  1500 Hz  Quick-Call II (Presently used for Fire/EMS Paging)  5/6 Tone  2805 Hz

5.15 Legacy and Mutual Aid System Interfaces

Conventional radios shall be interfaced by a Radio Controller which shall communicate to the conventional channel gateway via standard LAN/WAN equipment and be equipped for dual port operation. Each port’s interface shall be capable of controlling a “direct connected” local radio or a tone remote controlled radio (locally or over a telephony circuit, 2W or 4W).

Vendor shall conduct a complete inventory of all existing legacy system interfaces presently controlled by the existing dispatch console system. Vendor shall provide all necessary interface and/or port connections for all transmit and receive interface to operate remotely controlled base stations, control stations, and simulcast repeaters. As a minimum, each interface shall consist of necessary electronics to control line driver amplifiers; two-wire and four-wire receive amplifiers, digital automatic level adjustment circuitry and fault diagnostic circuitry. The interface device shall be capable of remotely controlling base stations using industry standard tone remote control, E/M and DC remote control. The Vendor will provide all equipment necessary to ensure proper, efficient keying of the simulcast radio systems as well as existing and new conventional systems that shall be integrated into the console electronics.

5.16 DMR System Interface

Vendor shall fully integrate the Board of Education’s new DMR MOTOTRBO system specified in Section 4, which is Motorola’s IP Site Connect™ or approved equal DMR system into the console system. The system shall preferably interface via direct IP connectivity into the MOTOTRBO infrastructure. Third party interfaces for conversion shall not be acceptable. Alternatively, Vendor shall include multi-channel standard tone-remote signaling interface between the DMR MOTOTRBO system and the console system.

5.17 Digital & P25 System Interfaces

The system shall be capable of integrating radio functionality necessary to interface digital radio systems having features that must support group and individual calls, emergency display and clear, call alerting, call progress tones, and radio ID display and encryption.

The console system shall support integration to P25 radio interfaces utilizing the APCO approved DFSI (TIA-102.BAHA) and CSSI (TIA-102.BACA) standards.

63 | Page RFP: Town of Cheshire Public Safety Communications System

5.18 Console System Management

Vendor shall include a Console System Manager (“CSM”) software application that provides for remote configuration and diagnostics for consoles, gateways, and interfaces. The CSM software shall support user authentication to prevent unauthorized access. The CSM software shall support live “push” configuration changes from a centralized database to any or all console positions without requiring users to log off. Systems that require individual, local console position configuration shall not be acceptable.

The CSM software must permit user interface changes to be created and tested. The testing shall include the screen layouts/navigation, graphical elements, browser addressing, and contact groupings to eliminate the risk of errors before distributing the changes. Once the reviewed designs are approved, the new configuration can be “pushed” or distributed to the live consoles. Every screen element shall be configurable by the CSM software.

5.19 Console Furniture

Vendor shall supply dispatcher workstation furniture for the two (2) operator positions to be implemented at the Primary Communications Center. Vendor shall utilize existing furniture for the Backup Communications Center to install new dispatch console workstations.

Vendors shall survey and inspect existing room and layout configurations in both facilities and determine what is needed to accommodate proposed dispatch consoles to be installed in the new furniture and the existing furniture, without causing disruption to existing operations.

For the Primary Communications Center, Vendor shall provide furnishings that conform to the layout shown below in Appendix D.

5.19.1 Console Furniture – General Requirements

 Construction of console walls must be of solid core materials utilizing a post and panel design. Hollow core panel systems using cantilevered surfaces will not be acceptable.  A structural framework utilizing a unified frame construction design is required featuring full undersurface cavities that lock each element of the console subsurface into a contiguous whole, stabilizing all movement.  Console furniture must be modular in design for ease of reconfiguration and upgrading.  Sit-to-stand legs must be bolted to the console undercarriage with a footprint designed to allow maximum stability based on the overall size of the LCD/CRT monitor surface.  There must be no obstructions for side-to-side movement by the call- taker/dispatcher within the footprint of the console.

5.19.2 Keyboard Surfaces

 Must lower to at least 22” to accommodate the 5th percentile seated female.  Must rise to at least 57” to accommodate the 95th percentile standing male.  Must provide an infinite travel range from 5” above to 5” below the monitor surface.  Must be available in a wrap design large enough to allow multiple input devices such as keyboards, mice, and writing surface.  Must be available in a tilt design that allows a 15 degree +/- adjustment.

64 | Page RFP: Town of Cheshire Public Safety Communications System

(BSR/HFES 100 Human Factors Engineering of Computer Workstations - 2002 HFES p. 78)  Separate electronic adjustment of keyboard surface must be available through an integrated single point interface with precise digital replication.  Must have a static load capacity of 250 lbs. and an equipment load capacity of 200 lbs.  Must have a zero-gravity safety feature to prevent damage or injury. Safety bars mounted underneath surface are not acceptable.  Must be secured to the monitor surface by metal-to-metal connection utilizing steel plates and 1” bolts, no wood screws will be acceptable. Separate, free- standing, independent, floor supported adjustable keyboard platforms will not be accepted.  Adjustment speed should not exceed 1.5” per second  Must be designed to provide un-obstructed knee clearance in the seated operating position in accordance with ANSI standards.

5.19.3 Monitor Surfaces

 Must lower to at least 27” to allow for appropriate viewing angles of monitor so that the gaze angle to the center of the screen ranges between -15° and -20° from horizontal eye level for the 5th percentile seated female.  Must rise to at least 52” to allow for appropriate viewing angles of monitor so that the gaze angle to the center of the screen ranges between -15° and -20° from horizontal eye level for the 95th percentile standing male.  Full-lift applications must have a static load capacity of 3,000 lbs. and an equipment load capacity of 500 lbs.  Center-lift and Linear applications must have a static load capacity of 1,500 lbs. and an equipment load capacity of 325lbs.  Must be able to accommodate up to as many as (5) 21” LCD flat panel monitors on a single tier, and up to as many as (10) 21” LCD flat panel monitors in a stacked configuration.  Focal depth platforms with a 13” horizontal adjustment supporting up to as many as (10) 21” LCD monitors must be available.  Separate electronic adjustment of monitor surface must be available through the use of an integrated single point interface with precise digital replication.  Must be a 24V DC motors. Components shall be UL listed and CSA certified.

5.19.4 Adjustments

 Individual adjustments for both monitor and keyboard surfaces must be available through an integrated single point interface with precise digital replication.  Adjustment speed to be not less than 1.25” per second and not greater than 1.5” per second.  1.25” minimum safety clearance is required between all moving surfaces.  Software for console control will not be acceptable.  Intelligent leg system shall support anti-collision safety feature to prevent damage or injury. Safety bars mounted underneath surface are not acceptable.  Keyboard surface must have lowering switch available to be reached from a seated position for ADA compliance.  Design must accept uneven load distribution.

65 | Page RFP: Town of Cheshire Public Safety Communications System

All moveable components of the console must be designed and tested to at least 40,000 cycle full range adjustments

5.19.5 Materials

Acoustical Console Walls  Acoustical walls shall be solid core of a minimum 45 lb. density, 1" thick wood core material. Hollow core console walls will not be accepted.  Core shall be covered with a 3/8", high density, sound absorbing subsurface, then wrapped with fabric.  Top edges of these partitions shall either be curved or straight but shall be treated in a long wear, replaceable, washable 3mm thick high impact vinyl edging.  All fasteners shall be completely concealed.

Mounting Posts  All mounting posts shall be round or octagonal, in 2-1/4” and 3” diameter.  Posts shall be constructed of aluminum grade extrusions with a 6051 hardness.  Finish shall be powder coated to match edge treatments. Enamel paint is not sufficiently durable.  Leveling glides shall be an integral part of the system to accommodate uneven floors.

Undercarriage  All supports, doors, cavity caps, fixed shelves, and pullout shelves shall be rated for 25 lbs. per square foot and shall be constructed of an industrial grade ¾” thick wood core material with a thermally fused laminate surface on both sides to prevent deflection.  All outside end panels shall be a minimum 45-pound density 1-1/8” thick wood core material, pressure bonded with a high-pressure laminate surface on both sides.  Zero-clearance rear access doors must be locking and be made of light weight metal material utilizing a spring tension for easy lifting and lowering of door. Doors must be perforated for passive airflow and finished in a powder coat to match the console mounting posts. Snap on access panels will not be acceptable.  Front access cavity doors shall be hinged and locking for safety and security purposes.

Surfaces  All monitor and keyboard surfaces shall be a minimum 45-pound density 1-1/8" thick wood core material, pressure bonded with a high-pressure horizontal grade laminate top and sealing horizontal grade backing sheet of laminate on the underside to prevent deflection.  Any surface with a span of 48" or more must have additional support members under the surface for increased structural integrity.  Monitor work surfaces and extensions shall include cable drop areas for access into the fixed full-width equipment cavities.  All edges shall be treated in a high impact vinyl edging material.

66 | Page RFP: Town of Cheshire Public Safety Communications System

Edge Material  Vinyl edging material shall be a minimum 2mm thick thermoplastic vinyl extrusion with self-healing properties against abrasion for all undercarriage, pedestals, and monitor surfaces, and a minimum 13mm thick for all keyboard platforms.

Laminates  High pressure must meet ANSI/ASME A 17.1; 1986 requirements for Class "B" laminate, providing a non-glare matte finish.  All monitor and keyboard surfaces shall be a minimum of .0625” thickness horizontal grade laminate on the top surface, and on the backing sheet, all to prevent deflection.  Thermally Fused Laminate must meet NEMA LI-1-1998. Low Pressure Laminate is not acceptable.

Fabric  Abrasion resistance at a minimum shall meet ASTM D-3597 MVPTS-198 standards.

The flammability requirements shall adhere to ASTM E-84 (Tunnel Test) or Class A.

5.19.6 Technology Requirements

 Fixed full-width equipment cavity storage underneath monitor surface shall be provided for CPU equipment and cable routing, keeping the knee space below the consoles unobstructed to allow dispatchers a full range of movement to reach necessary equipment. A non-integrated technology tower placed outside the perimeter of the console will not be accepted.  Side cavities shall be a minimum 22.50” deep and 20” high and 19.5” wide to accommodate front to back CPU configuration.  Center cavities shall be a minimum of 12” deep and 20” high and 27.25” wide to accommodate side-to-side CPU configuration.  Cavities must be vented to allow for passive airflow.  Cavity fans should be offered as an option.  Access to the cavities shall be from the front and rear depending on configuration.  Maximum weight capacity for any standard cavity shelf shall be at least 25psf load.  Optional pullout shelves can be specified on side cavities that will be user defined to pull out from either the front or rear of the console. Hardware included with pull out shelves will be full-extension ball bearing construction with caster support to provide a rating for 250 lb. load.  Every equipment cavity must include a minimum of eight 3-prong outlets with room for 3 transformer plugs on a U.L. listed and CSA rated 15 amps, 120-volt power center. These power centers shall include a circuit breaker with 1900 joules AC surge suppression to shield equipment from the strongest surges and line noise and an 8’ cord.  Total power draw for an individual console shall not exceed 15 amps.  Cavity illumination should be offered as an option.  For Full-lift and Center-lift designs a minimum of 3 power centers will be required. For Linear positions, a minimum of 2 power centers will be required.

67 | Page RFP: Town of Cheshire Public Safety Communications System

 Full-Lift and Center-lift designs shall include options for surface mounted user- accessible power, voice, and data connections.

Cable Management  Each console shall include two (2) cable access drops with energy chains for vertical interconnectivity from monitor surface to equipment cavities.  Keyboard energy chains chain providing tidy cable management for keyboards, mice, etc., from keyboard surface to monitor surface should be available as an option.  Cable drops on extensions and bridges shall be included to each fixed cavity section.  Full Lift designs shall include cable trays with knockouts mounted under the rear perimeter of the monitor surface.  A horizontal raceway within each equipment cavity is required to provide full console perimeter cable routing.  Cables routed within the furniture panel system are not acceptable.

Environmental Controls At a minimum, the following environmental controls must be made available:  The Console Furniture shall have available adjustable task lighting, indirect lighting, adjustable radiant heat, filtered airflow, and monitor and keyboard surface height adjustments from an integrated single point of control. Separate, individual control devices/pads; one for environmental controls, one for monitor work surface adjustments, and one for keyboard work surface adjustments are not acceptable.

 All adjustments for the sit-to-stand monitor and keyboard platform shall be attained from an integrated digital single point interface, or from the front of the monitor or keyboard platform using an ADA switch, and shall be able to be adjusted from either the seated or standing position with the use of one hand to meet ADA requirements. Software for console control will not be acceptable.

Vendors shall be responsible to ensure that the new console electronics shall be properly grounded and bonded with Motorola R56 bonding requirements or equivalent. All grounding and bonding work shall be the responsibility of the awarded Vendor.

Vendor shall furnish, install, and optimize a high capacity, high speed digital microwave network, on newly licensed 6 GHz band, primarily to serve as the backhaul of the new radio communications system specified herein. The backhaul system shall be comprised of an interoperable, secure, reliable, cost effective IP-MPLS based microwave network used at the outset to interconnect four (4) of the Town’s RF sites.

To increase reliability for the only terminal site in the microwave network, Vendor shall propose a Monitored Hot-Stand-By (MHSB) microwave network configuration for every site. Preliminary path analyses have shown that the following sites can be used to configure the star backhaul in accordance to the network diagram shown below:

68 | Page RFP: Town of Cheshire Public Safety Communications System

6.0 Interoperability

The Town of Cheshire Police Department has established interoperability with surrounding police departments. The CPD dispatch consoles have controls stations and base stations connected for the purposes of interoperability. There are control stations that operate on the WARN (Wolcott area) and SCAN (New Haven area) police departments. There is a low band base station operating on the Connecticut Statewide Hotline. There are control stations operating conventionally in the 800 MHz band to interface to both the southern and western regional interoperability channels.

CPD also has a number of all band mobile and portable radios that are programmed with a number of channels for interoperability. All new mobile and portable radios proposed in this RFP for police use are required to operate on VHF, UHF and 700/800 MHz.

The Cheshire Fire Department consoles provide interoperability with surrounding fire departments with operation of a base station on the statewide VHF and the statewide low band frequencies. The CFD also operates a limited number of all band radios for direct coordination with surrounding departments as needed.

Vendors shall furnish and install interoperability interfaces to the following existing and/or new base stations and control station radios operating in VHF, UHF and 800 band frequencies at both the CPD and CFD console locations. Shown in Table ` are the entities that shall be interoperable with the new Cheshire radio system.

RX TX Entity Interface Type (MHz) (MHz) CT Statewide Police Hotline Low Band Base 45.8600 45.8600 WARN (Western Regional) Control Station 460.3000 465.3000 SCAN (Southern Regional) Control Station 460.1500 465.1500 ITAC Control Station 800 Conventional 800 Conventional Fire Interop VHF Base 154.2950 154.2950 Fire Interop Low Band Base 33.7000 33.7000

Table 5 - Cheshire Interoperability entities.

69 | Page RFP: Town of Cheshire Public Safety Communications System

7.0 Digital Microwave System

7.1 General

Vendor shall furnish, install, and optimize a high capacity, high speed digital microwave network, on newly licensed 6 GHz band, primarily to serve as the backhaul of the new radio communications system specified herein. The backhaul system shall be comprised of an interoperable, secure, reliable, cost effective IP-MPLS based microwave network used at the outset to interconnect four (4) of the Town’s RF sites.

To increase reliability for the only terminal site in the microwave network, Vendor shall propose a Monitored Hot-StandBy (MHSB) microwave network configuration for every site.

Preliminary path analyses have shown that the following sites can be used to configure the star backhaul in accordance to the network diagram shown below:

Figure 4 - Cheshire MHSB configuration showing connections from Summit Rd. to Water Treatment Plant (“WTP”); WTP to AT&T; AT&T to 500 Highland Ave.

7.2 New Microwave Backhaul -- General

Vendor shall furnish, install, and optimize a high capacity, high speed digital loop microwave network, preferably on newly licensed 6 GHz band – or 11 GHz if 6 GHz licensing is unavailable -- primarily to serve as the backhaul of the new radio communications system specified herein. The backhaul system shall be comprised of an interoperable, secure, reliable, cost effective IP-MPLS based microwave network used to interconnect all four (4) of the Town’s sites.

70 | Page RFP: Town of Cheshire Public Safety Communications System

The Vendor shall be responsible to furnish and install a turnkey microwave system. This installation is to include, but not be limited to, all system design(s), physical path studies, microwave radios, hardware, antenna dish support mounts, waveguide, dehydrator, power plant, chargers, software, engineering, installation of materials, all labor for design, engineering, program management, configuration, optimization, testing, and warranty maintenance.

The microwave radio system shall be capable of operation in the FCC Part 101 frequency bands, preferably at 6.0 GHz. The Vendor shall be responsible for all frequency search, coordination, applications, microwave prior coordination notices (PCN), and all FCC licensing in the name the Town of Cheshire. The Town will submit all Vendor completed applications.

The Vendor shall provide preliminary microwave path details including centerline mounting heights recommendations, fade margins, antenna sizes, system gains and system losses, and path profiles. Vendor shall install and test the new microwave system without any disruption to daily Town of Cheshire communications operations.

The Vendor will provide IP/MPLS network routers and switches at each site that are required to facilitate communications. To maximize the use of public safety licensed spectrum, demark of the microwave needs to be IP/MPLS Service Aggregation Router (SAR) or similar equipment. Using an IP/MPLS SAR at the microwave demarks are to provide QoS and flexibility to priorities for public safety communication needs.

7.3 Microwave Network Requirements

Each link shall be configured for 99.999% availability based on a maximum BER of 10-6 in either a loop or hot standby configuration to ensure that a backup path is available should the primary radio fail. Reliability measure as are for a one-year period of time. Vendors shall describe how the proposed system fulfills this requirement.

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

The radio units shall be GPS-based with synchronization which shall be used to eliminate interference between sites in dense deployments.

Each transmitter/receiver shall be equipped with its own power supply. The RF portion of the radio shall employ electronic switching for manual transmitter switching times of less than 20 milliseconds. Vendors shall state the maximum manual switching time of the transmit multiplexers. The maximum number of bit errors incurred during switching shall be provided for each case. The maximum time for automatic switching of transmitters shall be 10 milliseconds.

Physical path surveys shall be conducted to assure that all proposed paths meeting proper clearance criteria. Vendor shall provide antenna centerline mounting height recommendations, based on information gathered during the physical path surveys and site visits.

Minimum acceptable in any digital microwave link shall be greater than or equal to 36 dB.

7.4 Microwave Equipment Requirements

Vendor shall provide digital Microwave Packet Radio equipment that operates in the FCC Part 101 licensed bands, preferably at the 6 GHz frequency band. Proposed equipment shall be for an Authorized Bandwidth of 30 or 40 MHz offering aggregate capacity and speed of 155 MBPS, or OC-3. Utilization shall be 100% packet based using Ethernet as an aggregation layer, with support for TDM traffic using Circuit Emulation Service over Ethernet (CESoETH) or similar Ethernet to TDM conversion cards. 71 | Page RFP: Town of Cheshire Public Safety Communications System

Vendor shall provide IP/MPLS (Internet Protocol / Multi-Protocol Label Switching) microwave infrastructure that supports network resiliency, quality of service, virtualization, convergence, and a management platform that automates and simplifies operations management. The microwave communications support with MPLS routers to support reliable traffic delivery for both TDM and IP technologies. The network shall allow for massive scaling of point-to-point and point-to-multipoint connections, using virtual private LAN service (VPLS), Virtual Private routed network (VPRN) and virtual private networks (VPNs), through full Layer 2 and Layer 3 capabilities with Layer 3 routing and connection-oriented traffic flows. Vendor shall supply fully Indoor Units (IDU), consisting of line interfaces, controllers, RF Transceivers, and power supply.  The radio shall deliver two-frequency, full duplex operation. Space diversity configurations are acceptable only if necessary to meet reliability requirements  . The radio shall support optional redundancy of system control and switching.  The microwave radio equipment shall allow the “hot” insertion and removal of radio transceiver, modem and auxiliary cards without service interruptions or damage to themselves or other modules. The radio shall also be capable of “hot” insertion and removal of an out-of-service common equipment module. The microwave radio equipment shall restart with no loss of provisioning for interfaces and traffic cross-connections upon the loss and regaining of power.  Frequency Stability: Each transmitter shall maintain frequency stability within plus or minus 0.001%, or 6 ppm, from 0oC to +50o C  Power Output: The microwave radio shall provide sufficient power to meet the required path reliability.  The radio shall support Automatic Transmitter Power Control with independently variable maximum, minimum, and operational threshold settings, all adjustable in 1dB steps. Range may be variable based on modulation setting, but in any case, no less than 10 dB.  The Radios shall support hitless adaptive modulation over at least 128 QAM, preferably 256 QAM, for the 30 MHz or preferably 40 MHz channel bandwidth. The radio shall employ traffic prioritization such that reductions in radio link data rates due to AM shall only impact lower priority traffic (for instance, reduced throughput on certain Ethernet packets but no impact on CESoETH TDM traffic). Vendor shall provide a description of how prioritization operates with respect to AM and how it is enabled.  The radio shall be capable of co-channel, dual polarity operation using Cross Polarity Interference Canceller (XPIC) technology. XPIC requirements to be identified in the Final Nominal Design Link list.  Radio Receiver requirements shall meet or exceed: - Noise Figure: Receiver Noise Figure at the LNC input shall meet or exceed 2 dB. - Unfaded BER: Unfaded BER shall not exceed 10-11. - Sensitivity: Receiver threshold at the antenna port must be specified in the proposal for BER levels of 10-3 and 10-6. - Switching: Loop and Space Diversity (if applicable) receiver switching shall be hitless and errorless.  The radio shall employ a Layer 2 packet switch with a capacity of at least 16 Gb/s for an N-way nodal radio. The packet switch fabric shall have the option of being made redundant. Further Packet features and options shall include, but not be limited to: - Port-based VLAN; 802.1Q Tag-based VLAN; VLAN steering - VPRM Services to include IP Interfaces (DHCP Relay; IPCP) - SAPs (Encapsulations) - QoS Policies -- CoS Marking for self-generated Traffic - Filter Policies - CE to PE Routing Protocols

72 | Page RFP: Town of Cheshire Public Safety Communications System

- PE to PE Tunneling Mechanisms - Per-VRF Route Limiting - Spoke SDPs  QoS shall be QoS Strict Priority, D-WRR with Bandwidth Management (Minimum rate guarantee, maximum rate limitation) with Classification VLAN CoS/Diffserve  Ethernet protection protocols shall include Ethernet Line Protection (G.8031)  Ethernet Synchronization shall support SyncE and 1588v2  Radios shall support the following drop and insert capabilities: - Ethernet ports -- The core MPLS switch shall provide a minimum of 8 Ethernet ports with RJ45 (10/100/1000Base-T) interfaces; a Minimum of 2 ports supporting 10GigE Small Form; Pluggable (SFP) LC or XFP interfaces. - Additional Ethernet ports may be enabled by insertion of optional Ethernet auxiliary cards providing a minimum of 8 Ethernet ports. The radio shall be able to support at least 2 Ethernet auxiliary cards. - The radio shall employ MEF-8 compliant Circuit Emulation Service over Ethernet (CESoETH) to allow transport of TDM circuits over the microwave packet radio as well as any Ethernet port on the radio. The radio shall not utilize a hybrid platform with a TDM switch separate from the packet switch. TDM interfaces shall be enabled by insertion of optional TDM auxiliary cards. Vendor shall describe the type/number of available TDM interfaces for the proposed platform. At least T1 and DS1 physical interfaces must be available.  The data interfaces at each of the microwave radio sites shall demark at IP MPLS Service Aggregation Router. Generally, every node, unless otherwise specified, shall be provided with: - Appropriate front access patch panel for all data interfaces. Matching patch chords, for test, alignments, and measurements, shall be provided, along with terminations, loop plugs, attenuators, and any other miscellaneous test accessory for maintenance of the system. - A redundant GigE data interface for each microwave radio terminal. Modules with more than 1 integrated GigE ports shall be auto-sensing and user configurable. Inactive ports shall not cause any alarm. - A Service Aggregation Router (SAR), or approved equal, with multi-protocol label switching (MPLS), with 10 GigE backbone traffic capabilities, and up 16 x DS1 line ports. The SAR shall be capable of traffic reroute of less than 50 msec, including all and any connection set-up

73 | Page RFP: Town of Cheshire Public Safety Communications System

7.5 Microwave Antenna and Ancillary System

Parabolic dish antennas meeting FCC Antenna Category A shall be selected by the Vendor in accordance with the system operating margin characterized by the system design. All mounting hardware (galvanized steel) shall be furnished and installed.

The Vendor shall install ice-shields over all parabolic microwave antennas.

All dishes shall be low VSWR antennas. There shall be no Receiver desensitization from Antenna/Waveguide Return Loss as high as 13 dB.

All microwave antennas shall be protected with a radome.

Antennas with a 4 ft dish size or larger shall be equipped with a side strut.

Antennas shall be connected to the equipment with pressurized waveguide.

Automatic Dehydrators, low-pressure sensors, distribution manifolds and desiccants shall be furnished and installed in accordance with the cable manufacturer's installation specifications. Low-pressure and High- pressure sensors shall be interfaced with the radio system’s alarm system. In addition, excessive run and high humidity shall be alarmed.

7.6 Microwave Management System

The Vendor shall provide a Network Management System (NMS) with sufficient alarm, control, and tracking capabilities for the proposed microwave network to be integrated with the system Network Management System specified in Section 8. The system shall be capable of remotely monitoring equipment status and performance from all sites.

The NMS shall be fully compatible with the integrated NMS requirements defined in Section 8 Network Management Subsystem (NMS) of this RFP.

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.

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.

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.

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.

Each microwave radio equipment module shall have a visual alarm/status indication noting either “normal” or “alarm” condition. A summary remote alarm shall be available via dry contacts (Form C) indicating, as a minimum, microwave radio equipment alarm conditions for the following:

 Major Alarm  Minor Alarm 74 | Page RFP: Town of Cheshire Public Safety Communications System

8.0 ALARM MANAGEMENT SYSTEM

Vendors shall include a Network and Alarm Management System (“NMS”). The system shall include, at each site in the system the necessary equipment to allow monitoring and control of the radio system, as well as monitoring of key parameters or alarm/status inputs from other facility or System equipment. Equipment shall be supplied, connected, and configured to provide monitoring and control from both the Primary and Backup Communications Centers.

8.1 Monitor and Control of Systems

In addition to self-monitoring and control of the radio system, the NMS shall be capable of monitoring and controlling all external sub-systems contained in the System, so long as the subsystem can send SNMP traps and/or MIBs.

NMS shall include at least 32 discrete digital inputs, 16 discrete outputs (contact closures), and 8 analog inputs provided at each site for external monitoring and control For each site monitored, the systems shall include, but not be limited to, items listed below. A list of elements and alarms is provided as a beginning point in the development.

 Tower Light Alarm Inputs (Where applicable)  Shelter or Outdoor Cabinets Security and Environmental Alarm Inputs  HVAC System Alarm Inputs, Control Outputs, Faults or Failure inputs and outputs  Emergency Generator Status and Alarm Inputs and outputs  Transfer Switch status and alarm inputs and outputs  UPS status and alarm inputs and outputs.  Microwave ancillary equipment (i.e. pressurization; dehydration; DC plant; etc.) alarm inputs and outputs  Radio System Status and Alarm Inputs, Control Outputs, Faults or Failures

Each of these items and systems shall be monitored and controlled for operations and maintenance purposes and to maintain the integrity of the System.

8.2 Radio Equipment Shelter

At a minimum, inputs shall be provided for the following alarm points, and connected to the Alarm Management System by the Successful Vendor.

 Fire/Smoke Detector  Intrusion (door) Alarm  High Temperature Alarm  Low Temperature Alarm  Surge Suppressor Failure  Fire Suppression Agent Discharge  High Humidity Alarm  Water on Floor Alarm  AC #1 Failure  AC #2 Failure  Perimeter Alarm (if applicable)

75 | Page RFP: Town of Cheshire Public Safety Communications System

8.3 Emergency Generator System Alarms

As a minimum, inputs shall be provided for the following monitor or alarm points and connected to the Alarm Management System by the Successful Vendor.

 Utility Power Failure (each phase monitored separately)  Generator Run  Transfer Switch Position  Generator Over-Crank Shutdown  Generator Over-Speed Shutdown  Generator High Coolant Temperature  Low Coolant Level  Generator Low Oil Pressure  Low Generator Fuel Level  Starter Battery Voltage  Alarms and Alarm Network Interfacing

8.4 Radio System Alarms and Element Manager

The system radios shall be supplied with alarm outputs that shall be interfaced to an alarm system. Vendor shall supply a list of alarms that are available for monitoring the radio system.

Vendor shall describe the alarms and/or diagnostics to be interfaced from the simulcast VHF High Band radio system fixed network infrastructure.

Radio system equipment equipped with Ethernet port system status and or management shall be connected to the alarm system.

8.5 Optional Features for the Alarm Management Subsystem

Vendor shall provide a detailed explanation of the standard features, system capabilities, and expansion capacity for review and consideration. Any additional features or functions offered as an option, but not required by these specifications must be clearly identified and priced as such.

8.6 Remote Access and Monitoring

The Alarm Management Subsystem shall have the capability of monitoring the System from remote locations via dial-up, fixed connections, or properly firewalled internet connection. System managers, technicians, and other authorized personnel shall be able to perform monitoring and obtain access to the network using a password protected method.

8.7 Alarm Management Subsystem Design Submittals

Vendor shall provide the following information and details on the alarm management subsystem defined in the RFP specifications.

 System Functional Block Diagram  System Wiring Diagrams  Equipment Layouts and Physical Dimensions  Electrical and Environmental Requirements

76 | Page RFP: Town of Cheshire Public Safety Communications System

9.0 Subscriber Equipment

9.1 General

Vendor shall include in their proposal the subscriber equipment including mobile radios, portable radios, control station radios, and voice pagers. The proposed equipment shall be public safety grade, state-of-the- art, microprocessor controlled, and frequency-synthesized units.

NOTE: This section does not include subscriber equipment that shall be included for the Cheshire Board of Education’s DMR system. Please refer to Section 4 for all DMR subscriber equipment that shall be provided.

For CPD, Vendor shall furnish, configure, install, test, and commission P25 subscriber equipment that operates in VHF, UHF, & 7/800 MHz bands.

For CFD and CDPW, Vendor shall furnish, configure, install, test, and commission subscriber equipment that operates in VHF, UHF, & 7/800 MHz bands. Unless otherwise stated, all control stations, mobiles, and portables shall meet the following functional requirements:

 CPD Radios shall be FCC type accepted for operation in the VHF, UHF, and 7/800 MHz public safety bands and shall meet the performance requirements and specifications as specified in TSB-102.CAAC and the “Receiver Class A” minimum performance specifications.  CFD & CDPW Radios shall be FCC type accepted for operation in the VHF MHz public safety bands and shall meet the performance requirements and specifications as specified in TSB- 102.CAAC and the “Receiver Class A” minimum performance specifications.  All two-way radios shall operate in conventional modes supporting both analog voice and P25 CAI digital voice.  Pagers shall operate in analog tone and voice mode.  All subscriber radios shall have an emergency button and be capable of placing and receiving emergency calls.  All mobile and portable radios shall be capable of direct mode operation (talkaround - mobiles and portables only).  All subscriber radios shall be capable of sustained DAQ 3.4 for the digital channels, and DAQ 3.0 for analog channels in a high noise environment, including but not limited to, all manner of Fire Apparatus & peripheral fire department equipment.  Depending upon the model, the radio shall be capable of multiple profiles or “personalities” to be selected. A profile or personality is defined as a set of channels and may correspond to different operational users, for example maintenance worker, supervisor, patrolman, etc. would each have different profiles or personalities.  All subscriber radios shall be capable of the selection of any channel from any assigned voice profile containing up to 16 channels.  All subscriber radio shall be capable of scanning 16 channels, with the selected talk group having priority.  All UHF subscribers shall be equipped with AES encryption.  All subscriber radios’ personality shall be programmable through a standard Windows-based computer interface. Application software needed for subscriber programming, along with any programming cables shall be included with the subscriber equipment.  Subscriber radio software/firmware shall be flash updatable for adding future software enhancements through a standard Windows-based computer interface.

77 | Page RFP: Town of Cheshire Public Safety Communications System

 Each subscriber unit shall be warranted for a minimum of 1 year from date of system acceptance.  All subscriber equipment is expected to be of high quality mission critical radios intended to provide high reliability under heavy use in severe environments. All subscriber equipment shall meet MIL-STD-810 C, D, E, F, and G.  The Vendor shall supply at least six (6) sets of all necessary software, cables and documentation for the programming of all subscriber equipment. Programming software compatibility shall be maintained at no additional cost to the Town of Cheshire with the most up-to-date version of Microsoft Windows and shall be supported by the Vendor for a period of not less than seven (7) years from System Acceptance.  Vendor shall provide unit pricing for all user subscriber equipment and accessories.  Vendor shall be responsible for programming and installation of all newly purchased subscriber units. The Vendor shall provide as many programming sessions of subscriber units as necessary to meet the programming requirements of each agency, at no additional cost to Cheshire, until Final System Acceptance.

78 | Page RFP: Town of Cheshire Public Safety Communications System

9.2 Inventory of Subscriber Quantities Required

Shown in Table 6 are the quantities and configurations of subscriber equipment that Vendor shall include in their proposal.

SCHOOL PD UNIT FD UNIT DPW UNIT SUBSCRIBER EQUIPMENT BUS COUNT COUNT COUNT COUNT Remote Mount Mobile Radio Single Control 35 0 0 0 Head Tri-Band with AES Remote Mount Mobile Radio Single 0 21 0 0 Control Head Tri-Band no encryption Remote Mount Mobile Radio Dual 0 10 0 0 Control Head Tri-Band no encryption Remote Mount Mobile Radio Single Control Head VHF High Band no 0 0 58 0 encryption Dash Mount Mobile Radio VHF Low 0 0 0 15 Band no encryption Portable Radios Tri-Band with AES 60 0 0 0

Portable Radios Tri-Band no encryption 0 74 0 0

Portable Radios VHF no encryption 0 0 15 0

Desktop Control Stations UHF with AES 3 0 0 0 Desktop Control Stations Tri-Band no 0 5 0 0 encryption Desktop Control Stations 700/800 no 1 encryption Desktop Control Stations VHF Low Band 2 no encryption Desktop Control Stations VHF High 3 0 4 0 Band no encryption Pagers 0 100 0 0 Desktop Remote Controllers 4 7 7 0 Table 6 - Summary of new subscriber radios to be included in proposal (not including BOE DMR radios).

Vendor shall include the following tiers of subscriber equipment:  Standard display  Minimum keypad  Analog capable of upgrading to Digital  Digital Radio capable of operating in analog mode.  Unit ID / Unit ID check-in  Emergency Alarm and Call

79 | Page RFP: Town of Cheshire Public Safety Communications System

9.2.1 Competitive Availability of Subscriber Equipment

The proposed technology solution shall foster competition and provide the opportunity, over the life of the Contract, for authorized Town of Cheshire entities to competitively procure subscriber equipment from multiple third-party vendors.

9.2.2 Dual Mode / Hybrid Operation

Newly supplied subscriber radios shall be P25 compliant and capable of operating in the analog conventional mode. Subscriber units shall be capable of interoperability without loss of functionality while operating in either mode. Also, the system shall be designed around a suite of operational standards so that field systems manufactured by different Vendors can operate together and offer unit-to-unit communications based on predefined activation procedures.

9.2.3 Subscriber Functions

 As an OPTION, Vendors shall propose radios certified as intrinsically safe.  As an OPTION, Vendors shall propose P25 trunking capability for CPD subscriber radios. This option, if picked up by CPD, shall be used to access the Connecticut State Police P25 trunked system for mutual aid interoperability purposes.  The subscriber units shall be able to support audible signaling to and from subscriber units for functions as described below:

Because of the inability to faithfully pass audio signaling through vocoders, audible signals shall use data messages that cause the receiving unit to generate standardized tone signals. These standardized tone signals correspond to a specific signaling command. Audible signals use data messages in the system to initiate audible signals both in the subscriber units and also in the consoles.

It is a mandatory requirement that users shall be able to select no audible signaling, or any or all of default types of signaling described below. As a standard option, users may require alternative signals, which are subject to personality programming in the subscriber unit and/or in the console.

Audible signals may be operator-initiated or system-initiated. The mandatory, default audible signaling shall be limited to four standardized signals.

A multi-tiered audio alerting capability that includes, but is not limited to the following types of alerts:

 Emergency – indicates the highest level of a declared emergency.  The Emergency alert shall be initiated by the operation of a momentary switch at the subscriber unit and may also be initiated by a console. It shall terminate after sending for a nominal two seconds regardless of how long the operator holds the switch.  Receipt of an Emergency alert at a console shall cause a latch up output for operation of external alarms. The console operator shall be able to release this latch.  A receiving subscriber unit shall continue to emit periodic Emergency signals reset by the operator or dispatcher.

80 | Page RFP: Town of Cheshire Public Safety Communications System

 Acknowledge – indicates an operator-designated affirmation of a request. This signal allows acknowledgment of a request without speaking.  Acknowledge is initiated by the subscriber unit.  The console operator shall initiate the Message Alert by initiating a momentary function or switch. The Message Alert tone shall continue in a repeating cycle until the operator releases the momentary function or switch.  The system shall allow direct subscriber to subscriber communication at any time without degrading normal system performance. Direct communication while in range of the fixed equipment shall do no more than temporarily capture receivers from possible outbound messages. Direct communication shall be possible at any time while out of range of the fixed equipment with no degradation in system performance or capability.

9.2.4 Mobile Radios

The Town of Cheshire estimated the desired quantity of mobile radios for initial users. For the purpose of this RFP, Vendors shall assume the Town will purchase a minimum of 139 mobile radios, and provide pricing accordingly, as outlined in the Proposal Pricing Forms.

Mobile radios for CPD and CFD shall be Motorola APX 8500, or approved equal, capable of operating in VHF, UHF, & 7/800 MHz frequency bands. All other radios shall operate in VHF band.

The mobile radios shall be supplied with all necessary mounting hardware for a complete installation. Mobile Radio functional requirements are further delineated as follows:

 Handset/speaker assembly.  Emergency Alarm, with associated discrete input.  UHF radios shall be equipped with AES encryption.

Additional Two-Way Radio Features:

 Selective Radio Inhibit  The same programming software should be used for all radio tiers proposed by Vendor.  Silent Emergency Activation  Trunk-mount radio with remote control head.  Trunk-mount radio with dual remote control heads.  Dash mount radio. A palm-type microphone shall be provided with the radio. A separate external speaker capable of producing a minimum of five watts shall be provided. The speaker shall be contained in a housing, sufficiently durable to prevent damage to the speaker.

The mobile radio shall be powered from 12 VDC and/or 24 VDC negative ground depending on specific vehicle. Vendor shall specify required current levels.

In most cased the use of Tri-band antennas for the installation of Tri-band mobile radios in Cheshire will not be acceptable. Three individual antennas, one for each frequency band will be supplied and installed along with a triplexer to combine these antennas to connect to a single port on the mobile radio. The following antennas and triplexer, or approved equal, will be used in the tri-band antenna system:

81 | Page RFP: Town of Cheshire Public Safety Communications System

 VHF Antenna: Laird Phantom, TRABT1500, Low Profile 150-168MHz VHF Unity Gain Tunable Antenna (Black)  UHF Antenna: Laird Phantom Elite, ETRAB4503, Low Profile 450-470MHz UHF 3dB Gain Antenna (Black)  7/800 MHz Antenna: PCTEL Maxrad MLPV700 Low Profile 740-870MHz 3dBi Gain Antenna (Black)  Triplexer: Motorola Part #: H1919 150/450/800 100 Watt

9.3 Portable Radios

The Town of Cheshire estimated the desired quantity of portable radios for initial users. For the purpose of this RFP, Vendors shall assume the Town will purchase a minimum of 149 public safety portable radios, and provide pricing accordingly, as outlined in the Proposal Pricing Forms. Two batteries and charger shall be provided for each portable radio. This quantity does not include an additional 40 new MotoTRBO portables for schools.

Portable radios for CPD and CFD shall be Motorola APX 8000, or approved equal, capable of operating in VHF, UHF, & 7/800 MHz frequency bands. All other radios shall operate in VHF band.

The radio shall be physically small enough to facilitate easy carrying by the operator. It shall be self- contained in a single ruggedized housing. The radio housing shall be constructed of high impact material. It shall protect the internal circuitry from dust and moisture. The housing shall meet or exceed EIA drop test requirements.

 Portable radios shall be intrinsically safe.  All portable radios shall be furnished with a leather swivel type carrying case which attaches to the belt.  All portable radios shall be furnished with an emergency button.  All portable radios shall be equipped with a remote speaker/microphone (noise cancelling shall not be included).  All CPD portable radios shall be furnished with a shoulder microphone and an earpiece  All portable radios shall also be capable of operating with differing configurations of accessories (such as covert operation accessories, hazmat operation accessories, etc.).

Additional Required Features:

 Selective Radio Inhibit  Selective Radio Inhibit  UHF Portables shall be equipped with AES encryption.  Radios shall be flash programmable for adding future software enhancements.  The same programming software should be used for all radio tiers proposed by Vendor.  Silent Emergency Activation The following minimum features and accessories shall be priced:

 Standard Display / Standard Keypad/No Display  Belt clips  Leather swivel cases  Leather belt cases

82 | Page RFP: Town of Cheshire Public Safety Communications System

 Shoulder strap for leather belt case with speaker/ mic or speaker/ mic/ antenna clip  Speaker/ microphones  Speaker/ microphone/ antennas  Spare batteries. Provide pricing for standard and intrinsically safe spares.  A complete line of headsets and surveillance accessories shall be available

9.4 Control Stations

Radio operation in the conventional simulcast radio system from various fixed locations within the system is required. Vendor shall include in their proposal ten (10) control stations, including microphone, external speaker, cables, fusing, mounting hardware, antennas and transmission lines.

All radio equipment shall be FCC type accepted under Part 90 of the FCC Rules and Regulations. Control Stations shall be available with an optional auxiliary power system capable of sustaining operation for a period of 1 hour. Rechargeable batteries shall be provided, sealed batteries shall be used. Recharge time shall not exceed 12 hours; chargers shall be included.

Control station radios shall have all of the functions and capabilities of mobile radios. UHF control stations shall be equipped with AES encryption.

9.5 Pagers

Vendors shall include in their proposal 100 VHF pagers, Motorola Minitor VI or approved equal. Pagers shall be capable of narrowband (12.5 kHz) operation.

Pagers shall be capable of being activated via group or two-tone alert with voice pages.

9.6 Subscriber Programming System

The Vendor shall provide programming cables and current versions of programming and maintenance software for each subscriber radio, base station repeater, and any other system components in need of programming. To the extent possible, the Vendor shall standardize programming cables and software.

The Vendor shall also provide programming cables and current versions of programming and maintenance software for pagers in need of programming.

9.7 Encryption Management System (Optional)

Vendor shall furnish and install one (1) complete Key Variable Loader (“KVL”) for programming all encryption capable devices purchase by Cheshire, including not only subscriber equipment, but dispatch console equipment.

Vendor shall supply multiple encryption keys and key loader with keys preloaded, which shall become the sole property of Cheshire following the initial deployment of equipment. Vendor shall provide all necessary training on how to administer a highly effective KVL management.

83 | Page RFP: Town of Cheshire Public Safety Communications System

10.0 Site Improvements 10.1 General

The Vendor is responsible to complete the required site development work at all proposed RF sites, microwave sites, and DMR sites.

All work necessary to provide radio base station and/or microwave sites shall meet all Town of Cheshire engineering inspections and approvals. Vendor shall provide the necessary antenna mounting structures, equipment rooms or shelters and all required environmental, security, power, standby power, access roads, landscaping, lighting, environmental controls, cable support structures, and all functions/features described in this section shall be performed or provided by the Vendor.

The Vendor shall be responsible for a complete and fully operable installation in accordance with the latest version of the National Electrical Code, local building codes, environmental laws, zoning and planning regulations or ordinances, land use restrictions, Federal Aviation Administration and Federal Communications Commission rules and regulations, Connecticut Department of Transportation regulations governing road access and entry, and all other applicable local, state or federal codes, regulations, laws and/or ordinances. Vendors shall ensure all installations are in compliance with current R56 standards.

Materials furnished by the Vendor shall be new and of first quality as defined in industry standards. The Vendor shall not make substitutes unless prior approval has been obtained from the Town project manager.

Each Vendor (prior to submitting a proposal) shall attend mandatory site visits and examine the sites so as to fully understand all the existing conditions relating to the work.

The Vendor shall assume full responsibility for materials and equipment employed in construction of the project and agrees to make no claims against the Town for damages to such materials and equipment except for that which is caused by the Town, its employees or agents. The Vendor shall be responsible for storage of all materials purchased and turned over to him by the Town and shall receive all delivered items by suppliers at the job site or at a staging area to be furnished by the Vendor.

The Vendor shall clean up and remove from the work site on a daily basis (or sooner if directed by the Town project manager) all rubbish and construction debris, resulting from his own work in the building. The Vendor shall supply a dumpster or similar trash storage/removal device where a substantial amount of construction debris is generated. Upon completion of all work, the entire job site areas shall be left clean and free of trash, debris, mud, dirt, dust, scrap materials and excess materials. Floors in radio equipment shelters and rooms shall be mopped and polished to the satisfaction of the Town project manager upon completion of installation and construction work.

The Vendor shall coordinate the work of all the trades under his responsibility to ensure that interferences between electrical conduits, cable support trays, grounding wire, structural, and radio system work shall be avoided so that the project is completed within budget and schedule.

The Vendor shall keep up-to-date marked-up prints of the Project Drawings. Markings indicating changes to the drawings shall be red or green and clearly visible. Two (2) sets of "As-Built" drawings (reproducible on the most updated AutoCAD Release) shall be furnished to the Town project manager at the completion of the project. Project Drawings shall also be supplied on disk.

84 | Page RFP: Town of Cheshire Public Safety Communications System

10.2 General Site Requirements

Vendor shall be required to prepare as many as five (5) sites in Cheshire to facilitate installation of equipment for the public safety systems; and as many as nine (9) sites to facilitate installation of equipment for the DMR systems. Shown in Table 7 are sites related to the public safety systems. Sites related to the DMR system are listed in Section 4 of this RFP.

Ground Elevation Tower Ht. Site Name Latitude Longitude Datum (AMSL) (AGL) Feet Feet 500 Highland Ave (Also, PSAP, CPD) 41 30 40.00 N 072 53 54.00 W NAD83 200.4 160.0 (nominal)

Water Treatment Plant 41 31 55.00 N 072 52 13.00 W NAD83 110.4 180.4

Summit Road 41 32 11.20 N 072 57 26.30 W NAD83 616.8 173.9

AT&T 41 29 14.90 N 072 55 45.50 W NAD83 266.3 249.0

Backup Comm. 250 Maple Ave - CFD Ctr. Table 7 – Site Information

Cheshire’s Project Manager will work with the Vendor to obtain permission to access facilities where required. The subsections below include the Town’s estimation of the work needed to be performed by the Vendor, however, the Vendor shall submit their own detailed SOW based on the field survey results. The final SOW may differ from the estimated SOWs provided in the subsections below.

Cheshire’s Project Manager will work with the Vendor to obtain permission to access facilities where required. The subsections below include the Town’s estimation of the work needed to be performed by the Vendor, however, the Vendor shall submit their own detailed SOW based on the field survey results. The final SOW may differ from the estimated SOWs provided in the subsections below.

10.2.1 CPD – 500 Highland Ave.

The Cheshire Police Department shall serve as the network’s Master or Primary site, and the Town’s Primary Communications Center.  Vendors shall survey three (3) critical rooms/areas associated with this site:  the equipment room in the bottom floor of the Police Department;  The monopole tower adjacent to the CPD where two-way and microwave antenna equipment shall be installed; and the Communications Center, where the new dispatch consoles will be installed.

Antenna system equipment installed on the monopole tower shall be connected to two- way infrastructure and microwave equipment located in the ground floor equipment room.

85 | Page RFP: Town of Cheshire Public Safety Communications System

10.2.1.1 Police Department – Ground Floor Equipment Room

The main equipment room is 18’x11’9”. Floor plan of the existing layout is shown in Appendix D.

Floor space in the main equipment room is currently populated with four (4) cabinets and racks including radio, dispatch console switch, control stations, blades for IT connectivity to the State network, and various telco connections. It is contemplated that common network equipment, such as network control equipment, servers, gateways, IP core equipment and console interface equipment will be installed in the equipment room located on the bottom floor of the Police Department. Vendors shall survey all equipment rooms in this room to determine site upgrade needs and requirements.

Generally, the work in the equipment room shall consist of the following:

 Vendor shall determine ways and means to install new equipment in this room while maintaining full operation of the existing system.  Vendor shall survey existing wall-mounted Mitsubishi Electric HVAC and make determination as to whether this HVAC unit will provide sufficient cooling based upon environmental requirements of proposed new and old equipment. Vendor shall include in their proposal heat-load calculations which determine appropriate size of HVAC for this equipment room. The analysis of the cooling capability needs to meet the requirements of the Connecticut Division of Statewide Emergency Telecommunications since the State owned 911switching equipment is co-located in the radio equipment room.  Vendor shall furnish and install new -48 VDC power plant system for the equipment utilized and shall include in their proposal DC power load calculations which determine the appropriate size of the power plant, suitable to maintain the load for a minimum of 1 hour upon loss of commercial power at the site. The proposed DC power system shall not require more than one (1) standing cabinet that is no greater than 19” wide by 24” deep.  Cheshire shall provide Emergency generator power at this site using the existing Detroit Diesel emergency generator installed in the adjacent equipment room.  Vendor shall survey the existing Electrical Supply panels, determine minimum requirements to provide sufficient power for both the existing and new equipment, and propose necessary upgrades or electrical work accordingly.  Vendor shall provide full grounding and bonding at this site in accordance to Motorola R-56 standards. Vendors shall check the existing grounding and bonding elements to ensure that all materials, connections, straps, and pigtails are in accordance to current standards, and shall replace all materials as necessary. Vendor shall measure the overall site resistivity using industry standard clamp-on Ohmmeter test equipment and shall furnish ground resistivity following equipment installations as part of acceptance testing.  Vendor shall survey the cable paths for connecting any equipment installed in this room that must be interfaced to dispatch consoles in the new communication center, or to the rooftop.

86 | Page RFP: Town of Cheshire Public Safety Communications System

10.2.2 Police Department –Communications Center

CPD’s existing communications center located on the first floor of the Police Department. A floor layout plan of the communications center is included in Appendix D.

Vendor shall install two (2) new Dispatch Console Workstations at the existing console position locations. Vendor shall survey the communications center, then meet with the Cheshire Project Manager to review design drawings, discuss plans, and coordinate mutual efforts in determining that all of the requirements to install the Dispatch Workstations are being addressed and included in the planning, including the following:

 Vendor shall ensure that grounding & bonding meets Motorola R-56 Standard in the Communications Center.  Vendor shall ensure that sufficient electrical service, outlets and outlet locations shall be sufficiently installed.  Vendor shall ensure that each workstation has 1 hour of uninterrupted backup power and surge protective devices engineered for their proposed system. This should include demolition, removal and temporary transition operations. Vendor must include any provisions necessary to perform renovation and upgrade work of this facility without disrupting existing public safety communications operations.

10.2.3 500 Highland Ave. – 160 ft. (nominal) Monopole

The monopole at the CPD – shown in

Figure 5 is currently used as CPD’s primary tower site; and will continue to serve as CPD’s primary simulcast site, as well as the primary RF site for both new VHF simulcast system channels that shall serve the CFD and CDPW. In addition, Vendor shall furnish and install this site with a new 6 GHz microwave link which shall connect the Water Treatment Plant.

87 | Page RFP: Town of Cheshire Public Safety Communications System

Figure 5 - CPD headquarters at 500 Highland Ave.; 160 ft. (nominal) monopole tower Vendors shall survey the existing facility utilized at 500 Highland Ave. and propose facility upgrades and renovations for the following:  Vendor shall decommission and the legacy conventional site related equipment at this site, after the new P25 system has been installed and fully cutover.  Cheshire shall provide Emergency generator power at this site using the same generator that serves the equipment room in the basement of the CPD.  Vendor shall provide full grounding and bonding at this site in accordance to Motorola R-56 standards. Vendors shall check the existing grounding and bonding elements to ensure that all materials, connections, straps, and pigtails are in accordance to current standards, and shall replace all materials as necessary. Vendor shall measure the overall site resistivity using industry standard clamp-on Ohmmeter test equipment and shall furnish ground resistivity following equipment installations as part of acceptance testing.  Vendor shall survey the cable paths for connecting all VHF and UHF transmission line; and waveguide cabling for new microwave equipment to be installed at this site.

10.2.4 Cheshire Fire Department – 250 Maple Ave.

The Cheshire Fire Department site will serve as the backup communications center to the CPD communications center on Highland Ave. This backup communications center will be installed with two (2) dispatch operator workstations.

The equipment room is very limited in floor space -- approximately 7’x9’ – therefore, Vendor must plan carefully to install all necessary equipment at this site having limited swing space.

Generally, the work in the equipment room shall consist of the following:

88 | Page RFP: Town of Cheshire Public Safety Communications System

 Vendor shall determine ways and means to install new equipment in this room while maintaining full operation of the existing system.  Vendor shall survey existing wall-mounted Mitsubishi Electric HVAC and make determination as to whether this HVAC unit will provide sufficient cooling based upon environmental requirements of proposed new and old equipment. Vendor shall include in their proposal heat-load calculations which determine appropriate size of HVAC for this equipment room.  Vendor shall furnish and install new UPS for the equipment utilized and shall include in their proposal DC power load calculations which determine the appropriate size of the UPS, suitable to maintain the load for a minimum of 1 hour upon loss of commercial power at the site. The proposed UPS shall be 19” rack mountable.  Cheshire shall provide Emergency generator power at this site using the existing emergency generator.  Vendor shall survey the existing Electrical Supply panels, determine minimum requirements to provide sufficient power for both the existing and new equipment, and propose necessary upgrades or electrical work accordingly.  Vendor shall provide full grounding and bonding at this site in accordance to Motorola R-56 standards. Vendors shall check the existing grounding and bonding elements to ensure that all materials, connections, straps, and pigtails are in accordance to current standards, and shall replace all materials as necessary. Vendor shall measure the overall site resistivity using industry standard clamp-on Ohmmeter test equipment and shall furnish ground resistivity following equipment installations as part of acceptance testing.

10.2.5 Water Treatment Plant Tower (WTP)

The WTP site – shown in Figure 7 is not currently used in any of the Cheshire legacy systems. This site has an existing 180’ monopole tower that was recently installed, with a 16’ x 10’ equipment shelter at the base for use by the Town of Cheshire. This site also has more than sufficient backup generator power as its electrical panels are tied to a 1250 KW generator that services the Water Treatment Plant in whole.

89 | Page RFP: Town of Cheshire Public Safety Communications System

Figure 6 - 180' Monopole tower located at the Water Treatment Plant (WTP)

Functionally, this site will serve two (2) purposes in the new system. First, WTP will function as one of four (4) simulcast sites in the new system. Second, it will this site will serve as the backup network control / master site in the new two-channel P25 UHF simulcast system to be used by CPD and the two-channel VHF simulcast system to be used by CFD and CDPW.

Vendors shall survey the existing facility utilized at WTP and propose facility upgrades and renovations for the following:  Vendor shall perform and shall include in their proposal heat-load calculations for this site to confirm that the existing HVAC for this site is of the appropriate size for this equipment room.  Vendor shall furnish and install new -48 VDC power plant system for the equipment utilized and shall include in their proposal DC power load calculations which determine the appropriate size of the power plant, suitable to maintain the load for a minimum of 1 hour upon loss of

90 | Page RFP: Town of Cheshire Public Safety Communications System

commercial power at the site. The proposed DC power system shall not require more than one (1) standing cabinet that is no greater than 19” wide by 24” deep.  Vendor shall survey the existing Electrical Supply panels, determine minimum requirements to provide sufficient power for both the existing and new equipment, and propose necessary upgrades or electrical work accordingly.  Vendor shall provide full grounding and bonding at this site in accordance to Motorola R-56 standards. Vendors shall check the existing grounding and bonding elements to ensure that all materials, connections, straps, and pigtails are in accordance to current standards, and shall replace all materials as necessary. Vendor shall measure the overall site resistivity using industry standard clamp-on Ohmmeter test equipment and shall furnish ground resistivity following equipment installations as part of acceptance testing.  Vendor shall survey the cable paths for connecting all VHF and UHF transmission line; and waveguide cabling for new microwave equipment to be installed at this site.

10.2.6 Summit Road

The Summit Rd. site is an existing site that is owned and/or managed by Crown Castle. This site that shall become part of Cheshire’s four-site P25 conventional simulcast system. It is contemplated that all necessary system equipment for this site shall be installed in an existing 4’ x 7’ outdoor equipment cabinet with built-in electrical service and transfer switch. The outdoor equipment cabinet/shelter has room for at least two (2), perhaps three (3) standing equipment racks. The Summit Rd. monopole is shown in Figure 8.

91 | Page RFP: Town of Cheshire Public Safety Communications System

Figure 7 - 175' Monopole Tower at Summit Rd.

Vendors shall survey the existing facility at Summit Rd. and propose facility upgrades and renovations for the following:

 Vendor shall the consider special configurations of the existing outdoor equipment cabinet-like shelter, and shall furnish and install redundant HVAC units, and shall include in their proposal heat-load calculations which determine appropriate size of HVAC for this equipment room.  Vendor shall furnish and install new -48 VDC power plant system for the equipment utilized and shall include in their proposal DC power load calculations which determine the appropriate size of the power plant, suitable to maintain the load for a minimum of 1 hour upon loss of commercial power at the site. The proposed DC power system shall not require more than one (1) standing cabinet that is no greater than 19” wide by 24” deep.  The Vendor shall furnish and install a new 30 KW emergency generator for backup power at this site. The Vendor shall calculate total equipment loads for this site and confirm that 30 KW is twice the capacity needed to provide backup for all Cheshire public-safety equipment. The generator shall be fueled by diesel supplied by an integrated above ground storage tank.  Vendor shall examine the existing Electrical Supply panel for all equipment needed at this site and render any necessary upgrades and/or electrical work.  Vendor shall provide full grounding and bonding at this site in accordance to Motorola R-56 standards. Vendor shall measure the overall site resistivity 92 | Page RFP: Town of Cheshire Public Safety Communications System

using industry standard clamp-on Ohmmeter test equipment and shall furnish ground resistivity following equipment installations as part of acceptance testing.  Vendor shall survey the cable paths for connecting all VHF and UHF transmission line; and waveguide cabling for new microwave equipment to be installed at this site.

10.2.7 AT&T – 751 Higgins Rd.

The AT&T site is a new site for Cheshire system operations that shall become part of Cheshire’s four-site conventional simulcast system. The AT&T site is shown in Figure 9.

Figure 8 - 250' Self-support AT&T tower at Higgins Rd.

Vendors shall survey the existing AT&T tower facility utilized and propose facility upgrades and renovations that included the following:

93 | Page RFP: Town of Cheshire Public Safety Communications System

 Vendor shall furnish and install a new equipment shelter directly under the base of the tower within the existing fencing, which shall preferably be an outdoor equipment cabinet type shelter, sufficiently sized to accommodate all necessary simulcast equipment  Vendor shall furnish and install new redundant HVAC units, and shall include in their proposal heat-load calculations which determine appropriate size of HVAC for all equipment in this room – equipment to be installed for the new Cheshire simulcast systems. The HVAC shall be sufficiently sized to supply the proper environmental requirements of all equipment.  Vendor shall furnish and install new -48 VDC power plant system for the equipment utilized and shall include in their proposal DC power load calculations which determine the appropriate size of the power plant, suitable to maintain the load for a minimum of 1 hour upon loss of commercial power at the site. The proposed DC power system shall not require more than one (1) standing cabinet that is no greater than 19” wide by 24” deep.  As an option, the vendor shall furnish and install a new 30 KW emergency generator for backup power at this site. The Vendor shall calculate total equipment loads for this site and confirm that 30 KW is twice the capacity needed to provide backup for all Cheshire public-safety equipment. The Generator shall be fueled by diesel from an integrated above ground storage tank.  Vendor shall calculate the size for a new electrical supply panel to be installed in the new equipment shelter/cabinet. The new electrical supply panel shall be a minimum of 150 Amp Electrical Supply.  Vendor shall provide full grounding and bonding at this site in accordance to Motorola R-56 standards. Vendor shall measure the overall site resistivity using industry standard clamp-on Ohmmeter test equipment and shall furnish ground resistivity following equipment installations as part of acceptance testing.  Vendor shall survey the cable paths for connecting all VHF and UHF transmission line; and waveguide cabling for new microwave equipment to be installed at this site.  10.3 HVAC Systems at AT&T & Summit Rd. Sites

Vendor shall furnish and install new redundant HVAC systems for the equipment rooms at the AT&T site and the Summit Rd. Site. The HVAC units for the equipment rooms shall be sized based on the thermal load requirements of all the RF equipment, as well as electrical loads including the -48 VDC Power Plants, DC charger plants as required and thermal heat loads produced from the interior lighting. Once the overall thermal load has been engineered the Vendor shall size the HVAC units to provide a shared load design for the shelter so that the HVAC units provide redundancy and sufficient cooling.

The HVAC system shall be designed with Lead Lag controllers or cycle controllers so that the HVAC units are subject to equal wear. This also provides cooling of the shelter in case one of the HVAC units fails.

Only commercial grade HVAC units shall be used. Consumer grade household units or window- mounted units shall NOT be used.

Electric heat strips shall be provided in the HVAC units to maintain an interior shelter temperature between 60 and 80 degrees Fahrenheit.

94 | Page RFP: Town of Cheshire Public Safety Communications System

Vendor shall design the units based on the area at which relative humidity is maintained at an acceptable level for all the equipment proposed in the shelter. A service disconnect shall be installed on each unit so that each individual unit can be disconnected for maintenance and service. This disconnect is used as a lock out of the power to the unit so that there is no risk of the unit powering up during maintenance.

Thermostats shall be installed in locations where room ambient temperature can be best and most evenly controlled.

Thermostat placement and the number of thermostats shall be designed based on the flow of the circulating air and per the thermal load to provide the appropriate cooling throughout the shelter.

10.4 Grounding, Bonding, Lightning Protection, & Wiring

10.4.1 Electrical/Electronic Wiring

Vendor shall clearly define all wiring noted on the site drawings or otherwise included and shall install in conduit or ductwork. Where no protection method is specified, conduit shall be used. All conduits and ducts shall be securely mounted and supported by approved clamps, brackets, or straps as applicable and held in place with properly selected screws. All wire raceway, conduit, etc., is to be mechanically joined and secured.

Where rigid conduit is not practical, flexible steel conduit or armored cable shall protect wiring connected to motors, fans, etc., and other short runs. Conduit shall not be solely used as a ground of any kind. Separate ground wires shall be used for all grounding functions.

Unless otherwise approved, all power wiring shall be minimum size 14 AWG copper conductors with THHN/THWN type insulation.

All wiring shall be sized in accordance with applicable prevailing code requirements.

Power conductor insulation shall be color coded at each termination end, either by color or labels. Branch circuit conductors shall be labeled (using Brady or approved equivalent wire markers) at each end with the appropriate circuit numbers.

All outlet boxes shall be surface mounted metallic and suitable for the quantity of devices enclosed. Faceplates shall match the outlet boxes. The outlet boxes shall be marked with the associated circuit numbers.

Radio equipment having 120 VAC circuits from UPS power panel shall contain separate identifiable white neutral conductors that connects to site equipment. Common or shared neutrals for these loads are unacceptable.

All wire for power, lighting, control and grounding systems shall be stranded copper with UL THWN/THHN 600V insulation, sizes as indicated. Minimum size for power shall be #12 AWG and minimum size for controls shall be #14 AWG.

Each receptacle shall have the electrical box or cover plate permanently marked with the circuit number and appropriate breaker identification.

95 | Page RFP: Town of Cheshire Public Safety Communications System

Each half of every duplex outlet shall have its own dedicated individual 20-ampere branch circuit, provided the connecting tabs on the receptacles are removed.

All AC powered equipment to be installed in equipment shelters or rooms shall be equipped with a surge arrestor, MOV/gas tube combination, in addition to any surge protection equipment that may be installed across the shelter/room power mains.

All Electrical outlets shall be 120-volt, 20-ampere (NEMA 5-20R) capacity receptacles with ground shall be provided.

Electrical equipment such as UPS, Transfer Switches, HVAC, etc. shall be wired in accordance with manufacturers wiring diagrams furnished with the equipment.

10.4.2 Antenna Cable Conduit Entry

Vendor shall properly align all conduit openings in the equipment room walls with the antenna entrance cables.

A solid copper bulkhead entry panel shall be supplied to accommodate coaxial transmission lines between 1/2-inch and 1 5/8-inch diameter transmission lines and/or elliptical waveguides. Wall/Roof feed-through shall provide a minimum of 4, four-inch ports with room for at least 25% future growth. Vendor shall seal the conduits into the wall to assure that they are watertight.

10.4.3 Cable Tray

Vendor shall install an 18-inch wide cable tray system above the equipment and below the ceiling. The bottom of the cable tray shall be installed 8 feet above finished floor. All cable ladder sections shall be bonded to the interior grounding system. The cable tray shall run up to the transmission line entry and extend in two parallel trays the length of the equipment room.

10.4.4 Grounding and Bonding System

Vendor shall install interior ground system and shall conform to Motorola R-56, Harris 4618/1 R3A, MIL 188-124B and consistent with all other grounding used for the installation of all systems in this RFP document.

The internal perimeter ground (IPGB) bus shall consist of #2 AWG tinned stranded copper conductor with no splices, running along the shelter wall, at a height of 8’ feet above the finished floor of the shelter and a minimum of 12 inches below the ceiling. An IPGB shall be installed in of the equipment shelter. Two separate ground buses shall be installed on opposite sides of the shelter, each of which is grounded to the master ground bar. A gap of not less than four inches shall be provided between the two IPGB’s.

The IPGB shall be supported by insulated mounting standoffs that will maintain spacing from the shelter wall of 2 ½, Stainless steel standoffs with insulating rubber grommet devices shall be installed every 2 feet horizontally or as required to accommodate gradual bends and to avoid sag of the ground wire.

The IPGB shall be grounded to the shelter Master Ground Bar using dual lug compression type ground connectors and the two proper size bolts and hardware for

96 | Page RFP: Town of Cheshire Public Safety Communications System

the drilled hole pattern of the bus bar. Lock washers shall be installed on the nut side of the ground bar. No washers shall be used on the bolt head side of the ground bar.

All connections to Internal Perimeter Ground Buses shall be made as straight as possible with a minimum number of bends using irreversible crimp connections. Minimum bending radius of any ground wire shall be one foot.

10.4.5 Master Ground Bar Inside Equipment Rooms

An internal Master Ground Bar minimum dimensions ¼” deep X 4” tall X 24” wide, Harger model TGBIT14424M2T or equivalent, shall be installed such that it is located directly beneath the transmission line entry port. The ground bar shall be wall-mounted on insulators. The ground bar shall be made of tinned copper and shall be drilled with 63 holes that provide hole spacing on the master ground bar to accommodate type “B”, “C”, and “D” two hole lugs. A minimum 25 foot exothermically welded #2 AWG solid copper tinned wire “tail” shall be installed on the ground bar and shall be connected to the external ground bar on the outside of the shelter. The master ground bar shall be directly connected to the Internal Perimeter Ground Bus halo using #2 AWG copper conductor.

10.5 Lightning & Surge Protection

It is the Town’s goal to reduce possible system damage and failure due to strikes or induced currents. The Vendor shall adhere to current practices in providing protection to sensitive electronic equipment. At a minimum, the Vendors shall comply with the following lightning practices.

10.5.1 Protection for RF Transmission Lines

Each transmit or receive transmission line shall be protected by coaxial surge/lightning protectors, Polyphaser IS-CT50HN, or equivalent, between the transmitter combiner output and the antenna. Lightning arrestors shall be grounded to the bulkhead panel.

Each transmission line shall be grounded at a point above the bend required to exit the tower mounted cable ladder to the ice bridge leading to the radio equipment shelter or room. These grounds shall be installed in accordance with the manufacturer's specifications and shall be sealed against entry of moisture at any location where the outer sheath of the transmission line has been cut or removed.

10.5.2 Protection on AC Power Supply for Electronic Equipment

All AC powered equipment to be installed in equipment shelters or rooms shall be equipped with a surge arrestor, MOV/gas tube combination, in addition to any surge protection equipment that may be installed across the shelter/room power mains.

10.5.3 Protection for GPS Receivers

For GPS receivers used as frequency/time references in the simulcast system, the antenna line shall be equipped with a gas tube surge arrestor Polyphaser IS- MR50LNZ+6 or +15, or equivalent.

97 | Page RFP: Town of Cheshire Public Safety Communications System

10.6 Generator Specifications

10.6.1 Generator Specifications

The Vendor shall furnish brand new standby power generator for all required sites as described in this specification.

10.6.2 General Requirements

An emergency generator, sized appropriately for the demands of the communications shelter and its contents, and powered by diesel fuel shall be used, Generators shall meet all NFPA 70 codes as well as State and local codes. Equipment shall be new and factory tested @ 0.8 power factor for 3 hours.

The Vendor shall install the generator to meet NFPA 70 codes and State and local codes. The generator shall be installed on a designed concrete foundation capable of supporting the generator weight and fuel weight as required and shall be mounted to the foundation as required with the appropriate hardware.

The appropriate battery and charger shall be provided with the generator unit and the Vendor shall install the proper AC circuits to the battery charger and block heater as required by the generator manufacturer.

The Vendor shall provide the appropriate contact wiring between the generator and the automatic transfer switch (switch is to be located in the RF equipment shelter) to allow relays and closures as required by the generator manufacture to acquire all sensing contacts for standard start, stop and run capabilities of the generator as well as alarm wiring for reporting generator status.

The Vendor shall provide the high voltage, low voltage and contact alarm wiring in separate conduits to avoid generator malfunction or impedance of voltage. These conduits as well as all piping from the fuel tank shall be installed as required to eliminate tampering, or being exposed to the weather, animals, birds and insects.

The generator shall be enclosed in a housing sufficiently rugged to protect against weather, animal and insect ingress and tampering.

The generator shall be enclosed in the fenced site compound with adequate area surrounding the generator for service and maintenance.

A muffler and sound suppression cabinet shall be used to minimize noise.

The engine exhaust shall be equipped with a rain cap.

Locate the generator such that required ventilation may be achieved.

Grade relative to fuel source/fuel inlet shall be appropriately considered.

The generator shall provide three (3) phase, 60 Hz, 120/240 volts at the required amperage required to power the entire Town of Cheshire shelter load including all RF 98 | Page RFP: Town of Cheshire Public Safety Communications System

equipment loads, UPS loads, HVAC loads and other required electrical loads including DC plants.

The generator shall set shall meet NFPA 110, Level 1, when equipped with the necessary accessories and installed per NFPA standards and shall operate at full load while maintaining a frequency rating at 60 Hz.

The generator shall provide a minimum of three cranking cycles of at least 15 seconds before lockout and activation of an over-crank alarm condition.

The generator shall accept rated load in one step.

The generators shall shut down and lock out upon: (per NFPA 110)

 Failure to start (overcrank)  Over speed  Low lubricating oil pressure  High engine temperature

The generator shall be compatible with the appropriate automatic transfer switch. The generator shall contain a main breaker on the unit sized for the full rated power of the generator.

The generator shall have manual starting and stopping capabilities on the control panel of the generator.

Fuel storage tanks shall be secured to appropriate concrete foundations designed for the generators with the appropriate hardware and shall be properly installed and meet all local fire and building codes.

All piping, regulators and other installation materials as required shall meet all local fire and building codes.

Acceptable Vendors for the generators are KHOHLER, GENERAC, ONAN or approved equivalent. A Cummins Diesel engine is preferred.

Alarms to be supplied by the generator as fault conditions are as follows:  Low oil pressure  High coolant temperature  Low fuel  Generator Run  Generator Fail

The generator shall contain meters located on the generator controls for the following items:  Voltage for each phase  RPM  Frequency  Amperage

99 | Page RFP: Town of Cheshire Public Safety Communications System

All connections shall be waterproofed.

10.6.3 Generator Warranty

A no deductible warranty, which provides for on-site service by a factory authorized service representative, shall be provided. This warranty shall provide coverage against all defects in materials and workmanship for a period of three years from the acceptance date of the radio communications system.

10.6.4 Start Up Service

The Vendor shall provide as part of the purchase of the generator full start up service of the generator under full load (if necessary, resistive load bank testing).

The test data will be recorded on the generator and a copy of the test information will be provided to the Town of Cheshire for their records and another copy shall be kept at the site with the appropriate generator documentation and log book of all visits and tests of the generator. 10.6.5 Training

Vendor shall provide one-time training of staff on proper operation, to occur during scheduled start-up.

10.6.6 Type of Generator

Generators shall be 30 KW/37.5 KVA; Tier 4 Final EPA Certified for Stationary emergency and non-emergency applications; diesel-fueled, four cycle, and engine driven sets with low reactance, brushless generator.

Generators shall be fuel efficient: maximum of 2.8 gallons-per-hour during 100% duty during standby, prime, or continuous rating use.

The internal engine fuel tank shall be sufficiently sized to run the generator for a full 24 hour period with a full load at the prime generator rating without drawing fuel from an external fuel tank.

Engine shall be radiator cooled Exhaust Gas Regeneration (EGR) and Diesel Oxidation Catalyst (DOC) to meet Tier 4 Final without a Diesel Particulate Filter (DPF). Engine cylinder head & crankshaft material shall be cast iron. Intake valve and exhaust material shall be stainless steel

Generator sets shall be equipped with a temperature compensated automatic voltage regulator with under speed protection function, a control panel, and high ambient temperature cooling system.

Generator shall be equipped with a clearly visible and easily accessible Local Emergency Shut Off Switch.

100 | Page RFP: Town of Cheshire Public Safety Communications System

10.6.7 Ratings

Output power rating of the generator shall be a minimum of 30 KW / 37.5 KVA; full load current 110 Amps at 120/240 Volts A.C., 60 Hertz. The generator shall be capable of full single-phase output @ 1.0 pf.

Generator shall have isochronous governor.

Generator housing shall be designed having durable steel with sound attenuating housing to ensure quiet operation, not to exceed 70 dB(A) log average @ 25 feet distance with full load at prime rating.

Generator shall include 110% primary environmental containment basin for oil and coolant, in addition to 110% secondary containment tank for fuel.

Site conditions -- Altitude - 1500 feet above mean sea level or less at each site

Ambient Temperatures: Equipment shall be mounted on a concrete pad suitable for supporting generator weight and in an outdoor, all-weather environment with an operating range temperature range of -40 to 70 degrees Celsius.

Voltage Regulation: +/- 2% of rated voltage for constant load between no load and full load

Frequency Regulation: .5% from steady-state no load to steady state rated load

Single Step Load Pickup: 100% of rated output power, less applicable derating factors, with the engine -generator at operating temperature.

10.6.8 Generator Set Control

Generator shall have digital microprocessor display showing full system status.

The generator shall be a remote start type compatible with the automatic transfer switch to be supplied pursuant to this procurement. Manual starting and stopping shall be provided either from the control panel or remotely through the Network Management System utilizing an analog output relay.

Generator Protection Controls: (per NFPA 110)

Generator alarm contacts shall be wired into and shall be reported by the Network Monitoring and Alarm system being supplied pursuant to this procurement.

10.6.9 Fuel Supply

All generators shall be fueled by diesel fuel.

101 | Page RFP: Town of Cheshire Public Safety Communications System

10.6.10 Battery and Charger

A lead acid starting battery rated for the engine type to be supplied shall be furnished and installed with the generator set. This battery shall be float charged by a 10 Amp voltage regulated charger which is powered by 120 volts AC. Float, taper and equalize charge settings shall be provided. Battery charger shall be located in the generator cabinet/housing.

Form C alarm contacts shall be provided and connected to the Network Monitoring and Alarm system to report loss of AC power, low battery voltage, high battery voltage, and power on.

10.6.11 Cooling System

A radiator cooled engine is required. The radiator shall be filled with a water and coolant mixture in accordance with the engine manufacturer's recommendations.

10.6.12 Mounting Base

The generator set shall be mounted to the concrete generator pad.

10.6.13 Documentation

The following documentation shall be supplied to the Town of Cheshire for each generator set and transfer switch supplied:

 Specification and data sheets for the exact type and model generator and transfer switch supplied pursuant to this procurement, including all options and accessories

 Manufacturer's certification of prototype testing

 Manufacturer's warranty documents

 Shop drawings showing plan and elevation views of the equipment

 Interconnection wiring diagrams showing all external connections required; with field wiring terminals marked in a consistent point-to-point manner

 Manufacturer's installation instructions

Operator's and maintenance manuals that outline routine maintenance and troubleshooting procedures

 Transfers switch manual and wiring diagram.

10.6.14 Fuel Supply Tank

The generator fuel tank fully painted, rust prevention coated and an integral part of the generator is to be mounted above ground on a concrete pad. The concrete pad shall extend not less than twelve inches above grade. Tanks shall be mounted to and

102 | Page RFP: Town of Cheshire Public Safety Communications System

secured with “J” bolts that are installed at the time the concrete mounting pad is poured. The tank will be installed per National Fire Protection Association Code NFPA 58, Section 6.3.4.3. The tank shall be designed and listed for above ground installation in accordance with American Society of Mechanical Engineers standards. The integrated fuel tank should be sized to run the generator at full load for a minimum of 24 hours.

The fuel supply shall be installed in accordance with National Fire Protection Association Code.

Vendor shall arrange for the tank to be filled with diesel fuel before conducting acceptance tests.

All necessary regulators, drip pots, piping, meters, or other supplies needed for an installation which meets applicable fire and building codes shall be furnished and installed by the Vendor.

In order to prevent vehicle damage, Vendor shall install six-inch (6”) diameter capped steel pipe bollards of a minimum height of three feet above grade that are prepared, primed and painted with rust resistant yellow paint shall be installed at a maximum of five foot intervals around the generator. Bollards are to be marked with 3M Diamond Grade yellow high reflective sheeting or equivalent that will provide a usable lifetime of a minimum of seven years.

10.6.15 Transfer Switch

An automatic transfer switch, which provides switching of the equipment shelter electrical load between commercial power and generator power, shall be supplied and installed for each generator set. The transfer switch shall be completely factory assembled and shall contain electronic controls designed for surge voltage isolation, with voltage sensors on all phases of both input power sources. Permanently attached manual handles shall also be installed on the transfer switch. The switch shall provide positive mechanical and electrical interlocking and mechanically held contacts. Quick-make and quick-break contact mechanisms shall be provided for transfer under load.

The transfer switch shall be installed in a key locking, UL listed, NEMA cabinet to be mounted on a wall in the electronic equipment shelter. The switch shall be fully wired and integrated with the engine generator set in accordance with local electrical and fire codes.

All transfer switches and accessories shall be U.L. listed and labeled, tested per U.L. Standard 1008 and CSA Approved.

10.6.16 General Specifications

Transfer switches shall be double throw electrically and mechanically interlocked and mechanically held in both positions.

103 | Page RFP: Town of Cheshire Public Safety Communications System

Main switch contacts shall be high pressure silver alloy. Contact assemblies shall have arc chutes for positive arc extinguishment. Arc chutes shall have insulating covers to prevent intermittent-phase flashover.

Form C contacts shall be provided in each position for alarm reporting purposes. These contacts shall be connected to the NMS system for reporting transfer status.

The transfer switch shall be continuously rated for operation in ambient temperature ranges of -30 to +120 degrees F. Transfer switches shall be rated to carry 100% of the rated current in the enclosure.

10.6.17 Automatic Controls

Transfer switch control shall be solid state and designed for a high level of immunity to power line surges and transients. The device shall be tested in accordance with IEEE Standard 587-1980 (or latest revision). Controls shall have optically isolated logic inputs, and isolation transformers for AC inputs. Relays shall be installed on all outputs.

Solid state under-voltage sensors shall simultaneously monitor all phases of the standby power source and the commercial power source. Pick up and drop out voltage settings shall be adjustable. Voltage sensors shall allow for adjustment to sense partial loss of voltage on any phase.

Controls shall be provided with solid state overvoltage sensors, adjustable from 100- 130% of nominal input voltage to monitor the source. An adjustable time delay shall be provided.

Automatic controls shall signal the engine-generator to start upon signal from normal source sensors. A time delay start, variable from 0 to 5 seconds, shall be provided to avoid nuisance startups. Battery voltage starting contacts shall be gold, dry type contacts that have been factory wired to a field wiring terminal block.

The switch shall transfer when the emergency source reaches the set point voltage and frequency. A time delay shall be provided for transfer that is variable from 0 to 120 seconds.

The switch shall retransfer the load to commercial power after a time delay retransfers. This time delay shall be variable (adjustable) from 0 to 30 minutes to avoid short engine run times. The retransfer time delay shall be immediately bypassed if the emergency generator fails.

A control shall automatically signal the engine generator to stop after a time delay, which shall be adjustable from 0 to 10 minutes, the time starting on return to commercial power.

Power for transfer operation shall be from the source to which the load is being transferred.

104 | Page RFP: Town of Cheshire Public Safety Communications System

Diagnostic indicators shall be provided to allow the last successful step in the sequence of control functions to be pinpointed. The present status of the control functions shall also be indicated. These functions, at a minimum, shall include:

 Source 1 OK  Start generator set  Source 2 OK  Transfer timing  Transfer complete  Retransfer timing  Retransfer complete  Timing for stop

10.6.18 Front Panel Control Devices

A key operated selector switch shall be provided which will provide the following functions:

Test - to simulate commercial power loss to allow testing of the generator set with or without transfer of the load.

Normal - leaves the switch in its normal operating position

Retransfer - a momentary position that will provide an override of the retransfer time delay and cause immediate return to the commercial power source (if available).

10.6.19 Exerciser Clock

The transfer switch shall be equipped with an exerciser clock that allows setting the day, time and duration of a generator set exercise/test period. Tests under load or with no load shall be selectable.

10.6.20 Manual Transfer Switch

Each equipment shelter shall be constructed with a manual transfer switch connected to a fused portable generator receptacle.

105 | Page RFP: Town of Cheshire Public Safety Communications System

11.0 Implementation Management

11.1 General

Vendor shall describe their plan to satisfy all system implementation requirements. Provide a description of the project management approach to be used, and staff to be assigned to the project. Vendor shall provide a project schedule in Gantt chart format depicting the start and stop dates for all tasks, with major project events and milestones from Contract execution to final system acceptance, including tasks, resources, task duration, task responsibilities, and milestones. Vendor shall include an estimate of the project completion date, based upon the tentative project commencement date. At a minimum, the following tasks shall be addressed in the project schedule and implementation plan:

TASK RESPONSIBLE PARTY

Contract award The Town Equipment submittal Successful Vendor

FCC Licensing – Public safety channels The Town, based on requirements stated by Vendor / Successful Vendor Site acquisitions The Town System Design/Engineering Successful Vendor Submittal of Detailed Design Document Successful Vendor Detailed Design Review The Town / Successful Vendor Approval of Detailed Design Document The Town Bi-Weekly Project Status Meetings Organized by the Successful Vendor / to include The Town Programming template The Successful Vendor in concert with the Town

Infrastructure programming Successful Vendor Subscriber programming Successful Vendor

Infrastructure Equipment Manufacture Successful Vendor System factory staging ATP Submittal Successful Vendor Staging ATP Approval The Town System factory Acceptance Testing Successful Vendor / The Town Site preparation and site improvements The Town

106 | Page RFP: Town of Cheshire Public Safety Communications System

Delivery of equipment at either the Town's Successful Vendor

Or Successful Vendor's facility

Installation of Network showing start and Successful Vendor end dates of Infrastructure, Microwave, Dispatch Consoles, & Subscribers

System Optimization Successful Vendor Submittal of System Acceptance Test Plan Successful Vendor Approval of System Acceptance Test Plan The Town Performance of System Acceptance Test Plan Successful Vendor Submittal of training plan Successful Vendor Approval of training plan The Town Training of operations and maintenance Successful Vendor personnel Training of Communications Center Successful Vendor personnel Training of radio users Successful Vendor Coverage Testing Successful Vendor/The Town Develop Non-Disruptive Cutover Plan Successful Vendor Approve Non-Disruptive Cutover Plan The Town System acceptance testing by subsystem Successful Vendor System fully complete and operational Successful Vendor Begin Warranty Successful Vendor

The Vendor shall provide a cutover plan that provides for continuous operation of the Town's existing radio communications, E9-1-1 telephone and computer-aided dispatch systems. No interruption of public safety or essential public services related to system installation is acceptable.

Provide a detailed implementation plan, coinciding with the project schedule, which describes how the Vendor will deliver, install and meet acceptance.

11.2 Project Organization and Resource Plan

Vendors shall provide a detailed project organization plan as described in Section 2.6.4 of the RFP.

11.3 Detailed System Design Document Review

Within thirty (30) days of contract award, Vendor shall submit a Detailed System Design Document (“DSDD”) which comprehensively delineates the turnkey system that shall be implemented for the Town. This document shall specify all plans, designs, materials, labor, installations, training, and tests that shall be provided by the Vendor prior to final system acceptance. For proposal evaluation purposes, Vendor shall include with their proposal a detailed outline of what will be included in their DSDD.

107 | Page RFP: Town of Cheshire Public Safety Communications System

Successful Vendor shall coordinate a DSDD review which shall be held during a two (2) week period of time with the Town of Cheshire’s Project Personnel, and Town’s technical consultant and Program Manager. Vendor shall submit and/or respond to any questions or clarifications related to complete system implementation during this review period. Vendor shall not commence with equipment orders or system implementation until Vendor receives written approval from the Town’s Project Manager that the Town is in agreement with the plans, materials, and labor necessary to deploy the contracted system.

11.4 Project Schedule

The final network acceptance and all related documentation shall be completed in accordance with the project summary schedule outlined in Section 2.5 of the RFP. In response to the RFP, Vendors shall provide a detailed project schedule showing key tasks and milestones as outlined in Section 2.6.4 of the RFP.

11.5 Project Management and Controls Plan

Vendor shall include in their proposal their detailed methodology for Project Management and Control as outlined in Section 2.6.4 of the RFP.

11.6 System Installation Plan

Vendors shall include in their proposal details on the planned installation schedule and procedures to ensure that equipment is installed in a timely logical sequence and in a workmanship like manner. This shall be provided prior to contract award. The Installation Plan shall include the plans to install the P25 Infrastructure, Dispatch Consoles, Microwave Network, and Subscriber Equipment.

11.7 System Acceptance Test Plan (SATP)

As part of the implementation plan, the Vendor shall include their proposed System Acceptance Test Plan. This plan shall form the basis for a mutually agreed upon SATP between the Town and the Vendor. The SATP shall, as closely as possible, resemble the "real life" application of the equipment and shall include, but not be limited to Technical compliance of infrastructure, network, console, and subscriber equipment; and operational compliance of all user equipment.

In addition to the Vendor-provided equipment, all existing Town of Cheshire equipment to be modified, reallocated, or reconnected to the new system shall be tested or demonstrated to be fully functional both before and after modification, relocation, and/or reconnection.

11.8 Coverage Acceptance Test Plan (CATP)

The Town’s acceptance of the RF coverage portion of the system shall be based on successful passage of the RF Coverage Acceptance Test.

A detailed RF Coverage Acceptance Test Plan shall be included in the Vendor’s response. CATP shall reflect the system proposed and include (at a minimum) the following items:

108 | Page RFP: Town of Cheshire Public Safety Communications System

 A brief description of how the test shall be conducted.  Town of Cheshire manpower requirements.  A list of mobiles and portables in the system to be supplied by the Town of Cheshire for the actual data gathering  How long the test shall take (approximate time)  An explanation of the methodology of data gathering.  An explanation of how the results shall be tabulated and documented.  An explanation of why the methodology of data gathering and presentation of the results to the Town shall "prove" that the coverage reliability requirement of this document shall be met.  Coverage testing shall be conducted during a period of “full foliage” (approximately June 1- September 30).

11.9 Operational Transition Plan

The Vendor is to describe in this response a cutover plan. This plan shall include a chronological chart (Gantt-type format) with the tasks to be accomplished and the time for achievement of each task shown. A smooth operational transition from the existing systems to the new P25 Simulcast radio system and digital microwave system is the goal. The selected Vendor shall be required to implement the plan as part of the written procurement contract.

The Vendor shall provide an updated detailed cutover plan for each user agency 60 days prior to equipment installation. Cutover cannot be phased; the existing systems must remain operational until completion of the P25 Simulcast System project. The plan shall be approved by the Town of Cheshire before commencement of installation.

The detailed cutover plan shall include a narrative description of the sequential cutover steps and a clear delineation of which tasks are the responsibility of the Vendor and which tasks are the responsibilities of the Town.

The existing communications system shall remain operational during the cutover phase. The Vendor shall provide a phased implementation plan that will ensure that no current dispatch function is negatively impacted or impaired during system cutover to the new communications system.

109 | Page RFP: Town of Cheshire Public Safety Communications System

12.0 Factory Staging / Acceptance Testing

12.1 Factory Acceptance Test Plan (FATP)

As part of this proposal, the Vendor shall provide staging of the offered equipment at or near the Vendor’s primary engineering/manufacturing facility. This will include ALL new components, sub- networks, and ancillary equipment required to construct and perform a Factor Acceptance Test of the proposed network.

As part of the proposal, the Vendor shall develop a preliminary Factory Acceptance Test Plan (FATP) document for sub network component testing and integration testing, to test the interface among the sub network equipment.

12.2 Factory Staging Prerequisites

Prior to delivery to the site and installation, the system shall have been fully and extensively factory- tested by the manufacturer prior to shipment. This testing shall encompass all parts of the system from the board level to the finished system level. Computer assisted testing shall be used to assure proper operation of all items furnished as part of this specific installation. The Vendor shall provide original certification from the Manufacturer of the testing. Factory staging acceptance testing at the Staging Facility will be scheduled at the time that the Vendor has received and connected all components of the System, and all equipment and subsystems are functioning as a System as specified in this RFP, and after the System has completed the manufacturer’s recommended “burn-in” period, The Town of Cheshire will inspect the System and observe factory staging acceptance tests.

12.3 Factory Staging Area

The Vendor shall provide a staging area to permit the system to be tested prior to permanent installation at all sites. This test shall simulate as close as possible the final configuration of the system.

12.4 Minimum Staging Requirements

Factory staging acceptance tests shall demonstrate the fully integrated land mobile system functionality. Failure scenarios shall be demonstrated to the Town representatives.

These tests shall be monitored by the Network Management Subsystem (NMS) for the purpose of testing the NMS equipment.

A final matrix of all the tests to be performed and descriptions of each test shall be provided by the Vendor not later than 30 working days prior to the demonstration date for the Town's approval.

At the successful completion of the staging demonstration, a representative of the Town of Cheshire will approve the shipment of the equipment to the Town's sites for installation. If the demonstration or staging fails to meet the Town's expectations, another date will be set to repeat the event at the expense of the Vendor. No system equipment, sub-system, or components shall ship from the staging facility without the Town’s approval. Shipment also can be delayed if the project schedule has changed and the Town requests a shipping delay.

At a minimum, the following components shall be tested at staging:

110 | Page RFP: Town of Cheshire Public Safety Communications System

 System central controlling device(s) if applicable to the product  Console(s) and all other console equipment  RF subsystem  Antenna multiplex system  Network Management System  Microwave System

12.5 Staging Participation

The Staging Area/Testing Site shall permit the Town representatives to become familiar with the system, and test the system features. The Vendor shall prepare and provide costs for staging attendance to provide for factory acceptance testing as well as any system level training that would benefit the Town for better comprehension of the testing process. Travel to the Vendors staging facility shall be included for four (4) representatives from the Town and one (1) representatives from the Town’s project management team.

12.6 Equipment Pre-Assembly for Shipping

The site equipment of the System shall be assembled as complete sites for direct shipment to the site locations in the field or to a storage location approved by the Town. All cabling, wiring, programming and equipment configurations shall be completely integrated in the final configuration prior to shipment. Upon arrival at its final destination, the hookup of racks, external power, grounding, LAN/WAN and antennas to the site equipment should complete the physical integration of the sites and allow them to be "on-air" ready. No additional work should be needed to ready the site for operation. It is understood that additional optimization (level setting, power adjustment, etc.) may be required to meet the technical requirements of this specification.

12.7 Post FATP Documentation

Vendor shall create or update the following documents of network staging at FATP facility:

 Baseline network design documents  Interconnection charts  Interconnection cable description and inventory  Printout of equipment parameters  Inventory with serial numbers and installation reference  Software/firmware version numbers

111 | Page RFP: Town of Cheshire Public Safety Communications System

13.0 Shipping, Warehousing, Inventory

The Vendor is responsible for the packing, shipping, unloading, warehousing (if necessary), local shipping (if necessary), inventory, and installation of all equipment proposed. The following paragraphs further delineate the Vendor’s responsibilities.

13.1 Shipments

The Vendor is responsible for providing safe transportation and delivery of all material defined by this RFP from the place of origin to the Vendor designated locations. No equipment shipments to the Town’s owned, or leased locations, or to the locations of system participants shall be made without the approval of the Town.

All packaging of material shall conform to good packing practices to protect against any possible shipping damages.

The choice of the method of delivery shall be made by the Vendor to ensure that the system is installed to meet the Town’s critical dates as defined in the final implementation schedule.

The Vendor shall advise the Town’s Project Manager how equipment or systems will be delivered, i.e. identify the carrier and destination. The Vendor shall provide the Town’s Project Manager 48 Hour Advance Notification of the shipping dates. The Town’s Project Manager shall be promptly provided confirmed notification of any changes in shipping dates that result from delays in transit.

Title to and ownership of the equipment for the entire system shall remain with the Vendor until the equipment is delivered, successfully installed, and operational at the radio site as characterized in the Acceptance Test Plan.

Vendors costs are to be inclusive of all additional freight, express freight, shipping, cartage, packing or crating, offloading, storage, or unpacking.

An itemized delivery ticket shall be left with the goods to document their receipt by a designated Town representative. If a carrier makes delivery, an itemized delivery ticket shall be attached to the outside of the package.

13.2 Equipment Inventory

The Vendor shall provide an itemized list of all subscriber and fixed infrastructure equipment provided by site including serial numbers to assist the Town with asset tracking and inventory.

112 | Page RFP: Town of Cheshire Public Safety Communications System

14.0 System Installation

The Vendor shall develop an Installation plan that shall take every precaution necessary and anticipate every potential possibility of system disruption so as to minimize and avoid as much disruption as possible.

The plan shall address the transition and migration of the existing users to the new network. The plan shall include the deployment, at a minimum, of each of the networks below:

 P25 Infrastructure Installation.  Microwave Network Installation  Console System Installation  Subscriber Equipment Installation

Unless otherwise stated in other sections, the following applies to all Vendor installations:

 The Vendor shall employ Motorola R56 Installation Standards, or approved equal, for all fixed station and site equipment installations and follow best practices for mobile installation.  The Vendor shall identify the facilities where the major network items will be delivered and stored prior to installation.  The Vendor shall provide all necessary hardware, tools, equipment and other supplies, and transportation for the successful installation of all new network equipment.  The Vendor shall be responsible for optimization, troubleshooting, and adjustment of each sub- network.  The Vendor shall install equipment in a neat and workmanlike manner, in accordance with best practice, using technicians or mechanics approved by the Town of Cheshire.  The Vendor shall ensure that adjustment or alignment of any transmitter or receiver shall be performed by factory certified technicians.  Equipment cabinets and enclosures shall present a sealed enclosure to minimize the entry of insects and to prevent entry of birds and rodents.  All audio and control cable and wiring between new Network components shall be shielded, and grounded at both ends, or as recommended by the manufacturer.  Cable and wiring interfaced to the transmission backbone network shall be shielded up to the termination equipment or demarcation punch-blocks.  All external equipment inter-cabling, whether RF, AC, Audio or Control cables and/or wiring, shall be labeled with pre-printed adhesive wire markers. Markers shall be placed at each end, adjacent to the connector, plug or terminus. For cables and/or wiring within a shelter, markers shall be placed at five (5) foot intervals along the length of the cable and/or wiring. This data shall be recorded in the installation documentation.  All cable/wiring bundles exiting the equipment shall exit through the top of the cabinets. Rubber grommets or other suitable protection shall be used at cabinet knockouts to protect the cable/wiring.  All equipment cables or cable bundles, to the greatest extent feasible, shall be neatly tied by means of lacing string and secured by clamps to flat surfaces.  Splicing of antenna, power, audio and/or control cables/wiring shall be unacceptable.  All rubbish and debris associated with site preparation; unpacking of shipping materials; and/or the installation of equipment or networks related to this project shall be removed from the premises every day by the Vendor.  A site is deemed ready for Vendor equipment installation only after mutual agreement by the Town of Cheshire and the Vendor that the site has adequate room in an existing building or shelter to accommodate the equipment to be installed, and electrical service and internal distribution are in place. In addition, the circuits provided by the Town shall have been satisfactorily tested.

113 | Page RFP: Town of Cheshire Public Safety Communications System

15.0 Training

Vendor shall include in their proposal a preliminary training plan. Following contract award, Vendor shall submit a detailed plan for all training for approved by the Town at least 60 days prior to the communications system installation.

15.1 User Training

Concurrent with the installation and prior to the performance period of the communications system, the Vendor shall provide multiple on-site orientation and training sessions for the Town’s dispatch and field radio personnel as to all aspects of the operation and functioning of the new communications system. Vendor shall prepare training for up to 35 dispatchers and up to 5 train the trainer staff. Personnel shall be trained in all available routine features and functions as well as in the following areas:

 The configuration of the new system and its operational modes, and differences between the new system, and the existing conventional system.  Operational theory of control consoles, base repeater, voting system, RF control stations, mobile and portable equipment, and digital, conventional, and failure modes of operation.  Hands-on familiarization with all communications control functions and equipment.  Proper radio technique.  Basic mobile/portable/dispatcher operator maintenance and diagnostic troubleshooting techniques.  System manager terminals and report generation.  The Town of Cheshire reserves the rights to video tape all training at its expense to provide a permanent training record and system operations record. The Vendor shall provide all training materials and supplies. A copy of any and all training material shall become the property of the Town. The training sessions shall be scheduled at times and locations designated by the Town. The training may be required on multiple shifts including evenings and/or weekends without extra cost to the Town.  The Town will provide classroom space where training can be conducted. The Vendor shall supply live equipment to be used in a “hands-on” environment, as well as all supporting equipment.  The Vendor shall specify in the Proposal the following training provisions for Town of Cheshire Personnel: - System Manager training for a minimum of eight (8) persons, one (1) session each - Dispatch personnel Train-The-Trainer classes for a minimum of five (5) persons, one (1) session each.

 Vendor trainers shall be on-site for each shift for the first three days of go-live.  The Vendor shall specify the time required to train Town’s personnel within a time frame commensurate with system implementation.

15.2 System Manager Training

Vendor representatives shall provide training to selected Town supervisorial and management personnel who will be responsible for making database entries, setting up user files, and administering services with the communications system. This training shall include intensive instruction on all aspects of tasks necessary to operate the system. The training class shall consist of approximately 8 people.

114 | Page RFP: Town of Cheshire Public Safety Communications System

16.0 Acceptance Testing

The Vendor shall verify system performance to the Town of Cheshire prior to beginning the Performance Period. System performance shall be demonstrated by equipment/system tests and verifications.

The Vendor shall provide all necessary technical personnel and test equipment to conduct the tests. The Vendor shall coordinate with the Town in regard to scheduling of the tests and provide at least three weeks’ notice prior to performing the tests.

It is recognized that a variety of testing procedures and equipment may be utilized to verify a particular specification. Therefore, the Vendor shall be afforded latitude in this regard provided the methods proposed are regarded as acceptable in the industry, as determined by the Town of Cheshire and the Town’s technical consultant. All test results shall be recorded in a standardized format to be determined by the Vendor. The format to be used for recording of test program data shall be submitted to the Town for approval 30 days prior to testing. All recorded test program data shall be dated, witnessed, and signed by the Town of Cheshire’s Project Manager and designated representatives and the Vendor. The entire test data shall be presented in a single test report.

16.1 System ATP

After field installation of the fixed infrastructure, Vendor shall perform those checks and tests that are critical network parameters and functions tested during the initial FATP tests will be re-checked and re-tested for verification purposes.

Prior to the commencement of this activity, Vendor shall deliver a final field test plan to the Town of Cheshire for review, modification, if necessary, and approval.

At the conclusion of the field tests, Vendor shall present to the Town of Cheshire written certification that the tests performed were in accordance with the approved test plan, the tests were successful and the actual results of the tests as recorded.

Designated representatives from the Town of Cheshire shall attend the field tests.

16.1.1 Performance Verification Tests

This test shall be performed to demonstrate that the Town of Cheshire Radio Network and related sub-networks have been properly configured and optimized; and that they will operate fully, and properly, without a major network failure.

This test shall be performed after all the tests and inspections defined earlier in this section have been accepted, and before network cutover.

During the test, all network features and functions shall be fully operational and accessible to the test users.

The Town shall approve the selection of test users.

The duration of this test shall not be for less than a continuous sixty (60) calendar day period. If a major failure occurs within this period, the continuation or re-start of the test will be at the discretion of the Town. The Town defines major failure as any failure that causes full featured or full function radio communications to be lost on any one-radio channel or at any one (1) fixed Equipment site.

115 | Page RFP: Town of Cheshire Public Safety Communications System

The Operational System Test shall consider, at a minimum, the following items. P25 System Features shall be included but not limited to the following:

Automatic unit identification.

Emergency alarm function.

Digital and Analog Channel Mode selection (mobile, portable, control station, console networks). Repeater failure.

Router or Switch Failure

Frequency standard

Simulcast optimization equipment.

Operation of equipment alarm functions.

Links between sites.

Base Repeater Functions including, but not limited to:

Transmit frequency and authorized transmission mask.

Output and reflected power.

Receiver sensitivity.

Receiver selectivity.

Receiver multi-coupler gain.

Receiver preamplifier gain.

Time domain reflectometry of transmission line.

Conducted spurious and harmonic emissions.

Transmitter combiner loss

Duplexer.

Alarm functions

Receiver audio output levels Voting (if applicable) network function and level adjustment.

Verification of proper orientation of directional antennas.

Proper operation of standby frequency standard

116 | Page RFP: Town of Cheshire Public Safety Communications System

Dispatch Console Functions including, but not limited to:

 Proper operation of channel access  Proper operation of all signaling functions.  Proper operation of volume and mute controls  Proper operation of headset interfaces and volume controls  Proper operation of cross patch functions.  Proper operation of cross mute functions.  Proper operation of instant call recorder/playback  Proper operation of relay controlled external devices.  Proper operation of preprogrammed simulcast or group control functions  Proper operation of clocks, meters or other displays contained in console. - Operation of self-diagnostic and testing features contained in the consoles electronics through simulation of failures  Proper operation of automatic unit identification and emergency identification functions.  Proper operation of uninterruptible power supplies

Antenna and transmission line tests:

 All antennas and transmission lines shall be tested from the interior of the equipment buildings using Time Domain Reflectometry (TDR) and a TDR unit capable of producing a hard copy of the results. This method of measurement shall indicate any impedance discontinuities in the transmission line/antenna system. Additionally, the VSWR shall be determined at the input connector of the transmission line.  The Vendor shall provide suitable documentation of the test results. At a minimum, the TDR (photograph, thermal printout, or graphic drawing) test data shall be provided.  Subscriber radios  Transmit frequencies.  Transmitter deviation/transmit bandwidth (normal speech).  Forward and reflected power at transmitter output.  Receiver frequencies.  Receiver threshold sensitivity  Network Monitoring and Control System  RTU alarm monitoring points shall be tested using local display.  Verify reporting of alarm remote terminals to workstation terminals. Verify performance of controls to remote terminals.  Master terminal station shall be verified for proper programming, redundant switching, reporting, and report generation  Workstation terminals shall be demonstrated for proper operation and presentation of graphics and text displays  Microwave Radio Tests  Net path loss shall be measured and recorded for each RF path.  Received carrier power for each end of each path  Calculation of flat fade margin

117 | Page RFP: Town of Cheshire Public Safety Communications System

16.2 Site Audits

After installation of the fixed infrastructure, Vendor shall perform field inspections to verify that equipment installations have been completed in accordance with the Town of Cheshire’s Specifications, the Vendor’s installation practices and standards, and Town’s expectations that the workmanship will be neat and professional.

Prior to the commencement of this activity, Vendor shall deliver a final field inspection plan to the Town for review, modification, if necessary, and approval.

At the conclusion of this activity, Vendor shall present to the Town of Cheshire written certification that the field inspections performed were in accordance with the approved plan, and that the results of the inspections were satisfactory.

Designated representative(s) of the Town shall attend these inspections.

16.3 Coverage ATP

The Town’s acceptance of the RF coverage portion of the system shall be based on successful passage of the RF Coverage Acceptance Test.

A detailed RF Coverage Acceptance Test Plan (RFC-ATP) shall be included in the Vendor’s response. The RFC-ATP shall reflect the system proposed and include, at a minimum, the following items:

 A brief description of how the testing shall be conducted.  Town manpower requirements.  A list of testing instrumentation to be supplied by the Vendor for the actual data gathering.  How long the test shall take (approximate time).  An explanation of the methodology of data gathering.  An explanation of how the results shall be tabulated and documented.  An explanation of why the methodology of data gathering and presentation of the results to the Town of Cheshire shall "prove" that the coverage reliability requirement of this document shall be met, and shall certify that testing process closely correlates to the actual coverage reliability.

The RF coverage performance tests shall be performed in all geographic areas of the Town hereinafter referred to as the service area.

Consistent with TSB-88 requirements for coverage testing of simulcast RF systems, talk out testing shall be performed utilizing Bit Error Rate (BER) testing and both talk out and talk back testing shall be performed utilizing Digital Audio Quality (DAQ) testing.

Testing shall not commence until the Vendor has installed and activated all infrastructure equipment provided in response to this RFP, and testing shall occur while the system is operating in digital simulcast mode.

Data for the BER and DAQ tests may be collected simultaneously but must be analyzed and evaluated independently. Rain shall not delay the scheduled testing.

In addition, the identified critical infrastructure locations where radio coverage must be guaranteed shall also be tested.

System acceptance will occur after successful completion of the BER, DAQ and critical infrastructure coverage tests. The required BER, DAQ and critical infrastructure testing procedures are detailed in the next three sections.

118 | Page RFP: Town of Cheshire Public Safety Communications System

16.3.1 Bit Error Rate Testing

The Vendor shall perform an automated BER test to evaluate system talk out. The test evaluation team shall consist of a minimum of one Town representative and one Vendor representative, who must be present and verify the testing process.

In order to perform this test, the service area shall be divided into uniformly sized grid squares, consistent with TIA/EIA/TSB88-C, in order to yield a 95 percent or higher confidence level. The maximum allowable grid size shall be 0.25 miles on any side. An automated BER test shall be performed in each grid where any portion of that grid is within the service area boundary. Testing points within each grid shall be randomly chosen. All randomly chosen test points must be within the service area.

This automated coverage test shall incorporate critical time constants for VHF RF coverage testing. A method of correlating the location and the BER measurement, such as a GPS receiver, shall be employed to assist with the subsequent coverage performance analysis. The testing instrumentation shall be configured to allow use both on foot and in a vehicle, and shall simulate a portable radio, worn at hip level, for all grids covering any portion of Town. The testing instrumentation shall be verified by an independent means acceptable to the Town both before and immediately following the test. Test equipment shall remain in the possession of the Town for the duration of the test.

Test route(s) shall be developed by the Vendor that address the entire service area of the Town. All test routes will be approved by the Town of Cheshire. Required data shall be recorded at each grid throughout the test route. Transportation shall be provided by the Town to any test locations not generally accessible by car.

Successful completion of the BER test shall occur when 95 percent or more of the total grids yield a BER of 2% or less.

16.3.2 Delivered and/or Digital Audio Quality (DAQ) Testing

The Vendor shall perform a DAQ test to evaluate system talk out and talk-back. The test evaluation team must consist of a minimum of two Town representatives and one Vendor representative, who must be present to conduct this test.

In order to perform this test the service area shall be divided into uniformly sized grid squares with sides as determined in TIA/EIA/TSB88-C to yield a 95 percent or higher confidence level. The maximum allowable grid size shall be 0.25 miles on any side. A DAQ test shall be performed in each grid where a portion of that grid is within the service area. A test point within each grid will be selected by the Town, with the understanding that selected points shall not cluster adjacent grid test points together. All selected test points must be within the service area.

The testing instrumentation shall be configured to allow use both on foot and in a vehicle, and shall simulate a portable radio, worn at hip level for all grids covering any portion of the Town. The testing instrumentation shall be verified by an independent means acceptable to the Town of Cheshire both before and immediately following the test. Test equipment shall remain in the possession of Town.

Each test point may be evaluated from a fixed location or in a moving environment, at the Town of Cheshire’s discretion.

119 | Page RFP: Town of Cheshire Public Safety Communications System

The Town will provide test messages representing commonly used dispatch language for the Fire and Police Departments. The Vendor and the Town of Cheshire must mutually agree on the test messages. The test messages will be no longer than 10 seconds in length. Test messages will be drawn at random, read and evaluated.

If a majority of the evaluation team believes that the test message met a minimum DAQ of 3.4 on the first transmission, the grid passes.

If a test point is evaluated on-street utilizing the configured test instrumentation, and a majority of the evaluation team believes that test message did not meet a minimum DAQ of 3.4 on the first transmission, the grid fails.

If a test point is evaluated in-building utilizing a portable radio, and a majority of the evaluation team believes that the test message did not meet a minimum DAQ of 3.4, a building penetration loss level must be determined. The definition of DAQ 3.4 is listed in Table 4 below.

Subjective Performance Description

1 Unusable. Speech present but unreadable 2 Understandable with considerable effort. Frequent repetition due to Noise/Distortion 3 Speech understandable with slight effort. Occasional repetition required due to Noise/Distortion. 3.4 Speech understandable with repetition rarely required. Some Noise/Distortion. 4 Speech easily understood. Occasional Noise/Distortion 4.5 Speech easily understood. Infrequent Noise/Distortion 5 Speech easily understood. Table 8 - DAQ Definitions

16.3.3 Coverage Performance

The Vendor shall guarantee RF coverage performance in accordance with the requirements in this RFP. If the RF coverage performance of the system supplied by the Vendor does not meet the RFP requirements, the Vendor shall modify or otherwise cause the system to meet the requirements of this document, including the construction of additional sites, at no cost, either direct or indirect to the Town.

The Vendor shall submit a plan to meet such requirements that is satisfactory to the Town of Cheshire, at the Town’s sole discretion.

This plan shall become an enforceable part of the written contractual agreement between the Town of Cheshire and the Vendor.

16.4 Thirty (30) Day System Reliability Test Period

The system shall be accepted by the Town of Cheshire upon completion of a successful performance period for each phase of the project as described below:

 The equipment shall be individually tested and a performance verification test report shall be 120 | Page RFP: Town of Cheshire Public Safety Communications System

completed for each major equipment category. This shall be accomplished after equipment delivery, installation and optimization.  The performance verification shall be accomplished with the Town's point of contact or his designee present and participating in the testing for compliance. The Town shall make available test compliance persons within seven (7) calendar days of notification by the Vendor.  System performance shall be tested when all fixed equipment is completely constructed and  75% of all mobile and portable devices are delivered and installed. Performance verification of subscriber equipment may be accomplished by a random three (3) percent sampling provided all field unit equipment is factory tested and documented to the Town.  A performance period of thirty (30) consecutive calendar days of successful operation after installation and performance verification shall constitute a successful performance period  During the thirty (30) day performance period, the Town shall utilize the communications system for its intended purpose (in-service use) to test all operational modes and equipment configurations with the system fully loaded to peak activity to ensure that all operational modes function properly and that all system "bugs" have been corrected. The use of the system during this performance test period shall not be interpreted as being "accepted" or “substantial use” by either the Town or by the Vendor.

The remaining 25% of field unit equipment shall be delivered, installed (as necessary), performance verified and accepted on or before 60 consecutive calendar days after equipment installations and optimization.

Successful operation is defined as the absence of any major failure of equipment or equipment function. Minor failures, such as operational problems and adjustments normally encountered during implementation of a new system, shall not constitute a failure in achieving successful operation.

The following is a listing of items that define a major failure. Malfunctions that cause:

 Loss  Two or more channel resources down.  A simulcast failure affecting one or more sites or two or more channels.  Loss or failure of system configuration database.  Any failure of this equipment that affects either the police or fire operations or prevents communications on the system will constitute a major failure.

The following is a listing of items that define a minor failure:

 Failure of no greater than one repeater channel, provided that such failures are corrected within the maintenance response time required by the RFP.  Failure of any equipment that does not cause an interruption of operation or wired console dispatch functionality, provided that redundant equipment automatically switches into operation in accordance with the RFP.  Failure of a site frequency standard provided that redundant equipment automatically switches into operation in accordance with the RFP.  Momentary (ten seconds) system outages during switching to redundant control equipment.  Minor errors in the subscriber equipment database affecting fewer than 25 radios.

During the performance period, the Vendor shall provide replacement parts and materials and qualified personnel to service the fixed equipment at the sites of work, within 2 hours after notification of a major equipment failure as reported to Vendor's service facility. The Vendor shall have sufficient personnel and parts available to maintain the equipment so that the equipment can be repaired within eight hours after notification of equipment failure. This provision shall apply on a working hour basis of 24 hours per day, seven days per week (including holidays).

121 | Page RFP: Town of Cheshire Public Safety Communications System

During the performance period, the Vendor shall establish and maintain the following documentation:

 Prepare and maintain a service/repair record system.  Prepare and maintain a failure reporting system to ensure that all failures are reported properly to the Town. A failure log shall be available for inspection by the Town, at all times. In addition, a formal failure report shall be submitted to the Town on a weekly basis and shall show for each failure: (1) the original complaint; (2) the actual problem found; (3) repairs performed; (4) itemized list of parts replaced; (5) technician's name; and (6) any FCC required measurements made due to repairs  The documentation shall be maintained on a common electronic database in ASCII format, the database shall permit sorting by field to facilitate the analysis of maintenance records.

If the contract is negated because of failure of the equipment to operate successfully during the performance period, the Vendor shall provide the Town with the necessary packaging and shipping instructions and the Town shall then cause the equipment to be shipped to the Vendor at no cost to the Town.

122 | Page RFP: Town of Cheshire Public Safety Communications System

17.0 Warranty, Upgrades & Maintenance

The Town desires to ensure ongoing system operation, to maintain all current functionality, to prolong the useful life of the communication system, and to accomplish preventative and remedial maintenance through an ongoing maintenance agreement with the Vendor.

17.1 Maintenance & Repairs During Warranty Period

The Vendor shall be responsible for preventative and remedial maintenance of all items provided as part of this RFP for a period of one (1) year following acceptance of the system by the Town. The Vendor shall provide the necessary labor, parts, supplies, transportation, test equipment, and facilities to maintain the equipment and software to the level of current factory specifications. The warranty shall cover preventive maintenance, repair due to malfunction, repairs due to normal usage, and emergency maintenance. All warranty services shall be provided as part of the communications system without additional charge to the Town.

17.2 Software or Firmware Updates During Warranty Period

Upon system acceptance, the firmware and/or software for the entire system shall be of the latest system release with updates to include all third party supplied equipment. The Vendor shall supply all technical resources and labor to install and activate any new system software or firmware release during the year for all Vendor and third-party equipment. These updates must continue through the life of the warranty period.

17.3 On-going System Management Plan

The Vendor shall include optional annual pricing for continued preventative and remedial maintenance for years two through five. The annual maintenance contract shall begin on the date of warranty expiration. All maintenance requirements and conditions provided by the maintenance contract shall be identical to the warranty period coverage described above, with the exception of subscriber maintenance which shall be priced as Optional.

17.4 Maintenance

The Vendor shall provide competent, experienced personnel to execute all required maintenance tasks. All maintenance personnel shall be trained and experienced in standard communications industry practices as well as Vendor equipment practices. Personnel who perform maintenance on the system shall have completed all required manufacturer-approved training for that equipment. Said training, or appropriate refresher courses, shall have been completed within the previous year and evidence thereof shall be provided to the Town. It is required that the maintenance personnel have in their possession all the required diagnostic equipment for the system and subsystem proposed. The expense of this equipment will be the responsibility of the Vendor.

17.5 Service Facilities

The Vendor shall maintain one or more properly stocked, equipped, and staffed service facilities to maintain the equipment supplied under this RFP to be in close proximity to the Town, so that the Maintenance Response Time requirements specified herein can be met.

123 | Page RFP: Town of Cheshire Public Safety Communications System

17.6 Service Maintenance Response Time

The Vendor shall provide for on-site response by qualified service personnel for all reported non- subscriber equipment maintenance, repairs or failures.

For all service calls, responding qualified service personnel must arrive on-site within two (2) hours with the required test equipment, replacement parts and materials to diagnose and repair equipment problems and failures.

Fixed equipment shall not be out of service in excess of twenty-four (24) hours after notification of equipment failure. Eighty percent (80%) of the time, non-fixed equipment repair periods shall meet a three-day (3 day) turn around period.

This warranty period maintenance shall be on a working hour basis as follows:

 Fixed equipment: Twenty-four (24) hours per day, seven (7) days per week.  Non-fixed equipment: Nine (9) hours per day (0800 to 1700 hours), five (5) days per week.

17.7 Equipment Repair

Mobile and portable radio repairs may be accomplished on site, +or repaired at the Vendor’s central repair facility. Vendor must ensure five (5) day repairs turn around for all covered subscriber repairs, and any shipping cost must be paid by the Vendor.

17.8 Availability of Replacement Parts and Spares

The Vendor shall certify that they maintain a stock of replacement parts for each item included in their RFP response and are capable to replace such parts, assemblies, modules, and devices for all equipment included in the purchase as well as to update all appropriate software. The Vendor shall also certify that a stock of replacement parts for each critical component to be supplied as part of the communications system shall be immediately available, at all times during the warranty and maintenance periods. These parts shall be either in the Vendor's stock and available for timely transfer to the communications system site to meet maintenance criteria or stored at the sites.

The Vendor shall certify that infrastructure equipment parts will be available for a minimum of seven (7) years after final product manufacturing date.

The Vendor shall certify that subscriber equipment parts will be available for a minimum of five (5) years after final product manufacturing date.

Bidders shall recommend a list of essential spare parts to be purchased and maintained by the Town to assure rapid restoration of systems operations in the event of component failure. The vendor shall also provide a list of ‘critical components’ that should be kept on site. Critical components are those parts, modules and assemblies which upon failure will cause a system outage. All spare equipment shall be uniquely noted and itemized by line item unit independent of the primary system/equipment pricing matrices. Stocking of spare parts shall remain the responsibility of the local maintenance provider.

Parts for system repair and future expansion shall be available for shipment on an expedited handling basis within twenty-four (24) hours, 365 days per year including weekends and holidays. The Vendor shall provide a twenty-four (24) hour, seven (7) day per week hotline telephone number for the handling of such orders.

All spare parts, modules and assemblies, test equipment, tools, and fixtures furnished by the Vendor shall be new and in current production at the time of delivery. 124 | Page RFP: Town of Cheshire Public Safety Communications System

The cost for replacement and critical spare parts shall be provided as optional pricing as part of the Vendor’s proposal. Parts pricing shall be in the form of a discount on manufacturer’s list pricing similar to those discounts provided to dealers for the purpose of self-maintenance. This discount shall be part of the Fee Sheets.

18.0 As-Built Documentation

Vendor shall provide system design services (development of specific details consistent with the contract documents) as required to complete shop drawings for the installation including detailed documentation for the Town’s review and detailed documentation of as-built conditions.

Vendor shall provide complete as-built documentation within 60 days of final system acceptance detailing all aspects of the installation including:

 P25 RF Infrastructure  Console Subsystem  Microwave System  Subscribers  Network Management

APPENDICES:

APPENDIX A: Proposal Certification Forms – to be completed and returned with proposal

APPENDIX B: Cost Proposal Forms – to be completed and returned in separate, sealed envelope

APPENDIX C: CPD EQUIPMENT ROOM (C-1) AND CPD DISPATCH CENTER (C-2)

APPENDIX D: FCC LICENSE INFORMATION

APPENDIX E: TOWN OF CHESHIRE FORM OF AGREEMENT

APPRNDIX F: CHARTS 1 & 2 TO BE COMPLETED PER SITE FOUND IN SECTION 3.11.9

125 | Page RFP: Town of Cheshire Public Safety Communications System

APPENDIX A

Proposal Certification Forms Complete and Return with Proposal Response

Bid Bond Insurance Requirements Non-Collusion Affidavit Proposer’s Legal Status

ATTACH BID SECURITY TO THIS PAGE

TOWN OF CHESHIRE, CONNECTICUT PROPOSER’S NON COLLUSION AFFIDAVIT

PROPOSAL FOR: Public Safety Radio Communications System

PROPOSAL NUMBER: The undersigned proposer, having fully informed himself/herself/itself regarding the accuracy of the statements made herein, certifies that:

(1) the proposal is genuine; it is not a collusive or sham proposal; (2) the proposer developed the proposal independently and submitted it without collusion with, and without any agreement, understanding, communication or planned common course of action with, any other person or entity designed to limit independent competition; (3) the proposer, its employees and agents have not communicated the contents of the proposal to any person not an employee or agent of the proposer and will not communicate the proposal to any such person prior to the official opening of the proposal; and (4) no elected or appointed official or other officer or employee of the Town of Cheshire is directly or indirectly interested in the proposer’s proposal, or in the supplies, materials, equipment, work or labor to which it relates, or in any of the profits thereof.

The undersigned proposer further certifies that this affidavit is executed for the purpose of inducing the Town of Cheshire to consider its proposal and make an award in accordance therewith.

______Legal Name of Proposer (signature)Proposer’s Representative, Duly Authorized

______Name of Proposer’s Authorized Representative

______Title of Proposer’s Authorized Representative

______Date

Subscribed and sworn to before me this ______day of ______, 20___.

______Notary Public My Commission Expires:

TOWN OF CHESHIRE, CONNECTICUT INSURANCE REQUIREMENTS FOR

Public Safety Radio Communications System

PROPOSAL #______

The General Contractor and all Subcontractors shall carry the following insurances for the duration of the Project, in coordination with the GENERAL CONDITIONS OF THE CONTRACTOR FOR CONSTRUCTION AND THE SUPPLEMENTARY CONDITIONS OF THE CONTRACT FOR CONSTRUCTION. Insurance companies shall be licensed to do business in the State of Connecticut. 1. Commercial General Liability: Combined single limit of $1,000,000.00 (one million dollars) for each occurrence. Insurance shall include general liability, products and completed operations, personal and advertising injury, fire damage and medical expense insurances. 2. Automobile Liability: Combined single limit of $1,000,000.00 (one million dollars) for any automobile. 3. Excess Liability- Umbrella Form: Combined single limit of $2,000,000.00 (two million dollars). 4. Workers Compensation and Employers' Liability: a. Projects not involving roofing work: Statutory limits. b. Projects involving roofing work: Statutory limits Including employers' liability of $500,000.00/$500,000.00/$500,000.00.

5. Special Hazards: For projects involving underground work or explosives provide per the limit of general liability insurance the following: a. Type C - Collapse or Structural Integrity b. Type U - Underground Damage c. Type X - Explosion or Blasting

ALL POLICIES shall include: (a) endorsement of the work description, contract name, number and location. (b) an endorsement that the Insurance Company will give at least thirty (30) days written notice to the Owner and Architect prior to any modification or cancellation of any such policy. (c) an endorsement that the Contractor will be responsible for the payment of all premiums and/or charges . (d) an endorsement as follows: "This policy is issued in compliance with the Insurance Requirements of the Contract Documents for the Project and the issuing Company/Agent is fully cognizant of the requirements as stated therein," (e) shall include contractual liability insurance applicable to the Contractor's indemnity and hold harmless obligations under Section 3.18 of the Supplementary General Conditions of the Contract for Construction, (f) shall be primary to any valid and collectable insurance carried separately by the Owner, (g) shall name the Town as an additional insured, except that this requirement does not apply to worker's compensation insurance.

END OF INSURANCE REQUIREMENTS

TOWN OF CHESHIRE, CONNECTICUT Public Safety Communications System

PROPOSER’S LEGAL STATUS DISCLOSURE

Please fully complete the applicable section below, attaching a separate sheet if you need additional space.

For purposes of this disclosure, “permanent place of business” means an office continuously maintained, occupied and used by the proposer’s regular employees regularly in attendance to carry on the proposer’s business in the proposer’s own name. An office maintained, occupied and used by a proposer only for the duration of a contract will not be considered a permanent place of business. An office maintained, occupied and used by a person affiliated with a proposer will not be considered a permanent place of business of the proposer.

IF A SOLELY OWNED BUSINESS:

Proposer’s Full Legal Name Street Address Mailing Address (if different from Street Address) Owner’s Full Legal Name Number of years engaged in business under sole proprietor or trade name Does the proposer have a “permanent place of business” in Connecticut, as defined above? ______Yes ______No

If yes, please state the full street address (not a post office box) of that “permanent place of business.”

IF A CORPORATION:

Proposer’s Full Legal Name Street Address Mailing Address (if different from Street Address) Owner’s Full Legal Name Number of years engaged in business Names of Current Officers ______President Secretary Chief Financial Officer

Does the proposer have a “permanent place of business” in Connecticut, as defined above? ______Yes ______No

If yes, please state the full street address (not a post office box) of that “permanent place of business.”

______

IF A LIMITED LIABILITY COMPANY:

Proposer’s Full Legal Name Street Address Mailing Address (if different from Street Address) Owner’s Full Legal Name Number of years engaged in business Names of Current Manager(s) and Member(s) ______Name & Title (if any) Residential Address (street only)

______Name & Title (if any) Residential Address (street only)

______Name & Title (if any) Residential Address (street only)

______Name & Title (if any) Residential Address (street only)

______Name & Title (if any) Residential Address (street only)

Does the proposer have a “permanent place of business” in Connecticut, as defined above? ______Yes ______No

If yes, please state the full street address (not a post office box) of that “permanent place of business.”

______

IF A PARTNERSHIP:

Proposer’s Full Legal Name Street Address Mailing Address (if different from Street Address) Owner’s Full Legal Name Number of years engaged in business Names of Current Partners

______Name & Title (if any) Residential Address (street only)

______Name & Title (if any) Residential Address (street only)

______Name & Title (if any) Residential Address (street only)

______Name & Title (if any) Residential Address (street only)

Does the proposer have a “permanent place of business” in Connecticut, as defined above? ______Yes ______No

If yes, please state the full street address (not a post office box) of that “permanent place of business.”

______

______Proposer’s Full Legal Name

______(print) Name/Title of Proposer’s Authorized Representative

______(Signature) Proposer’s Representative, Duly Authorized

______Date

END OF LEGAL STATUS DISCLOSURE FORM

TOWN OF CHESHIRE, CONNECTICUT Public Safety Communications System PROPOSAL # [______]

PROPOSER’S CERTIFICATION Concerning Equal Employment Opportunities and Affirmative Action Policy

I/we, the proposer, certify that:

1) I/we are in compliance with the equal opportunity clause as set forth in Connecticut state law (Executive Order No. Three, http://www.cslib.org/exeorder3.htm).

2) I/we do not maintain segregated facilities.

3) I/we have filed all required employer's information reports.

4) I/we have developed and maintain written affirmative action programs.

5) I/we list job openings with federal and state employment services.

6) I/we attempt to employ and advance in employment qualified handicapped individuals.

7) I/we are in compliance with the Americans with Disabilities Act.

8) I/we (check one): ______have an Affirmative Action Program, or

______employ 10 people or fewer.

______Legal Name of Proposer (signature) Proposer’s Representative, Duly Authorized

______Name of Proposer’s Authorized Representative

______Title of Proposer’s Authorized Representative

______Date

TOWN OF CHESHIRE, CONNECTICUT Public Safety Communications System PROPOSAL # [______]

PROPOSER’S STATEMENT OF REFERENCES

Provide in-depth description of system and services as outlined in Section 2.21 Award Criteria to include all the bulleted items.

Provide at least three (3) references:

1. BUSINESS NAME______ADDRESS______CITY, STATE______TELEPHONE:______INDIVIDUAL CONTACT NAME AND POSITION ______2. BUSINESS NAME______ADDRESS______CITY, STATE______TELEPHONE:______INDIVIDUAL CONTACT NAME AND POSITION ______3. BUSINESS NAME______ADDRESS______CITY, STATE______TELEPHONE:______INDIVIDUAL CONTACT NAME AND POSITION ______END OF STATEMENT OF REFERENCES

APPENDIX B

Cost Proposal Forms

(Complete and Must Be Returned in Separate, Sealed Envelope)

Public Safety Communications System

PROPOSAL # [______]

PROPOSAL #______

PROPOSER’S FULL LEGAL NAME: ______

Pursuant to and in full compliance with the RFP, the undersigned proposer, having visited the site or property if applicable, and having thoroughly examined each and every document comprising the RFP, including any addenda, hereby offers and agrees as follows:

BASE PROPOSAL: To provide the products and/or services specified in, and upon the terms and conditions of, the RFP for the total sum of /100 Dollars (write out in words)

($______).

ACKNOWLEDGEMENT

In submitting this Proposal Form, the undersigned proposer acknowledges that the price(s) include all labor, materials, transportation, hauling, overhead, fees and insurances, bonds or letters of credit, profit, security, permits and licenses, and all other costs to cover the completed work called for in the RFP. Except as otherwise expressly stated in the RFP, no additional payment of any kind will be made for work accomplished under the price(s) as proposed.

Addendums Received:

Addendum # date initials

Addendum # date initials

Addendum # date initials

REQUIRED DISCLOSURES

1. Exceptions to the RFP

______This proposal does not take exception to any requirement of the RFP, including but not only any of the Contract Terms set forth in Section 26 of the Standard Instructions to Proposers. OR ______This proposal takes exception(s) to certain of the RFP requirements, including but not only the following Contract Terms set forth in Section 26 of the Standard Instructions to Proposers. Attached is a sheet fully describing each such exception.

2. State Debarment List

Is the proposer on the State of Connecticut’s Debarment List?

______Yes ______No

3. Occupational Safety and Health Law Violations

Has the proposer or any firm, corporation, partnership or association in which it has an interest (1) been cited for three (3) or more willful or serious violations of any occupational safety and health act or of any standard, order or regulation promulgated pursuant to such act, during the three-year period preceding the proposal (provided such violations were cited in accordance with the provisions of any state occupational safety and health act or the Occupational Safety and Health Act of 1970, and not abated within the time fixed by the citation and such citation has not been set aside following appeal to the appropriate agency or court having jurisdiction) or (2) received one or more criminal convictions related to the injury or death of any employee in the three-year period preceding the proposal?

______Yes ______No If “yes,” attach a sheet fully describing each such matter.

4. Arbitration/Litigation

Has either the proposer or any of its principals (regardless of place of employment) been involved for the most recent ten (10) years in any resolved or pending arbitration or litigation?

______Yes ______No If “yes,” attach a sheet fully describing each such matter.

5. Criminal Proceedings

Has the proposer or any of its principals (regardless of place of employment) ever been the subject of any criminal proceedings?

______Yes ______No If “yes,” attach a sheet fully describing each such matter.

Ethics and Offenses in Public Projects or Contracts

Has either the proposer or any of its principals (regardless of place of employment) ever been found to have violated any state or local ethics law, regulation, ordinance, code, policy or standard, or to have committed any other offense arising out of the submission of proposals or bids or the performance of work on public works projects or contracts?

______Yes ______No If “yes,” attach a sheet fully describing each such matter.

PROPOSAL (BID) SECURITY

I/we have included herein the required certified check or proposal (bid) bond in the amount of 10% of the proposal amount.

NOTE: THIS DOCUMENT, IN ORDER TO BE CONSIDERED A VALID PROPOSAL, MUST BE SIGNED BY A PRINCIPAL OFFICER OR OWNER OF THE BUSINESS ENTITY THAT IS SUBMITTING THE PROPOSAL. SUCH SIGNATURE CONSTITUTES THE PROPOSER’S REPRESENTATIONS THAT IT HAS READ, UNDERSTOOD AND FULLY ACCEPTED EACH AND EVERY PROVISION OF EACH DOCUMENT COMPROMISING THE RFP, UNLESS AN EXCEPTION IS DESCRIBED ABOVE.

BY ______TITLE:______(PRINT NAME)

______DATE:______(SIGNATURE)

TOWN OF CHESHIRE, CONNECTICUT Public Safety Radio Communications System

Price Proposal Form #1B – Base Pricing

I. System Infrastructure Components and Installation Total 1. Conventional VHF Simulcast Analog/Phase 1 P25 Radio System Infrastructure, including first year warranty and service in accordance with the attached specifications, reflecting any vendor-offered discounts

2. Spare Equipment 3. Other: 4. Installation 5. Project Management 6. System Engineering 7. System Staging 8. Coverage and Acceptance Testing 9. Documentation 10. Training 11. Other: Total Services:

II. Dispatch Console Equipment Total 12. Dispatch Console Equipment 13. Dispatch Console Equipment Installation, Project Management, System Engineering, Training and first year warranty etc. Total Services:

III. Backhaul Microwave Network Infrastructure Total 14. Backhaul Microwave Network Infrastructure with 1 Hot Switch Over Link as per Specifications 15. Backhaul Microwave Network Infrastructure Installation, System Engineering, Training and first year warranty etc. Total Services:

IV. Subscriber and Ancillary Equipment Reflecting any vendor- offered Total discounts 16. Single Band Portable Radios 17. Single Band Mobile Radios – Single Control Head 18. Single Band Mobile Radios – Dual Control Head 19. Desktop Control Stations 20. VHF Portable/Mobile Re-programming 21. Ancillary Equipment Total Subscribers/Ancillary Equipment:

Grand Total in Written Word:

Proposal Pricing Form Page 1 of 5

TOWN OF CHESHIRE, CONNECTICUT Public Safety Radio Communications System

V. Additional Backhaul Electronics Total Discounted Price

23. Installation and Support Total Additional Backhaul Electronics

Grand Total in Written Word:

VI. PSIC and Interoperability Total Discounted Price

27. VHF Antennas and Hardware 28. UHF PSIC Bases 29. UHF Antennas and Hardware 30. ACU-2000 Interop Gateway 31. ACU-2000 Cables 32. Installation and Support Total PSIC and Interoperability Equipment

Grand Total in Written Word:

VII. Receive Only Site Equipment: Total Discounted Price 33. Receivers 34. Installation and Support Total Additional Receive Only Site Equipment

Grand Total in Written Word:

Proposal Pricing Form Page 2 of 5

TOWN OF CHESHIRE, CONNECTICUT Public Safety Radio Communications System

VIII. Ongoing Maintenance Contract – Years 2 through 5 Total 35. Maintenance and Service in accordance with this specification for years 2 through 5 for all related radio and ancillary equipment (Insert the cost per year, due on the anniversary of acceptance). 36. Maintenance and Service in accordance with this specification for years 2 through 5 for all related microwave and backhaul components and related systems (Insert the cost per year, due on the anniversary of acceptance).

Annual Maintenance & Service Including Parts and Software: Years 2-5 Total in Written Word:

IX. Ongoing Maintenance Contract - Years 6 through 10 Total 37. Maintenance and Service in accordance with this specification for years 6 through 10 for all related radio and ancillary equipment (Insert the cost or per year pricing variables (i.e. CPI) Renewable at the Town’s option.

Annual Maintenance & Service Including Parts and Software: Years 6-10 Total in Written Word:

X. Software and Feature Upgrades Total 38. Individual Unit Cost to Upgrade New Radio’s to Digital $

Software and Feature Upgrades Total in Written Word:

Proposal Pricing Form Page 3 of 5

TOWN OF CHESHIRE, CONNECTICUT Price Proposal Form #2B – Discounted Unit Pricing

Subscriber Units and Discounted Discounted Quantity Total Ancillary Equipment Unit Price Unit Price Discounted Uninstalled Installed Price Subscriber Equipment $ Portables – VHF Mid-Tier $ Portable VHF with AES $ Mobile Radios $ Remote Mount – VHF $ Dash Mount – VHF $ Mobiles – VHF Mid-Tier $ Mobiles VHF with AES $ VHF Control Stations $ Ancillary Equipment $ External Desk Microphones $ External Speakers $ Personnel Speaker Mics $ Batteries - NiMH $ Batteries - Lithium-ion $ Spare Batteries $ Battery Chargers - Single Bay $ Battery Chargers - Multiple Bay $ Vehicular Chargers $ Antennas $ Carrying cases / Belt clips $ Head sets $ AES Encryption: Cost per subscriber $ Programming Cables $ Other: $ Other: $

Note: Vendor to provide multiple levels of feature/function subscriber units for various user groups on the radio system

Pricing Proposal Form Page 4 of 5

Price Proposal Form #2C – Unit Pricing

System Infrastructure: List all VHF Site Name Quantity Discounted Total system equipment, software, simulcast Unit Cost Discounted equipment, Price base stations, antenna networks, etc.

$ $ $ $ $ $ $

Dispatch Console Equipment: List all Site Name Quantity Discounted Total workstations, networking equipment, Unit Cost Discounted software, network management Price terminal, etc. $ $ $ $

Backhaul Infrastructure: List all Site Name Quantity Discounted Total microwave radios, multiplexing Unit Cost Discounted equipment, dishes, etc. Price $ $ $ $

Pricing Proposal Form Page 5 of 5

APPENDIX C

CPD EQUIPMENT ROOM (C-1)

DISPATCH CENTER LAYOUT (C-2)

11'-9"

2'-0" 2'-0" 3'-0" RACK SERVER 2'-0" 2'-0" RADIO 4'-0" CABINET STATE 18'-0" RACKS SERVER 3'-5" MODEMS, DIU 5'-0" FILTERS, RADIO 2'-0" 3'-0"

ENTRY SHELVES 2'-0"

CPD RADIO EQUIPMENT ROOM (CPD HEADQUARTERS BASEMENT)

CPD DISPATCH CENTER LAYOUT

APPENDIX D FCC License Information Existing Licensing Inventory

The following table indicates the frequencies licensed by Cheshire and the call sign associated with each.

Base TX Mobile TX Frequency Frequency Use Call Sign 154.3700 159.3450 Primary Fire Dispatch Repeater KCD575 154.2950 154.2950 Fire Interop Base and Mobile KCD575 154.2050 Fire Interop Mobile KCD575 33.70 33.70 Fire Interop Base and Mobile KCD575 460.4750 465.4750 Primary Police Dispatch Repeater KCD841 Secondary Police Dispatch KCD841 453.8125 458.8125 Repeater Base, Mobile and Control, Interop KCD841 460.3000 465.3000 WARN Base, Mobile and Control Interop KCD841 460.1500 465.1500 SCAN 45.86 Base Statewide Hotline KCD841 Base and Mobile, Town Owned KNDB803 46.04 46.04 and Operated School Buses Base and Mobile Civil KNHS874 153.8000 153.8000 Preparedness Base and Mobile, DATCO School WNWZ961 47.54 47.54 Bus Provider 156.1200 151.1300 Public Works Repeater WPTN731 School Security and In-House WPTG802 Communications, Analog 463.4500 468.4500 and MOTOTRBO School Security and In-House WPTG802 Communications, Analog 469.2625 and MOTOTRBO School Security and In-House WPTG802 Communications, Analog 467.2875 and MOTOTRBO School Security and In-House WPTG802 Communications, Analog 452.0375 and MOTOTRBO School Security and In-House WPTG802 Communications, Analog 452.9875 and MOTOTRBO

APPENDIX E

Town of Cheshire Form of Agreement

CHESHIRE FORM OF AGREEMENT

This Contract is made as of the ______day of ______, ______(the “Effective Date”), by and between the Town of Cheshire, 84 South Main Street, Cheshire, Connecticut, a municipal corporation organized and existing under the laws of the State of Connecticut (the “Town”), and Proposer. (the “Contracting Party”).

RECITALS:

WHEREAS, the Town has issued a Request for Proposals for Project (the “RFP”), a copy of which, along with any addenda, is attached as Exhibit A;

WHEREAS, the Contracting Party submitted a proposal to the Town dated ______(the “Proposal”), a copy of which is attached as Exhibit B;

WHEREAS, the Town has selected the Contracting Party to perform the Work (as defined in Section 1 below); and

WHEREAS, the Town and the Contracting Party desire to enter into a formal contract for the performance of the Work.

NOW THEREFORE, in consideration of the recitals set forth above and the parties’ mutual promises and obligations contained below, the parties agree as follows:

1. Work: The Contracting Party agrees to perform the Work described more fully in the attached Exhibits A and B (collectively, the “Work”).

The Contracting Party also agrees to comply with all of the terms and conditions set forth herein and in the RFP including but not only all of the terms set forth in (the “Contract Terms”) of the Standard Instructions to Bidders.

2. Term:

3. Contract Includes Exhibits; Order of Construction: The Contract includes the RFP (Exhibit A) and the Proposal (Exhibit B), which are made a part hereof. In the event of a conflict or inconsistency between or among this document, the RFP, and the Proposal, this document shall have the highest priority, the RFP the second priority, and the Proposal the third priority.

4. Price and Payment:

5. Right to Terminate – If the Contracting Party’s fails to comply with any of the terms, provisions or conditions of the Contract, including the exhibits, the Town shall have the right, in addition to all other available remedies, to declare the Contract in default and, therefore, to terminate it and to resubmit the subject matter of the Contract to further public procurement. In that event, the Contracting Party shall pay the Town, as liquidated damages, the amount of any excess of the price of the new contract over the Contract price provided for herein, plus any legal or other costs or expenses incurred by the Town in terminating this Contract and securing a new contracting party.

6. No Waiver or Estoppel – Either party’s failure to insist upon the strict performance by the other of any of the terms, provisions and conditions of the Contract shall not be a waiver or create an estoppel. Notwithstanding any such failure, each party shall have the right thereafter to insist upon the other party’s strict performance, and neither party shall be relieved of such obligation because of the other

party’s failure to comply with or otherwise to enforce or to seek to enforce any of the terms, provisions and conditions hereof.

7. Notice – Any notices provided for hereunder shall be given to the parties in writing (which may be hardcopy, facsimile, or e-mail) at their respective addresses set forth below:

If to the Town: Contact information

If to the Contracting Party: Contact information

Execution - This Contract may be executed in one or more counterparts, each of which shall be considered an original instrument, but all of which shall be considered one and the same agreement and shall become binding when one or more counterparts have been signed by each of the parties hereto and delivered (including delivery by facsimile) to each of the parties.

IN WITNESS THEREOF, the parties have executed this contract as of the last date signed below.

TOWN OF CHESHIRE

By______Michael A. Milone Its Town Manager, Duly Authorized Date:

[CONTRACTING PARTY LEGAL NAME]

By______

______

Date______, Duly Authorized

APPENDIX F

MUST BE INCLUDED:

CHARTS 1 & 2 TO BE COMPLETED PER SITE IN SECTION 3.11.9