Quick viewing(Text Mode)

RFP-2017-0921 ACQ: Appendix 2: Specifications

RFP-2017-0921 ACQ: Appendix 2: Specifications

Appendix 2: Specifications ______

Request for Proposals

RFP-2017-0921 ACQ

REPLACEMENT OF WSDOT STATEWIDE LAND MOBILE SYSTEM

offered by

Washington State Department of Transportation

Replacement of WSDOT Statewide Land System – Appendix 2 RFP-2017-0920 ACQ

Replacement of WSDOT Statewide – Appendix 2 RFP-2017-0920 ACQ

Table of Contents

1 Overview ...... 6 1.1 Project Requirements...... 6 1.2 Terms and Definitions ...... 6 2 General Requirements...... 7 2.1 (M) RFP Specifications Response Formatting...... 7 2.2 (M) System Completeness and Representations ...... 7 2.3 (M) New and First Quality ...... 8 2.4 (M) Standards Compliance ...... 9 2.5 (M) Mechanical ...... 10 2.6 (M) Environmental ...... 11 2.7 (M) Grounding ...... 13 2.8 (M) Power Requirements ...... 14 2.9 (M) Software Requirements ...... 15 2.10 (M) Labeling ...... 16 3 Radio System Design ...... 17 3.1 (M) Overview ...... 17 3.2 (M) Existing System ...... 17 3.3 (M) New System ...... 17 3.4 (MS) New System Operation ...... 20 3.5 (M) Subscribers ...... 21 3.6 (M) Project Implementation ...... 22 3.7 (MS) TIA/EIA Compatibility ...... 22 3.8 (MS) Life Cycle ...... 24 3.9 (MS) Voice Radio System Call Processing ...... 24 3.10 (MS) Radio System Capabilities ...... 28 3.11 (MS) New System Channel Capabilities ...... 32 3.12 (MS) Simulcast ...... 32 3.13 (MS) Fault Tolerance ...... 34 3.14 (MS) System Redundancy ...... 35 3.15 (MS) RF Site Equipment ...... 38 3.16 (MS) Duplexer ...... 40 3.17 (MS) Transmit Combiners ...... 41 3.18 (MS) Receive Multicoupler ...... 41

Page 1

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

3.19 (MS) Antennas ...... 42 3.20 (MS) Transmission Lines ...... 43 3.21 (M) Identification ...... 45 3.22 (M) Connectors ...... 45 3.23 (M) Interior Transmission Line ...... 46 3.24 (M) / System Monitoring ...... 46 4 Prior Experience ...... 47 4.1 (MS) Project Experience ...... 47 4.2 (MS) System Experience ...... 47 5 Radio Coverage ...... 48 5.1 (M) Communication Sites ...... 48 5.2 (M) Coverage Requirements ...... 48 5.3 (M) Definitions ...... 48 5.4 Radio Configurations ...... 52 5.5 (M) Propagation Prediction Map ...... 52 5.6 (MS) Required Propagation Predictions ...... 52 6 Console ...... 54 6.1 Basic Console Radio System Configuration ...... 54 6.2 (MS) Overall Description ...... 55 6.3 (MS) Features and Functions ...... 56 6.4 (MS) Capacity ...... 78 6.5 (MS) Fault Tolerance ...... 78 6.6 (MS) Diagnostics ...... 79 6.7 (MS) Network Management ...... 79 6.8 (MS) Administration and Security ...... 80 6.9 (M) Power Requirements ...... 80 6.10 (MS) Connectivity and Interface ...... 80 6.11 (MS) System Life Cycle ...... 81 6.12 (MS) Prior Experience ...... 81 7 Logging Recorders ...... 82 7.1 General ...... 82 7.2 (DS) Overall Description (Optional) ...... 82 7.3 (DS) Basic System Configuration (Optional) ...... 82 7.4 (D) Optional System Configuration (Optional) ...... 83 8 Interface Requirements ...... 84 8.1 (MS) Conventional Radio Frequency Equipment ...... 84

Page 2

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

8.2 (MS) New System Interconnect Interface ...... 84 8.3 (MS) PSTN Site Interface ...... 85 9 System Management ...... 87 9.1 (M) Overview ...... 87 9.2 (MS) General Requirements ...... 87 9.3 (MS) Northbound Interface ...... 88 9.4 (MS) Fault Management ...... 89 9.5 (MS) Configuration Management ...... 91 9.6 (MS) Performance Management ...... 92 10 Subscribers ...... 95 10.1 (M) Overview ...... 95 10.2 (MS) Price Structure ...... 95 10.3 (M) General Requirements ...... 96 10.4 (MS) Radio Description ...... 97 10.5 (MS) Mobiles ...... 103 10.6 (MS) Portables ...... 109 10.7 (MS) Control Stations ...... 113 10.8 (MS) Subscriber Radio Offering Documentation ...... 115 11 Project Management ...... 116 11.1 (M) WSDOT Project Manager ...... 116 11.2 (M) Vendor Project Manager...... 116 12 Installation ...... 117 12.1 Overview ...... 117 12.2 (M) General Requirements ...... 117 12.3 (M) Site Management ...... 117 12.4 (M) Existing Equipment ...... 117 12.5 (M) Coordination of Work ...... 117 12.6 Licenses, Permits and Inspections ...... 118 12.7 (M) Delivery and Storage of Materials and Equipment ...... 118 12.8 (M) System Installation ...... 119 12.9 (M) Environmental Concerns and Requirements ...... 120 13 Implementation ...... 121 13.1 (MS) Schedule ...... 121 13.2 (M) Change Orders ...... 121 13.3 (M) Project Plan ...... 121 13.4 (M) Cutover Plan ...... 122

Page 3

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

13.5 (M) Live System Outages ...... 122 13.6 (M) Pilot System ...... 122 13.7 (M) Regional Systems ...... 123 14 Testing ...... 125 14.1 (M) Overview ...... 125 14.2 (MS) Functional Acceptance Test Plan (FATP) ...... 125 14.3 (MS) Coverage Acceptance Test Plan (CATP) ...... 127 14.4 (M) Subscriber Units Acceptance Testing ...... 131 14.5 (M) Test Phases ...... 131 15 Training ...... 135 15.1 (M) Overview ...... 135 15.2 (M) System Overview Training...... 135 15.3 (M) System Management Training ...... 135 15.4 (M) System Technical Training ...... 136 15.5 (M) System Console Training ...... 136 15.6 (M) Subscriber End User Training (Train the Trainer) ...... 136 16 Warranty ...... 138 16.1 (M) Equipment Covered ...... 138 16.2 (M) Warranty Conditions ...... 138 16.3 (MS) Warranty Period ...... 138 16.4 (M) New Equipment ...... 139 16.5 (M) Lemon Rule ...... 139 16.6 (M) Software and Hardware Replacement ...... 139 16.7 (M) Subscriber Units ...... 139 17 Maintenance ...... 141 17.1 (M) Overview ...... 141 17.2 (M) Equipment Covered ...... 141 17.3 (MS) Maintenance Resources ...... 141 17.4 (M) Obsolescence ...... 143 17.5 (MS) Spares ...... 143 17.6 (M) Scheduled Maintenance ...... 144 17.7 (M) Corrective Maintenance...... 144 18 Upgrades ...... 145 18.1 (M) Overview ...... 145 18.2 (M) Functionality/Serviceability/Supportability Final Acceptance Upgrade ...... 145 18.3 (D) Upgrade Plans (Optional) ...... 145

Page 4

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

19 New System Documentation ...... 147 19.1 (M) RFP Response Documentation ...... 147 19.2 (M) System Design Review...... 147 19.3 (M) Detailed Design Review ...... 148 19.4 (M) Regional Acceptance...... 149 20 Pricing ...... 152 20.1 (M) Overview ...... 152 20.2 (MS) Submittal ...... 152 20.3 (MS) Payment Schedule ...... 154 21 Exhibits ...... 158 21.1 Exhibit 1, Site Information ...... 158 21.2 Exhibit 2, Frequency Information ...... 158 21.3 Exhibit 3, System Interconnects ...... 158 21.4 Exhibit 4, Mobile Installations ...... 158 21.5 Exhibit 5, WSDOT Installation Standards and Practices – Floor Plans ...... 158 21.6 Exhibit 6, WSDOT Installation Standards and Practices – Grounding ...... 158 21.7 Exhibit 7, Project Schedule ...... 158 21.8 Exhibit 8, Bounded Coverage Area ...... 158

List of Tables

Table 5-1: Delivered Audio Quality Definitions ...... 50 Table 5-2: Coverage Percentages ...... 53 Table 10-1: Existing Radio Quantities, by Region ...... 96 Table 10-2: Vehicle Class Descriptions ...... 108 Table 10-3: Radio Quantities, by Class 01 through 05 ...... 108 Table 10-4: Radio Quantities, by Class 06 through 11 ...... 109 Table 10-5: Radio Quantities, by Class 12 through 17 ...... 109 Table 10-6: Radio Quantities, by Class 19 through 22 ...... 109

Page 5

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

1 Overview

1.1 Project Requirements. Appendix 2 defines the specification requirements for the Washington State Department of Transportation (WSDOT) Replacement of WSDOT Statewide Land Mobile Radio System project (RFP Specifications). Vendor’s Proposal shall respond to the RFP Specifications set forth in this Appendix 2 by completing the Specification Response Guide in Microsoft Word Version 2010 or later. The Specification Response Guide is available in electronic form and provided as Appendix 4 to the RFP.

1.2 Terms and Definitions. All capitalized terms used herein, but not defined herein, have the respective meanings set forth in RFP Appendix 1, Definitions and Acronyms or, if not defined in Appendix 1, have their ordinary and usual meaning.

Page 6

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

2 General Requirements

2.1 (M) RFP Specifications Response Formatting

2.1.1 Each Specification requirement listed herein is identified with one of the following: (D), (DS), (M), or (MS). Specification requirements with a (MS) are mandatory and will be scored during the evaluation process. Specification requirements with a (M) are mandatory and will not be scored during the evaluation process. Specification requirements with a (DS) are important, but not mandatory, and will be scored during the evaluation process. Specification requirements with a (D) are important, but not mandatory, and will not be scored during the evaluation process.

2.1.2 All sections identified (D), (DS), (M), and (MS) must be responded to in the Specifications Response Guide (Appendix 4 to the RFP) in Microsoft Word Version 2010 or later. The Vendor shall respond to Specification requirement contained in this RFP Specification by completing each response box provided in the Specification Response Guide. The section numbers in the Specification Response Guide correspond to the specification requirement numbers in this RFP Specifications. In some instances, a specification requirement in this RFP Specifications has one or more subsections. Unless a subsection is specifically identified in a separate response box in the Specification Response Guide, Vendor’s response to a particular specification requirement shall take into consideration all subsections thereto. As further detailed in the Specification Response Guide, Vendor is required to: (a) state it will fully comply, not comply, or partially comply with each specification requirement; (b) explain why it will not comply or partially comply; and (c) where specified, provide further descriptions of how and why Vendor will comply with a specification requirement.

2.1.3 The New System shall include all Features and functionality proposed in Vendor’s responses, unless the Feature or functionality is specifically identified in the Specification Response Guide as “(Optional).”

2.2 (M) System Completeness and Representations

2.2.1 The Vendor must perform all Work as specified in the RFP Specifications, provide all documentation, and finish all Site/System Work as required.

Page 7

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

2.2.2 The Vendor shall supply, deliver, install, and make operational all the Equipment defined in this RFP Specification. This Equipment shall be complete, fully operational and provide all the Features and functional capabilities called for throughout this RFP Specification.

2.2.3 All descriptions and representations shall be considered part of the specifications for any piece of Equipment to which they relate or refer in any manner.

2.2.4 Failure of the Vendor to read and/or understand each of the specification requirements, or the Vendor’s failure to include any Feature, device, operational capability, or services required to meet the intent of the RFP Specifications, whether specifically called for or not herein, or regardless of where they appear herein, shall not reduce the Vendor's responsibility to provide them for the base price proposed. In the event the Vendor will not meet the RFP Specification, in whole or in part, the Vendor shall complete the respective Part B in the Specifications Response Guide (Appendix 4 to the RFP) as instructed therein. In no event may Vendor offer other forms of unrelated compensation. WSDOT is under no obligation to review and modify the RFP Specification or provide a score to that section based on the “Will not comply” response Part B explanation.

2.2.5 Omission of any switch, Feature, function, module, connector, indicator, or other component or device from the RFP text or the annexed schematic representations, drawings, charts, lists, etc., that is required to make the New System complete and acceptably operational in accord with the intent of this procurement, shall not exempt the Vendor from including, providing, and installing the same for the base price quoted as if it were specifically called out.

2.3 (M) New and First Quality

2.3.1 Unless otherwise expressly stipulated to in writing by WSDOT, all Equipment including, but not limited to, radio units, consoles, encoders, decoders, voters, modems, boards of all types, processors, controllers, racks, cabinets, stands, CRTs, computer mice and trackballs, cables of all types, connectors (electrical and mechanical), hardware of any description, wire of every type, all mounting devices, antennas (fixed and mobile), lightning arresters, lamps, UPS units, circuit boxes, conduit, electrical fixtures of all types, tie wraps, tape, fasteners, mounting boards and platforms, and all other items used in the assembly and installation of the New System, shall be new, of first class quality, and free of all defects and damage.

Page 8

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

2.3.2 Upon request by WSDOT, Vendor shall furnish satisfactory evidence as to the kind and quality of such Products and items.

2.3.3 Equipment is considered new even if materials used in its construction, packaging, shipping, installation, or documentation have been recycled or returned from a previous shipment without having been installed or placed in service. If, when inspected by WSDOT representatives or any other governing or licensing agency, any item intended for use in the Project is rejected as not compliant with these requirements, after having been delivered to the Site, such item(s) shall, at no additional cost to WSDOT, be immediately repaired to the satisfaction of the WSDOT Project Manager or removed from the Site by the Vendor.

2.3.4 If the Vendor fails to repair or remove such rejected materials and/or Equipment items promptly, WSDOT will cause the same to be removed by others at the expense of the Vendor. WSDOT reserves the right to withhold payment for such rejected material and removal costs, if any.

2.4 (M) Standards Compliance

2.4.1 FCC Requirements

2.4.1.1 All Equipment proposed must meet or exceed all applicable FCC requirements and the System requirements set forth herein.

2.4.1.2 Where a conflict appears between standards the more stringent requirement shall be the minimum acceptable.

2.4.2 National and Other Applicable Standards

2.4.2.1 All wiring and installation services must conform to applicable standards including, but not limited to, OSHA, ADA, NEC, NFPA, and BOCA.

2.4.2.2 Other standards, identified in other portions of this RFP Specification, shall by reference, be included in Exhibit 5, WSDOT Installation Standards and Practices - Floor Plans and Exhibit 6, WSDOT Installation Standards and Practices – Grounding.

2.4.3 TIA/EIA Project 25, Phase 1 and 2 Compliance

Page 9

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

2.4.3.1 The New System shall be compliant with all portions of the system in which TIA/EIA Project 25 provide standards.

2.4.4 Emissions Certification

2.4.4.1 All Equipment proposed in which microprocessors or switching power supplies are used shall have undergone comprehensive electromagnetic emissions testing, and the Vendor shall certify that any testing is equivalent to Part 15, Subpart “J” of the FCC rules for Class “A” computing devices. The Vendor may be requested by WSDOT to submit the test report for review, upon request, and without charge, at any point during this process.

2.4.5 Workstation Certifications

2.4.5.1 Monitors and workstations shall be UL and FCC approved devices, with TCO and Energy Star or equivalent certification. Other certifications such as ePEAT or RoHS compliancy should be stated.

2.4.6 Standards Precedence

2.4.6.1 Specific Work requirements set forth in the various parts of the RFP Specification by WSDOT will be deemed the established standard for that Work, taking precedence over any other recognized standard.

2.5 (M) Mechanical

2.5.1 The Equipment shall not have any sharp edges, etc. that could be hazardous to the user, installer or repair person. Assemblies, welds, screws, rivets, etc. shall be secure.

2.5.2 All Equipment must fit in standard racks or cabinets that do not exceed 24” width x 28” depth x 84” height. At all Sites all Equipment must not occupy more than two (2) rack spaces including combiner, receive multicoupler, and duplexer. The Vendor must identify and explain the need for additional rack space at each Site if it exceeds the requirement stated herein.

2.5.3 The Vendor shall provide the minimum spacing/setback between radio Equipment racks or cabinets. The Vendor will also provide any spacing/setback requirements for any Equipment that will not be located in a standard rack.

Page 10

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

2.5.4 The Vendor shall locate and install all Equipment at mutually agreed to locations with the communications building locations. These locations will be determined and documented prior to installation. All Equipment cabinets or racks shall be secured directly to the floor to prevent accidental shift in location or tipping. All Equipment installation methods shall meet the requirements with in Exhibit 5, WSDOT Installation Standards and Practices - Floor Plans. The Vendor shall provide front and aerial views of the proposed rack layout for each of the Sites.

2.5.5 The Vendor shall provide all necessary interfaces with base , peripheral computer hardware such as consoles, microwave, PSTN or legacy conventional Equipment. Interfaces shall include cabling and modems, all of which shall be identified by the functional diagrams of the proposed system.

2.5.6 The Vendor will provide and install all necessary cabling between Equipment and interface devices. The Vendor shall supply a cable ladder plan prior to starting the installation that will show the areas of the cable ladder in which the cable will be installed. All cabling shall be labeled with pre-printed adhesive wire labels. All cables shall be installed per Exhibit 5, WSDOT Installation Standards and Practices – Floor Plans. All openings for cables entering cabinets or racks shall be protected by rubber grommets. No splicing of cables will be allowed.

2.6 (M) Environmental

2.6.1 The radio Equipment will be located in typical communications shelters and locations. Most of the Equipment will be located in new communications buildings; however, a portion of the Sites will include retrofited buildings. All of the buildings will contain substantial amounts of communications Equipment and will be designed for expansion beyond the upgraded radio system. The Vendor shall provide Equipment that is designed to fully operate without degraded performance in the communications buildings under normal operating and failure conditions that exist such as power or HVAC failure.

2.6.2 Non-Console Locations

2.6.2.1 All Equipment shall be designed to operate continuous duty with a temperature range of -30º to +60º C with a non- condensing humidity level of 95%.

Page 11

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

2.6.2.2 Equipment shall be properly designed and shielded to prevent any degraded operation in high RF environments associated with communications facilities.

2.6.3 Console Locations

2.6.3.1 All Equipment shall remain operational at room temperatures of 40F to 95F (+5C to +35C).

2.6.3.2 All Equipment shall remain operational in a range of 20% to 80% relative humidity, non-condensing.

2.6.3.3 All Equipment shall be storable in a range of 32F to 120F (0C to +50C).

2.6.3.4 All Equipment shall be storable in a range of 10% to 90% relative humidity, non-condensing.

2.6.4 Surface Temperature

2.6.4.1 The temperature of conductive exposed surfaces, including metal covered with thin coatings, shall not exceed 130F, at the highest operating ambient temperature of the Equipment.

2.6.5 Thermal Output

2.6.5.1 Vendor shall state BTU requirements of all Equipment and workstations.

2.6.6 Plenum Rating

2.6.6.1 All wiring and/or cables installed above ceilings or under floors shall be plenum rated. Plenum rating will only be required at Sites with occupied spaces.

2.6.7 Electrical Environment

2.6.7.1 Equipment shall meet all of the requirements, e.g., function normally in the presence of, or after subjection to, those electrical environmental conditions or stresses that are designated as normal.

2.6.7.2 The Equipment shall be protected and isolated from transients, surges, sags, noise, brownouts, harmonic distortion, induction, power line faults, etc.

2.6.8 Static Discharge

Page 12

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

2.6.8.1 Electronics shall successfully withstand electrostatic discharge (ESD) potentials of up to 15,000 volts from a human body on any exposed surface with no effect on normal operation.

2.6.9 Audible Noise Emission

2.6.9.1 Equipment noise emission shall not subject any personnel to sound levels greater than those allowed in Occupational Safety and Health Acts (OSHA) regulation 1910.95, considering exposure time and place of installation.

2.6.9.2 It is desirable that the noise level of the Equipment is limited to 50 dB continuously, or 75 dBA intermittently (less than a 10 percent duty cycle), at normal distances as measured on the “A” scale of a standard sound level meter at slow response.

2.7 (M) Grounding

2.7.1 Site Grounding

2.7.1.1 WSDOT has provided electrical grounding and lightning grounding at the communications Sites. The Vendor will be responsible for applying the grounding standard and providing at their own cost any grounding changes beyond WSDOT-supplied grounding requirements for safety and proper operation/protection of the Vendor-supplied Equipment. WSDOT’s grounding requirements can be found in Exhibit 6, WSDOT Installation Standards and Practices - Grounding.

2.7.2 Equipment Grounding

2.7.2.1 The Vendor shall provide detailed specifications for the grounding of its Equipment to safeguard personnel from electrical shock hazard, to prevent Equipment damage and service interruption, and to provide a reliable zero voltage reference for Equipment operation. Each frame/chassis ground shall be electrically isolated from the common Equipment to eliminate ground loops due to ground potential differences.

2.7.3 Power Line, Data, and Control Surge Devices

Page 13

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

2.7.3.1 Transient and surge protection shall be provided for each radio tie line (RTL) in the New System, having a minimum discharge current rating of 5,000 amperes. Describe protection system and specifications.

2.7.3.2 When data, signal and/or telecommunications connections are made using copper conductors, it is required that transient voltage surge suppression (TVSS) devices shall be used on these lines to provide the appropriate level of protection. Even when gas tube or carbon-block primary protectors exist, it is strongly recommended that secondary TVSS protection be provided.

2.7.3.3 All communications Equipment shall be furnished with non- load bearing (voltage sensitive) power line and control line (if leased or outside lines) TVSS devices. The TVSS devices shall be multi-stage hybrid design with a clamping voltage that will adequately protect the communications Equipment to which it is connected.

2.8 (M) Power Requirements

2.8.1 Commercial and Backup Generator Power

2.8.1.1 Most Sites will operate with commercial power under normal conditions. Sites that use alternative power methods may be found in Exhibit 1, Site Information. However, all Sites will have backup generators that will provide backup power to the Sites. The Vendor shall provide the appropriate power conditioning to ensure protection to the Equipment during conditions that might occur with the transfer of power from commercial to generator power. All Equipment shall run from -48 volts DC or 120 volt, 60 Hz AC power.

2.8.1.2 The Vendor shall provide the power requirements of each rack of Equipment, as well as the total power requirements of the Site and the necessary battery sizing for two (2) and four (4) hours of backup sizing.

2.8.2 DC or UPS Backup Power

2.8.2.1 WSDOT will provide the power and associated backup power required. The Vendor shall supply Equipment operating at -48-volt DC or 120V/60 Hz AC. Exhibit 1, Site Information provides a list of the power to be supplied at

Page 14

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

each Site by WSDOT. WSDOT will provide not more than (2) two AC or DC feeds to the limited racks. The Vendor will be responsible for providing all power distribution for the racks and connecting the WSDOT supplied main feed. The quantity of AC or DC feeds may be increased at one (1) Main Control Site in each Region. The Vendor shall provide the required current draw for each Site, break out the Equipment by the type and voltage level/current draw of the power required. Describe how the New System will be powered and how the power will be distributed.

2.8.2.2 For the console locations, WSDOT will provide 120V/60 kHz UPS power. UPS for common console electronics and recorders shall be sized for a minimum of one (1) hour. UPS for positions shall be sized for a minimum of thirty (30) minutes. Vendor shall state UPS power requirements of any common electronics, and each console position.

2.8.2.3 The Vendor shall provide specifications sheets for all Equipment provided.

2.9 (M) Software Requirements

2.9.1 GUI Interface

2.9.1.1 All man-machine interfaces shall use graphical user interfaces (GUI).

2.9.2 Configuration Files

2.9.2.1 All configuration information shall be exportable to a file that may be stored to an independent location. The exportable file shall be directly importable via the GUI interface in a defined and documented process.

2.9.3 Report Files

2.9.3.1 All reports generated shall be exportable in an Excel file format or a defined delimited file that can be imported without modification to an Excel file.

2.9.4 Backup Data

2.9.4.1 The system shall have the ability to collect and backup at least three months of data generated by the New System. The system shall notify the system manager when the data

Page 15

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

reaches at least 80% of the capacity and shall continue to notify the system manager until the data capacity issue is acknowledged. If the issue is not resolved within 48 hours after the acknowledgement, the New System shall send another warning to the system manager.

2.9.5 System Security

2.9.5.1 The New System shall provide a mechanism to prevent outside contamination, along with descriptions of the system protections. The system should be hardened to protect against outside software breaches and against failure due to software issues such as viruses, worms and other forms of destructive interaction with outside software elements.

2.9.6 Licensing

2.9.6.1 Vendor is responsible for all software licensing for all Equipment which is required for the operation of all Vendor supplied Equipment.

2.10 (M) Labeling

2.10.1 All major components of the New System shall be labeled with a non- removable label that is water resistant. The label shall indicate the name of the piece of Equipment and the operating frequency if the Equipment is frequency dependent. The labeling shall be consistent with both the functional system drawing and the rack layout.

2.10.2 Describe the recommended labeling method of the in-building cables and wires.

2.10.3 Installation of new combiners and multicouplers are the Vendor’s responsibility.

Page 16

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

3 Radio System Design

3.1 (M) Overview

3.1.1 WSDOT has issued this specification as part of its project to establish a New System - digital TIA/EIA Project 25, Phase 2 Land Mobile Radio System. WSDOT has been using its Existing System - analog EF Johnson/Kenwood Multi-Net II Land Mobile Radio System. The Existing System has components that date back 20 to 25 years. WSDOT has embarked upon this project for the purpose of updating the radio system with a modern radio system. As a separate project, WSDOT has been upgrading the communications Sites and the interconnections between the Sites. The Vendor should not assume WSDOT will make additional upgrades or interconnections to support Vendor’s proposed solution. If the Vendor’s proposed solution requires additional upgrades and/or interconnections, WSDOT is under no obligation to provide or pay for the additional requirements and/or costs of such improvements. In addition, the inclusion of such requirements and/or costs will be considered during the selection process. Because of limited spectrum availability, WSDOT is requiring a digital TIA/EIA Project 25, Phase 2 - 700/800 MHz voice radio system. WSDOT will also be integrating portions of its Existing System into the New System, which will be continued to be used during the transition and in the future.

3.2 (M) Existing System

3.2.1 WSDOT Existing System is an 800 MHz Multi-Net II Trunking two- way radio system. The Existing System is divided into 6 Regions and provides two-way radio communications to WSDOT personnel for everyday operations but is also scaled to provide emergency communications in the case of a large emergency or event. The Existing System is at its end of life and no longer meets WSDOT’s expanding needs for seamless statewide voice operation, interoperability (both internally and externally) and frequency utilization. WSDOT is limited in infrastructure support and relies on other state and local agencies to provide connectivity from Site to Site, Region to Region and Traffic Management Center (TMC) to system and Emergency Operation Center (EOC) to system.

3.3 (M) New System

Page 17

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

3.3.1 Technology

3.3.1.1 The New System shall consist primarily of a trunked Digital 25, Phase 2 Land Mobile Radio System operating in the 700/800 MHz public safety bands. A successful Vendor must provide a solution that meets the New System requirements as outlined.

3.3.1.2 The New System shall consist of 6 Regions that can operate as one system and can operate independently on a Regional basis in case of interconnect failure between Regional hubs.

3.3.2 Sites

3.3.2.1 The Vendor shall offer a 700/800 MHz digital TIA/EIA Project 25, Phase 2 that operates on all Sites identified in Exhibit 1, Site Information. Preliminary engineering was completed to verify the Bounded Coverage Area as identified in section 3.3.4. and section 5. Vendors must use the Sites identified in Exhibit 1. If the Vendor’s proposed solution cannot obtain the coverage requirement in section 5, the Vendor must provide engineering documentation and proposed modifications in a separate appendix to the Response. WSDOT is under no obligation to accept the proposed modifications.

3.3.3 Frequency Plan

3.3.3.1 Vendor shall propose a New System that utilizes the frequencies identified in Exhibit 2, Frequency Information.

3.3.4 Coverage Area

3.3.4.1 The Vendor shall supply a system which provides 95% mobile coverage, 95% of the time, throughout the Bounded Coverage Area within each of the six (6) Regions. Bounded Coverage Areas are described in Exhibit 8, Bounded Coverage Area.

3.3.5 Console System

3.3.5.1 The console system will be upgraded to provide communications for the Traffic Management Centers via consoles. The console system shall support the radio system with which it will be integrated with the New System. WSDOT has six (6) Traffic Management Centers (TMC), a

Page 18

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

Winter Operations TMC at Hyak, and Emergency Operations Centers (EOC).

3.3.5.2 Each of the TMC consoles will be primary focused on their respective Region channels, but may need the ability to communicate in any Region.

3.3.5.3 Consoles Per Location:

3.3.5.3.1 Northwest: 5

3.3.5.3.2 Northcentral: 2

3.3.5.3.3 Olympic: 3

3.3.5.3.4 Southwest: 3

3.3.5.3.5 Southcentral: 2

3.3.5.3.6 Eastern: 3

3.3.5.3.7 EOC (WSDOT Headquarters): 1

3.3.5.3.8 Winter OP TMC (Hyak): 1

3.3.5.3.9 Alternate EOC 1 (Spokane Regional Headquarters): 1

3.3.5.3.10 Alternate EOC 2 (Tumwater ELG): 1

3.3.6 (D) Location Information System (Optional)

3.3.6.1 The radio system will be capable of providing real-time location information on GPS-equipped within the New System.

3.3.6.2 The Vendor will be required to define and provide a location information data interface. Vendor shall provide examples of other systems that have used the location information data interface.

3.3.6.3 The Vendor shall describe how the location information can be displayed at the console or other vendor-provided system components.

3.3.6.4 The Vendor shall describe what portions of the location information interface is compliant with the TIA/EIA Project 25 standard.

Page 19

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

3.3.7 (D) Data System (Optional)

3.3.7.1 The Vendor shall describe the data capabilities of the mobile radio. Description shall include all parameters related to data. Vendor shall also describe any impacts to voice operations when data is used.

3.3.7.2 The Vendor shall provide a list of other customers and systems where the proposed data system is used.

3.3.7.3 The Vendor shall describe what portions of the data system is compliant with the TIA/EIA Project 25 standard.

3.3.8 (DS) Inter SubSystem Interface (ISSI) System (Optional)

3.3.8.1 The Vendor shall describe how the current TIA/EIA Project 25 ISSI standard is supported.

3.3.8.2 The Vendor shall detail its roadmap to support future versions of the TIA/EIA Project 25 ISSI standard. Explain the operational advantages to future versions of the TIA/EIA Project 25 ISSI standard.

3.3.8.3 The New System must have the capability to provide for three (3) separate ISSI interfaces. All licensing fees for all Equipment or Software for such interconnects must be included for both WSDOT and the non-WSDOT side of the ISSI.

3.3.8.4 The New System shall have the ability to provide an ISSI that is priced by groups of 5 talk groups.

3.3.9 Interconnect

3.3.9.1 The Vendor is required to interface the Equipment it provides with WSDOT’s interconnectivity provided by WSDOT. WSDOT interconnect topology is described in Exhibit 3, System Interconnects

3.4 (MS) New System Operation

3.4.1 New System Operation

3.4.1.1 Describe the New System that will be offered to WSDOT.

Page 20

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

3.4.1.2 WSDOT Sites and frequency plans include several cases where a single Site must simultaneously support communication in multiple Regions. Describe how a single Site can simultaneously support communication in multiple Regions and how or if the end user is impacted.

3.4.1.3 Describe the New System from a function description.

3.4.1.4 Describe the New System from a hardware description.

3.4.1.5 List all TIA/EIA Project 25-compliant interfaces to the New System.

3.4.1.6 List all Vendor specific interfaces.

3.4.1.7 Describe the New System capacity in terms of expansion of channels, Sites and console locations/positions. Indicate how the capacity is determined, what the capacity is currently used, and what capacity is remaining.

3.4.1.8 There is a possibility in the New System that one or more Sites will have no ability for commercial power and are operating on alternate power sources (solar, battery, or limited generator). Describe the New System’s ability to interface to a Site with no commercial power and with limited alternate power. Vendor shall explain its recommended solutions including, but not limited to, Site requirements, power requirements, minimum connectivity requirements, and alternate methods of control.

3.4.1.8.1 Describe the Subscribers ability to operate in the recommended solutions as described in section 3.4.1.8 and include what is required of the operator and/or System Manager to ensure no loss of communications occur.

3.4.1.9 There is a possibility in the New System that one or more Sites will have limited network or low network connectivity. Vendor shall explain its recommended solutions to limited network or low network connectivity.

3.5 (M) Subscribers

3.5.1 The New System shall initially have approximately 4,000 subscribers. A detailed count of radios may be found in Section 10

Page 21

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

of this RFP Specifications. Additional users may also join the New System depending upon need and cost of access.

3.5.2 The Vendor shall ensure all models and/or tiers of proposed subscriber radios are capable of supporting WSDOT’s radio users. The radio quantities stated in this specification represent an estimate of subscriber levels, and actual purchased quantities may vary.

3.5.3 The licensing and all other costs associated with up to 10,000 subscribers programmed into the New System in any subscriber numbering system supported by TIA/EIA Project 25 standard shall be supplied and supported by the vendor without any additional costs for the New System, consoles or subscribers when added to the New System.

3.6 (M) Project Implementation

3.6.1 The Vendor shall implement the New System in phases. Each phase will build upon and be integrated with the previous tested phase. The deployment of the complete system may require sixty (60) months. Refer to Exhibit 7, Project Schedule for additional information on the proposed project schedule.

3.7 (MS) TIA/EIA Project 25 Compatibility

3.7.1 The Vendor shall provide a list of all elements that are compliant to the currently approved TIA/EIA Project 25 suite of standards. If partially compliant, list the elements of the Vendor’s Equipment that are not compliant. Vendor shall provide their compliance to the following specific TIA/EIA Project 25 elements. If the Vendor does offer a complaint interface, the Vendor should provide the system and contact for the system that provides the representation of the most significant level of compatibility of the interface:

3.7.1.1 The Common Air Interface (CAI), which specifies the type and content of signals transmitted by compliant radios and allows radios to communicate over the air, has been commonly adapted.

3.7.1.2 The Inter RF Subsystem Interface (ISSI) specifies the interface between radio networks and allows them to be connected into wide-area networks.

Page 22

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

3.7.1.3 The Console Subsystem Interface (CSSI) allows a third- party console interface within a system.

3.7.1.4 The Subscriber Data Peripheral Interface (SDPI) specifies the port through which mobiles and portables can connect to laptops or data networks.

3.7.1.5 The Fixed Station Interface (FSI) specifies the interface between a TIA/EIA Project 25 system and a base station.

3.7.1.6 Network Management Interface (NMI) specifies a network management scheme that will allow all network elements of a system to be managed.

3.7.1.7 The Data Network Interface (DNI) specifies the New System’s connections to computers, data networks or external data sources.

3.7.1.8 The Telephone Interconnect Interface (TII) specifies the interface to the public switched telephone network (PSTN).

3.7.1.9 Conventional Fallback – Network and Subscriber.

3.7.1.10 The Vendor shall provide a list of all other TIA/EIA Project 25 standards that the vendor complies with that are in addition to the compliant interfaces/modes listed above.

3.7.2 The Vendor shall provide a list of all elements that are not compliant to the currently approved TIA/EIA Project 25 suite of standards. If partially compliant, list the elements of the Vendor’s Equipment that are not compliant.

3.7.3 The Vendor shall provide a list of all elements that are planned to be developed in the next 36 months and the anticipated dates of availability of those standards.

3.7.4 The Vendor shall provide TIA/EIA Project 25 Suppliers’ Declaration of Compliance (SDoC) for all Equipment that has been tested.

3.7.5 The Vendor shall provide a list of all subscribers and base stations that have passed the TIA/EIA Project 25 CAP, the Compliance Assessment Program (CAP).

3.7.6 Identify any other radio Equipment manufacturers that offer user radio Equipment that is known to be compatible with all the TIA/EIA Project 25 Features and capabilities of the Vendor’s proposed New System infrastructure. List existing system or systems that provide

Page 23

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

the best representation of compatibility of the Vendor’s Equipment with other vendors.

3.7.7 Identify any other radio Equipment manufacturers of system components, system interfaces, base stations, and subscribers that offer radio Equipment that is known to be fully compatible with the TIA/EIA Project 25 Features and capabilities of the Vendor’s proposed New System infrastructure. List the existing system or systems that provide the best representation of compatibility of the Vendor’s Equipment with other vendors.

3.7.8 Identify Features that are being offered that are either not compatible or not offered with the TIA/EIA Project 25 Features and capabilities of the Vendor’s proposed subscribers.

3.7.9 Identify Features that are being offered that are either not compatible or not offered with the TIA/EIA Project 25 Features and capabilities of the Vendor’s proposed New System infrastructure.

3.8 (MS) Life Cycle

3.8.1 WSDOT’s goal is to maximize the investment and usefulness of the New System; therefore, the life cycle and the expandability of the product are important to understand. The Vendor shall provide a New System that will support operations for at least the next 15 years.

3.8.2 Describe each major component of the New System and its predicted life cycle. The response should include discussion how the Vendor plans to react to software and hardware incompatibilities. The major areas that should be reviewed are system, RF systems, consoles, and subscriber units.

3.8.3 List the Vendor’s supported life for all New System components in order of shortest supported life to longest supported life.

3.8.4 Describe the New System’s expandability regarding the major elements, and discuss how the expansion of each major element would affect the other components of the New System.

3.9 (MS) Voice Radio System Call Processing

3.9.1 Describe the capabilities of the New System and any abilities to control the processing of the following types of calls:

Page 24

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

3.9.1.1 Protocols

3.9.1.1.1 Simplex

3.9.1.1.2 Analog Conventional

3.9.1.1.3 TIA/EIA Project 25, Phase 1 - Conventional

3.9.1.1.4 TIA/EIA Project 25, Phase 1 - Trunked

3.9.1.1.5 TIA/EIA Project 25, Phase 2 - Trunked

3.9.2 Call Processing Methods

3.9.2.1 The Vendor shall describe the methods used for the radio to operate within the New System.

3.9.2.1.1 Describe how a radio is programmed and how the various elements of programming such as control channel, Site list, and talk group can be programmed to affect the operation of the radio in the field.

3.9.2.1.2 Provide a recommended control channel and Site configuration given WSDOT’s Sites and channels. Recommendations shall provide easy operation of subscribers statewide, using the fewest zones possible, considering Sites, Regions, and operations among Regions. Refer to Exhibit 1, Site Information for Sites and maintenance area detail.

3.9.2.2 Initial Registration

3.9.2.2.1 Upon initial registration, describe how a radio chooses which Site/subsystem to register.

3.9.2.2.2 Describe how access to a Site and/or Site/talk group can be limited.

3.9.2.3 Roaming

3.9.2.3.1 How does a radio determine when to change a Site? What parameters are user definable?

3.9.2.3.2 How does a radio determine to choose a Site? What parameters are user definable?

Page 25

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

3.9.2.3.3 How does the New System manage registration collisions when multiple radios are roaming onto one Site?

3.9.2.3.4 Describe the process through which a radio joins a call in progress.

3.9.2.4 Steering

3.9.2.4.1 Describe the radio’s/New System’s capability to roam to Sites that may have less traffic or better signal prior to reaching a loading or signal strength level at which the radio would begin roaming.

3.9.2.4.2 Describe how a radio/ New System can be programmed to favor certain “home” Site(s).

3.9.2.4.3 Describe the ability of the New System to not allow certain radios or talk groups to access a Site. What parameters are user definable?

3.9.2.4.4 Describe what would occur if a radio is logged onto a Site in which the talk group is allowed and then changes to a talk group that is not allowed on the Site.

3.9.2.5 Site Grouping

3.9.2.5.1 Describe the ability of the New System to create unique talk group areas from Sites that support two or more Regions.

3.9.3 Call Processing Timing

3.9.3.1 Indicate minimum and maximum time for the following:

3.9.3.2 Power-On Registration

3.9.3.2.1 Initial powered-on and access to selected trunked channel (assuming radio has been turned on for first time).

3.9.3.2.2 Initial powered-on and access to selected trunked channel (assuming radio has been turned off at another Site).

Page 26

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

3.9.3.2.3 Initial powered-on and access to selected trunked channel (assuming radio has been turned off at same Site).

3.9.3.3 Group Change

3.9.3.3.1 Channel unavailable time when user changes talk group.

3.9.3.4 Site Roam

3.9.3.4.1 Channel unavailable time when radio roams to another Site when roaming from an adjacent Site.

3.9.3.4.2 Channel unavailable time when radio roams to another Site when roaming from non-adjacent Site.

3.9.3.5 Single Site

3.9.3.5.1 The time required by the radio from the moment the PTT button is pressed to receiving a channel on any of the New System Sites with only one channel available on the Site and all other channels busy.

3.9.3.6 Multi-Site

3.9.3.6.1 The time required by the radio from the moment the PTT button is pressed to receiving a channel on a wide-area call across all Sites on the New System when there is at least one channel available at each of the Sites.

3.9.3.7 (D) Other Calls (Optional)

3.9.3.7.1 Time required to over-the-air reprogram (3) banks of 16 channels on 100 radios assuming one free channel at all times during the reprogramming activity.

3.9.3.7.2 Time required to send 100 data messages of 50 alphanumeric characters of average length assuming one free channel at all times during the messaging activity. Include the average

Page 27

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

length of the data message used in the calculation.

3.9.3.7.3 Time required to send 1,000 AVL/GPS messages given the location of 5 different portables. Each portable would send 200 location update messages.

3.10 (MS) Radio System Capabilities

3.10.1 Describe the capabilities of the New System and any abilities to control the processing of the following types of calls.

3.10.2 Subscriber Capabilities

3.10.2.1 Subscriber Turn-on/Log-in

3.10.2.2 Subscriber Turn-off/Log-out

3.10.2.3 Subscriber Site Registration

3.10.2.4 Subscriber Site De-registration

3.10.2.5 Subscriber Site Lockout

3.10.3 Protocols Supported

3.10.3.1 TIA/EIA Project 25 Conventional

3.10.3.2 TIA/EIA Project 25 Trunked – Phase 1

3.10.3.3 TIA/EIA Project 25 Trunked – Phase 2

3.10.4 Unique Identification (UID)

3.10.4.1 UID Capacity

3.10.4.2 UID Priority

3.10.4.3 UID Validation

3.10.4.4 UID Identification

3.10.4.5 UID Identification Alias Unit ID Display

3.10.5 Talk Group

Page 28

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

3.10.5.1 Talk Group Capabilities

3.10.5.2 Talk Group Capacity

3.10.5.3 Talk Group Priority

3.10.5.4 Talk Group Validation

3.10.5.5 Talk Group Channel Access Priority

3.10.5.6 Talk Group Channel Partitioning

3.10.5.7 Talk Group Channel Guaranteed Availability

3.10.5.8 Talk Group Site Lockout

3.10.5.9 Talk Group Priority Interrupt

3.10.6 Emergency Calls and Alerts

3.10.6.1 Emergency Alarm

3.10.6.2 Emergency Call

3.10.6.3 Emergency Priority Queuing

3.10.6.4 Emergency Call Pre-emption

3.10.7 System Calls

3.10.7.1 Priority Call

3.10.7.2 Priority Call Pre-emption

3.10.7.3 Console Operator Call Pre-emption

3.10.7.4 Talk Group Call

3.10.7.5 Site Wide Call

3.10.7.6 System Wide Call

3.10.7.7 All Call Site/System/Active Talk Groups

3.10.7.8 Telephone Interconnect

3.10.7.9 Subscriber to Subscriber Call (UID to UID)

3.10.7.10 Console to Subscriber Call (UID)

Page 29

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

3.10.8 System Not Available

3.10.8.1 System Busy

3.10.8.2 System Queue

3.10.8.3 System Queue Callback

3.10.8.4 System Out of Range

3.10.8.5 Radio UID Not Allowed on Site

3.10.8.6 Radio Talk Group Not Allowed on Site

3.10.8.7 Radio in TIA/EIA Project 25 Conventional Channel Revert Mode

3.10.9 Supplementary Services

3.10.9.1 Selective Alerting

3.10.9.2 Selective Radio TX Disabling

3.10.9.3 Selective Radio Kill

3.10.9.4 Selective Radio Enabling

3.10.9.5 Selective Radio Listening

3.10.9.6 Call Alert

3.10.9.7 Status Message Call – Inbound/Outbound

3.10.9.8 Text Message Call – Inbound/Outbound

3.10.9.9 Status Message Call – All/Outbound

3.10.9.10 Text Message Call – All/Outbound

3.10.9.11 Over the Air Programming

3.10.10 Scan

3.10.10.1 Describe the radio ability to scan across talk groups.

3.10.10.1.1 Single System - Talk Group Scan

3.10.10.1.2 Single System - Priority Scan

Page 30

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

3.10.10.2 Describe the ability to scan trunked talk groups while operating in a conventional mode. Provide any limitation in scan timing or priority scan timing.

3.10.10.2.1 Mixed System – Conventional/Trunked - Talk Group Scan

3.10.10.2.2 Mixed System – Conventional/Trunked – Priority Scan

3.10.11 (DS) Location Services (Optional)

3.10.11.1 Describe the location service Features of the New System.

3.10.11.2 List what Features the New System must be capable of to allow for location services.

3.10.11.3 List what Features the radio must be capable of to allow for location services.

3.10.11.4 Describe the flow of location services through the New System.

3.10.11.5 Describe the parameters associated with location services, which affects it performance thru the New System.

3.10.11.6 Describe how the location services is compatible with the TIA/EIA Project 25 standard and what other manufacturers GPS capable radios will be able to send location services calls.

3.10.11.7 Describe how the location services data is communicated to a third-party system and the cost to WSDOT and the third-party software/hardware provider.

3.10.12 (DS) Data (Optional)

3.10.12.1 Describe the ability of the New System to transfer third party data over the New System.

3.10.12.2 Describe limitations to the type of data and the methods for the data transfer.

Page 31

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

3.10.12.3 Provide three examples of over-air-data transfer used by other customer with a similar system.

3.10.13 (DS) Radio Over-the-Air Programming (Optional)

3.10.13.1 Describe what can be programmed in the radio over the air.

3.10.13.2 Describe what other radio Vendors’ subscriber units are able to be programmed over the air.

3.11 (MS) New System Channel Capabilities

3.11.1 The New System shall be capable of supporting RF Sites in all major frequency bands including 700/800 MHz. Describe the bands the New System will support and additional components that would be required to support the various bands.

3.11.2 Describe the number of channels the New System is capable of supporting, in the conventional or trunked modes. Outline additional components that would be required to support the additional channels and the number of channels at each Site in the New System. Describe how the New System capacity is determined and the items that affect the capacity.

3.11.3 Describe the types of digital and analog signaling the New System is capable of supporting. Include types of analog signaling that the New System and the consoles are able to receive.

3.11.4 Describe the capability for integrating a stand-alone remote conventional into the New System. Vendor must describe all integration methods available.

3.11.5 Describe the number of radio users under typical public service/transportation operations that each of the Regional systems could support. Explain the assumptions used in its modeling of the Site capacity. Assume the following criteria: grade of service 1% or better, average queue time of two seconds or less, average call time of seven seconds, and number of push to talks (PTTs) per hour of five.

3.12 (MS) Simulcast

Page 32

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

3.12.1 The Vendor shall provide a simulcast system that delivers consistent and reliable radio coverage, voice quality and radio call capability during normal operations. The New System shall gracefully degrade and provide the best possible radio call capability during failure times.

3.12.2 Describe the transmit simulcast and voted receivers architecture 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 between system elements.

3.12.3 Describe the timing device or clock required to provide the timing stability for the simulcast system. The clock must also provide external interfaces so other devices may use the same clock for timing.

3.12.4 These systems shall be capable of automatically adjusting the path delay and amplitude of any one or all the circuits utilized in the New System to maintain high simulcast audio quality in the talk-out direction. The automatic adjustment shall compensate for any change in interconnect circuits. Describe the New System’s method of providing simulcast timing including, but not limited to, initial optimization, resetting interval and method, simulcast time delay control and limits as it pertains to remote Sites distance, frequency stability, self-testing and corrective testing that would occur during normal system operations and what procedures would be followed to correct simulcast errors.

3.12.5 Describe the functionality of the voted receive system. Include a detailed description of how the voted receive system selects the best receive audio source.

3.12.6 WSDOT currently has a robust interconnect system and will be upgrading components of the New System. The New System is a combination of microwave, fiber and leased lines. WSDOT will provide 1 Mbps of capacity to each radio Site back to the Regional main hub and 10 Mbps of capacity between each Regional hub. Exhibit 3, System Interconnects provides details of the New System design. The Vendor’s simulcast design shall be GPS synchronized and shall have the capability to connect audio and data between the Regional main control point(s) and transmit Sites via microwave circuits, fiber or PSTN-based Ethernet circuits. Confirm the use of the three types of connectivity media and describe the inter-Site requirements.

Page 33

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

3.12.7 Describe the process and the Equipment for adding additional Sites to the New System. Also, specify the maximum Site capacity of a single simulcast Site or main controller specifications.

3.12.8 Describe the process and Equipment required for the addition of base repeater or receiver channels.

3.12.9 Describe the method by which the simulcast remote Sites are controlled and interfaced with the New System controller. Link type and bit rate shall be specified.

3.12.10 Describe the alarms associated with the simulcast system and how the alarms relate to component/software failure and associated simulcast coverage issues.

3.12.11 Discuss in detail how the loss of an individual Site will cause audio quality issues.

3.12.12 Also, detail how the New System determines the necessity to remove additional Sites or fall into a single-Site repeater mode.

3.13 (MS) Fault Tolerance

3.13.1 The Vendor shall provide a highly reliable fault tolerant system. WSDOT understands that there will be failures of system components and connectivity. The Vendor shall provide a New System that will minimize the effect of a failure and without creating cascading issues.

3.13.2 Fault tolerance shall be provided to not suffer the loss of trunking or wide-area Regional capability as a result of the failure of a single system component. In a trunked system, the radio system shall be able to maintain its trunking capability, the ability of the New System to assign voice channels to independent talk groups, as required, and the ability of the New System user groups to remain functionally independent. Describe the impact to the simulcast offering when a control component or a Site is lost.

3.13.3 Describe methods to back up system/radio configuration data.

3.13.4 Describe the methods the New System is programmed to use to self-heal or self-isolate any issue to minimize impact to the New System. How are these automatic operations communicated to the New System manager?

Page 34

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

3.14 (MS) System Redundancy

3.14.1 WSDOT understands that devices central to the operation and control of the entire system are a potential single point of failure. A System that exhibits the possibility of losing any of the fully operating system Features upon failure of a single device or major component will not be acceptable. Vendors are to confirm that the New System being offered will not have any single point of failure that disables or disrupts any trunking or operational Feature.

3.14.2 Describe how the New System reacts to a failure of any of the New System components described. With each area of failure, describe how the failure impacts the operational area impacted by failure.

3.14.3 Main Control Site(s)

3.14.3.1 Describe all master Site component failures individually. Include all LAN/WAN Equipment and servers. The Vendor shall include failures affecting system components and operations.

3.14.3.2 Radios – How do radio units react and adapt to failure? How is normal operation hindered?

3.14.3.3 Console – How does console react and adapt to failure? How is normal operation hindered?

3.14.3.4 Wide-Area Call – Describe how Sites react to failures for both multicast and simulcast. Describe how the failure affects Site and channel availability and operations.

3.14.3.5 Detection – Detail where and how failure is detected, indication to radio units and console operators, and indication to the New System operator.

3.14.3.6 Protection – Detail the proposed protection components, fallback modes of operation, radio unit “failure friendly” Features and estimated restoration time.

3.14.3.7 Describe the probability of failure, and define the components that fail most often.

3.14.4 Console Communications

3.14.4.1 Describe all system component failures related to the console individually. Include failures affecting console operations but not related to system components.

Page 35

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

3.14.4.2 Radios – How do radio units react and adapt to failure? How is normal operation hindered?

3.14.4.3 Console – How does the console react and adapt to failure? How is normal operation hindered?

3.14.4.4 Wide-Area Call – Describe how Sites react to failures for both multicast and simulcast. Describe how the failure affects Site and channel availability and operations.

3.14.4.5 Detection – Detail where and how failure is detected, indication to radio units and console operators, and indication to the system operator.

3.14.4.6 Protection – Detail the proposed protection components, fallback modes of operation, radio unit “failure friendly” Features and estimated restoration time.

3.14.4.7 Describe the probability of failure, and define the components that fail most often.

3.14.5 Site Equipment

3.14.5.1 The Sites shall all have, at a minimum, back-up Site controllers to ensure that a primary Site controller failure will not cause the Site to fail.

3.14.5.2 Describe all system component failures related to Site Equipment individually including, but not limited to, Site controller, router, base stations, and antennas. If the proposed design dictates varying Site configurations, ensure that the analysis comprises all configurations for both multicast and simulcast Sites. The Vendor shall include failures affecting system operations but not related to system components. The Vendor shall include how the New System reacts to loss of multicast Sites and simulcast Sites. In the case of simulcast Sites, discuss in detail how the loss of an individual Site will cause audio quality issues and how the New System determines to remove additional Sites or fall into multicast trunking.

3.14.5.3 Radios – How do radio units react and adapt to failure? How is normal operation hindered?

3.14.5.4 Console – How does console react and adapt to failure? How is normal operation hindered?

Page 36

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

3.14.5.5 Wide-Area Call – Describe how Sites react to failures for both multicast and simulcast. Describe how the failure affects Site and channel availability and operations.

3.14.5.6 Detection – Detail where and how failure is detected, indication to radio units and console operators, and indication to the system operator.

3.14.5.7 Protection – Detail the proposed protection components, fallback modes of operation, radio unit “failure friendly” Features and estimated restoration time.

3.14.5.8 Describe the probability of failure, and define the components that fail most often.

3.14.6 Connectivity

3.14.6.1 Provide a thorough analysis of the results of connectivity failures such as microwave or PSTN failure, or microwave or PSTN connectivity timing changes.

3.14.6.2 Radios – How do radio units react and adapt to failure? How is normal operation hindered?

3.14.6.3 Console – How does the console react and adapt to failure? How is normal operation hindered?

3.14.6.4 Wide-Area Call – Describe how Sites react to failures for both multicast and simulcast. Describe how the failure affects Site and channel availability and operations.

3.14.6.5 Detection – Detail where and how failure is detected, indication to radio units and console operators, and indication to the system operator.

3.14.6.6 Protection – Detail the proposed protection components, fallback modes of operation, radio unit “failure friendly” Features and estimated restoration time.

3.14.7 Describe components that might be added as options that are not included in the Response that would provide a higher level of redundancy such as backup for primary system controllers.

3.14.8 Describe the capabilities to configure the New System for operations under various modes of failure. Describe how the subscriber radios function under various modes of failure. Describe how the radio operator is notified that a failure exists.

Page 37

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

3.14.9 Describe how the New System complies with the TIA/EIA Project 25 Standard – Conventional Channel Revert.

3.14.10 Describe how subscriber radios comply with the TIA/EIA Project 25 Standard – Conventional Channel Revert.

3.15 (MS) RF Site Equipment

3.15.1 General

3.15.1.1 The Vendor shall offer a state-of-the-art conventional and a digital, simulcast trunked radio system capable of supporting highly mission-critical communications requirements. The Vendor is expected to offer the highest quality, continuous duty rating, high- performance robust electronic components throughout its offerings.

3.15.1.2 The fixed Site Equipment to be included and offered as part of the response shall be all that is necessary to fully install and make operable each radio system Site.

3.15.2 Transmit Simulcast

3.15.2.1 Describe the simulcast Equipment that will be used at each Site and how it operates as a system. Include in the description how and when the simulcast Equipment is optimized.

3.15.2.2 Describe how the simulcast will be configured to ensure that a failure of a Site or Sites will minimize the effect of the overall system coverage.

3.15.3 Receive Voting

3.15.3.1 Describe the voting system that will be used at each Site and system. Include in the description how the voting decision is made and the parameter used to make the decision.

3.15.3.2 Describe how the voters will be configured to ensure that a failure of power to any receiving component will minimize the effect of the power failure.

3.15.4 Base Stations and Repeaters

Page 38

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

3.15.4.1 The 700/800 MHz frequencies at each individual Site are outlined in Exhibit 2, Frequency Information.

3.15.4.2 Radio base stations/repeaters are to be continuous duty at the power required to operate at the full licensed power. The Equipment shall be software programmable to support any of the 700/800 MHz band frequencies.

3.15.4.3 All Equipment, at time of delivery, shall be FCC type accepted for the proposed application, and Proposals shall provide the type acceptance numbers in their Proposals, if available.

3.15.4.4 Describe the fixed base stations and repeaters that will be used at each location. The Vendor shall include the descriptions of all Equipment parameters including, but not limited to, the electrical, mechanical, environmental, and radio modulation/frequency capabilities.

3.15.4.5 Describe all the base stations’ available modes of operation and the method to configure the station for the chosen mode.

3.15.4.6 Provide the following specifications for each base station. The specifications below provide the minimum specifications for the 700/800 MHz band. If the base station offering complies, indicate the base station value, if it does not comply, indicate “Non-compliant” and value.

3.15.4.7 Transmitter

3.15.4.7.1 Temperature Range -30 C to +60 C

3.15.4.7.2 Design 100% solid state

3.15.4.7.3 RF Output Power 100 watts, minimum

3.15.4.7.4 Duty Cycle Continuous transmit

3.15.4.7.5 Mounting Vertical rack

3.15.4.7.6 Frequency Control Synthesized - Site programmable

3.15.4.7.7 Frequency Range 764 - 776 MHz 851 – 870 MHz

Page 39

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

3.15.4.7.8 Frequency Stability +/-0.5 PPM

3.15.4.7.9 Conducted Spurious and Harmonic Suppression -90 dBc

3.15.4.7.10 FM Noise -50 dB / 12.5 kHz

3.15.4.7.11 Audio Distortion 3% maximum

3.15.4.7.12 Audio Response TIA603C

3.15.4.8 Receiver

3.15.4.8.1 Design 100% solid state

3.15.4.8.2 Mounting Vertical rack

3.15.4.8.3 Frequency Range 799 - 824 MHz

3.15.4.8.4 Frequency Control Synthesized

3.15.4.8.5 Frequency Stability .5 PPM

3.15.4.8.6 Selectivity -80 dB / 12.5 kHz

3.15.4.8.7 Sensitivity 12 dB SINAD 0.3 uV Digital 5% BER 0.3 uV

3.15.4.8.8 Hum and Noise -50 dB /12.5 kHz

3.15.4.8.9 Intermodulation -85 dB

3.15.4.8.10 Spurious, Image Rejection -85 dB or better

3.15.4.8.11 Audio Output 1.0 watt minimum into local speaker

3.15.4.8.12 Line Output -20 to -0- dB into 600 Ohms @ 1000 Hz.

3.15.4.8.13 Audio Distortion 3% maximum

3.16 (MS) Duplexer

3.16.1 All Sites will utilize just one common transmit/receive antenna with a duplexer for the TIA/EIA Project 25 trunked channels. Mutual aid

Page 40

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

base stations will utilize their own transmit/receive antenna and duplexer. The duplexer shall be designed to operate continuous duty at full power with all transmitting at the maximum allowable FCC power with the frequencies outlined in Exhibit 2, Frequency Information.

3.16.2 Describe the duplexer that will likely be implemented in the New System. All duplexers shall be installed in an indoor free-standing rack. The Vendor shall include descriptions of all Equipment parameters.

3.16.3 Describe the frequency range and/or expandability of the duplexer.

3.17 (MS) Transmit Combiners

3.17.1 The Vendor shall provide the combiners necessary to combine all 700/800 MHz TIA/EIA Project 25 trunked channels outlined in Exhibit 2, Frequency Information into one antenna at the maximum FCC allowed power. The combiners shall be designed to operate continuous duty at full power with all transmitters transmitting at the maximum allowable FCC power.

3.17.2 Describe the combiner that will likely be implemented in the New System. All combiners shall be installed in an indoor free-standing rack. The Vendor shall include descriptions of all Equipment parameters including, but not limited to, the power rating, isolation, channel loss, channel separation, VSWR, power rating limit, ambient operation temperature and insertion loss.

3.17.3 Describe the expandability of the combiner.

3.18 (MS) Receive Multicoupler

3.18.1 The Vendor shall provide the receive multicoupler necessary to combine all 700/800 MHz TIA/EIA Project 25 trunked channels outlined in Exhibit 2, Frequency Information.

3.18.2 All receive multicouplers shall be installed in an indoor free- standing rack. All receive multicouplers shall be equipped with a test port and test line to allow the frequency performance to be tested within the building.

Page 41

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

3.18.3 All receive multicouplers shall be powered with the available Site power provided by WSDOT. Vendor is responsible for any necessary rectifiers or converters that may be required.

3.18.4 Describe the combiner planned to be implemented in the New System. Include descriptions of all Equipment parameters including, but not limited to, the frequency range, noise figure, adjustable gain, input third order intercept point, isolation, Rx to Rx, VSWR, power supply and channel capacity. If the Vendor proposes that another combination would work better, indicate why the current design is not acceptable.

3.18.5 All components may be installed within indoor free-standing racks.

3.18.6 Describe the expandability of the receive multicoupler.

3.19 (MS) Base Station Antennas

3.19.1 The Vendor shall use the antennas that provide gain and antenna patterns as outlined in Exhibit 1, Site Information for the respective Sites. The antennas must be capable of operating throughout the 700/800 MHz band. The antennas proposed for each Site will provide radiation patterns tailored to maximize the coverage area and be designed to comply with the interference standards in accordance with current licensing, FCC rules, and Arrangement Q of the sharing agreement between Canada and the United States. If the vendor feels another antenna design would work better the vendor may propose it as an alternative. Vendor may modify the antenna system designs at those Sites that are not identified as “Antenna System Design Locked” on Exhibit 1, Site Information.

3.19.2 There will be up to one 700/800 MHz transmit antenna that will be duplexed for TX/RX antennas. Sites that utilize a Mutual Aid base station will have an additional TX/RX antenna for the Mutual Aid antennas

3.19.3 Describe the antennas the Vendor plans to use in the New System. The Vendor shall include, but not limit, the specification to wind rating, intermodulation prevention, lightning protection, termination, antenna gain, radiation pattern, down-tilt angle, if applicable, polarization, rate power input, VSWR, antenna termination, frequency range and lightning surge protection. If the Vendor proposes that another antenna would work better, indicate why the current design is not acceptable.

Page 42

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

3.19.4 Each antenna, including the antenna cables and ancillary Equipment, shall be designed and installed to withstand the forces exerted by winds of no less than 150 mph without ice and 130 mph with ½" of radial ice.

3.19.5 The Vendor shall provide 6-foot standoffs for mounting of all antennas. Any antenna of greater than 15 feet in length shall have a base support and a top support.

3.19.6 After installation, antenna lines shall be sweep tested with a Time Domain Reflectometer (TDR). A test sweep shall also be made using a Frequency Domain Reflectometer (FDR) at the operating frequencies with the antenna attached. All antenna systems must be matched to the transmitters and receivers with a VSWR not greater than 1.20:1.

3.19.7 A detailed report of all the parameters including the calculated ERP and copy of each pattern showing line length and any imperfections in the path shall be provided by the Vendor.

3.19.8 Install the antennas, cables, lightning protection, connectors and ancillary Equipment as needed following generally accepted standards and practices.

3.20 (MS) Transmission Lines

3.20.1 The Vendor shall use Andrew™ 7/8” to 1-5/8” Foam Heliax AVA cable for all 700/800 MHz antenna transmission line. Specific size and length of transmission line is provided in Exhibit 1, Site Information. Transmission line from the antenna connection to the lightning arrester shall be one continuous length.

3.20.2 All transmission line shall be copper. The use of aluminum transmission lines is not acceptable.

3.20.3 The Vendor shall use for jumper cables from the antenna end and from the cable entrance to the Equipment, ½” Andrew™ Superflex FSJ4-50B cabling. The jumpers shall be cut to length, and at the antenna side, provide the appropriate drip loop and tension relief loop.

3.20.4 Transmission Line Grounding

3.20.4.1 All grounding shall comply with WSDOT installation manual in Exhibit 6, WSDOT Installation Standards and Practices - Grounding.

Page 43

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

3.20.4.2 All transmission line shall be grounded with Andrew grounding kits at a minimum of the following locations:

3.20.4.2.1 Within 6 feet of the antenna jumper on the transmission line.

3.20.4.2.2 At the mid-point of the tower for antennas that exceed 150 feet in height.

3.20.4.2.3 Within 15 feet of the base of the tower

3.20.4.2.4 At the outside entrance of the building

3.20.4.3 Grounding kits shall be Andrew™ Sure Ground™ or approved equal or better.

3.20.4.4 Each transmission line shall be grounded to the tower or to an approved building ground point using ground kits recommended by the cable manufacturer, and 1/0 bare copper wire where appropriate.

3.20.4.5 All transmission lines shall be grounded within 12 inches of the entrance to the building with a Polyphaser surge suppression device. Transmit and receive (without a tower-top preamp) lines must use a surge suppression device as noted in Exhibit 6, WSDOT Installation Standards and Practices - Grounding. If the Vendor proposes another transmission line surge suppression device, indicate why the current design is not acceptable.

3.20.5 In the event the tower legs are not accessible for the grounding connection, then the Vendor will attach the ground lead to the tower cross members using a Number 213, Cable to Flat Metal Clamp, as manufactured by Harger Lightning Protection, Inc.

3.20.6 In all cases, avoid direct copper contact with any of the other tower materials. Where questions arise contact WSDOT representative for clarification before proceeding.

3.20.7 Antenna ground kit tails will be connected to the tower using stainless steel hardware including a star washer under both the bolt head and nut. All antennas shall be of the DC ground design.

3.20.8 Transmission Line Hardware

Page 44

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

3.20.8.1 All transmission lines shall be installed using Andrew™ stackable Snap-In or Bolt-in hangers. Hangers shall be spaced apart no more than 3 feet vertically.

3.20.8.2 The use of wrap-lock or tape to secure the cables directly to the tower is not acceptable.

3.20.8.3 Crimp-on type cable connectors are not acceptable.

3.21 (M) Identification

3.21.1 All transmission lines shall be identified with 6-inch bands of 3M Scotch 35 color tape in the following locations:

3.21.1.1 On the jumper between the antenna and the main transmission line

3.21.1.2 Within 3 feet of the termination on the antenna side of the transmission line. The bands should be visible from the outside of the tower.

3.21.1.3 On the main transmission line on the building side of the transmission line within 2 feet of bending from the tower.

3.21.1.4 At the bottom end of the main coax at the surge suppressor connection.

3.21.2 Color designators will be advised by WSDOT at the time of transmission line installation.

3.22 (M) Connectors

3.22.1 All connectors used shall be DIN Type, HN Series C, LC, BNC, or EIA flange, and shall be fully compatible with directly associated Equipment or jumpers in the New System. The power rating of the connector shall not be exceeded. No splices or adapters shall be used.

3.22.2 All connectors shall be weather tight with silver- or gold-plated contact surfaces.

3.22.3 No connector shall be installed inside of any conduit, nor shall any be installed in a manner so that it cannot be properly reached and assembled or disassembled using the necessary wrenches, cutters and other necessary tools.

Page 45

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

3.22.4 Each connector not installed inside a weatherproof enclosure shall be sealed against moisture per latest recommended Andrew/Commscope connector weather proofing standard.

3.22.4.1 Connector sealing products

3.22.4.2 Tape, 3M Super88 tape only

3.22.4.3 Water seal, Decibel Vapor seal tape only

3.22.4.4 No other waterproofing method is acceptable.

3.23 (M) Interior Transmission Line

3.23.1 Interior transmission line is run from the lightning arrester port inside the building to a termination point of the input or output connector for that channel, or group of channels on the combining Equipment or transmitter or receiver to which the antenna would be appropriately attached.

3.23.2 Jumpers may be used for other connections as is technically appropriate so long as the cable used is, at the minimum, super- flexible 1/4-inch foam dielectric Andrews FSJ1-50A or approved equivalent, the total length of which shall not exceed 10 feet. All interior cabling shall be secured by the use of clamps. All cabling shall be installed in a professional, workmanlike manner.

3.24 (M) Transmitter/Antenna System Monitoring

3.24.1 Inside the shelter, after the duplexer, the vendor shall supply a device that monitor the health of the antenna system via a VSWR measurements. The device should allow for a range of values measured to be set for the threshold for alarm by WSDOT. These alarms shall be displayed by the radio network management system.

3.24.2 At the output of the combiner, before the duplexer, the Vendor shall monitor the output power and provide a real-time output power level to the radio system network management system.

Page 46

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

4 Prior Experience

4.1 (MS) Project Experience

4.1.1 WSDOT desires a system that is ready to operate from the time of initial installation. Include a list of references and supporting documents to prove the Vendor has successfully completed systems operating with TIA/EIA Project 25, Phase 2 protocol of similar topology – multi-cast and simulcast Sites similar size and complexity in the United States of America or Canada. List the projects in order of proximity to the state of Washington.

4.2 (MS) System Experience

4.2.1 For each of the systems, list the band, type of protocol used on the system, type of operation (voice and/or data), type of system backbone, system software version, number of Sites and how the Sites are networked (simulcast or multicast), and date the system was accepted.

Page 47

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

5 Radio Coverage

5.1 (M) Communication Sites

5.1.1 WSDOT has identified the radio Sites to be used in the New System design. WSDOT has provided the list of currently identified Sites and is in the final stages of the Region 43 and FCC licensing process. The current Sites and parameters are listed in Exhibit 1, Site Information. The Bounded Coverage Area is defined by the maps shown in Exhibit 8, Bounded Coverage Area and defined in the ESRI file provided upon request by WSDOT.

5.2 (M) Coverage Requirements

5.2.1 Propagation analysis performed by the Vendor shall be based on the following standards and documents:

5.2.1.1 Institute of Electrical and Electronic Engineers (IEEE), Vehicular Technology Society Propagation Committee “Standard Report on Measuring Field Strength in Radio Wave Propagation.”

5.2.1.2 TIA/EIA TSB88, dated January 1998 “Wireless Communications Systems – Performance in Noise and Interference-Limited Situations – Recommended Methods for Technology-Independent Modeling, Simulation, and Verification.” The Vendor should reference the latest versions.

5.2.1.3 FCC Rules and Regulations

5.3 (M) Definitions

5.3.1 Coverage

5.3.1.1 Coverage is defined as the ability to successfully complete inbound and outbound radio-to-radio voice communications via the New System infrastructure throughout the designated areas, standing still and while in motion, with at least the minimum required level of audio quality (per TIA/TSB-88B or latest approved version Delivered Audio Quality (DAQ) and with a specified level of propagation reliability stated. DAQ

Page 48

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

testing guarantees that in simulcast environment that both the signal strength and the simulcast effects combine to provide a DAQ of 3.4.

5.3.2 Reliability

5.3.2.1 Coverage reliability is defined as area reliability. “95% coverage” means that 95% of the Bounded Coverage Area described shall have a coverage resulting in a DAQ 3.4 at least 95% of the time.

5.3.2.2 The Vendor must confirm that to their coverage will show the area when tested will show that 95% of the tested tiles will show a passing audio quality of DAQ 3.4 or greater.

5.3.2.3 The Vendor shall confirm the vendors understanding that 95% coverage means that if 100% of the tiles are tested in the Bounded Coverage Area that 95% of tested tiles will meet or exceed the required DAQ of 3.4.

5.3.3 Bounded Coverage Area

5.3.3.1 The Bounded Coverage Area is defined by the maps shown in Exhibit 8, Bounded Coverage Area and defined by an ESRI .shp file provided upon request by WSDOT. This is what will be tested. The Vendor should verify their understanding of the Bounded Coverage Area as it relates to the coverage required.

5.3.4 Audio Quality

5.3.4.1 The Vendor shall submit a sample with its Response of digital voice messages for the following DAQ levels as defined by TSB-88. Audio samples may be submitted in the .wav file format on CD-R media.

5.3.4.1.1 DAQ 2.0

5.3.4.1.2 DAQ 3.0

5.3.4.1.3 DAQ 3.4

5.3.4.1.4 DAQ 4.0

5.3.4.1.5 DAQ 5.0

Page 49

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

Delivered Subjective Performance Description Audio Quality DAQ 5.0 Speech easily understood. DAQ 4.5 Speech easily understood. Infrequent noise/distortion. DAQ 4.0 Speech easily understood. Occasional noise/distortion. DAQ 3.4 Speech understandable with repetition only rarely required. Some noise/distortion.

DAQ 3.0 Speech understandable with slight effort. Occasional repetition required due to noise/distortion. DAQ 2.0 Understandable with considerable effort. Frequent repetition due to noise/distortion.

DAQ 1.0 Unusable, speech present but unreadable. Table 5-1: Delivered Audio Quality Definitions

5.3.5 Propagation Models

5.3.5.1 Radio coverage shall be predicted through the use of a radio propagation model that has been developed on the basis of theoretical and empirical data, and that will take into account channel bandwidth, modulation schemes, delivered audio quality, coverage reliability, terrain irregularity, foliage, land use/land cover, building penetration losses, noise, and long- and short-term signal variations.

5.3.5.2 The Vendor’s radio propagation models must account for any harmful time delay interference (TDI) that may occur. This means that forecasted areas of TDI shall be clearly shown on the coverage maps in black or be shown as “non-covered” areas, and a separate TDI map shall depict areas with potential TDI in black.

5.3.5.3 The Vendor shall use a terrain database with a minimum of 3 arc-seconds of resolution.

5.3.5.4 The Vendor shall clearly identify all simulation parameters and the coverage model used in its analysis. Parameters shall include, but are not limited to:

5.3.5.4.1 Frequency band

5.3.5.4.2 Terrain elevation database

5.3.5.4.3 Land clutter and other environmental losses (map with areas and associated losses)

Page 50

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

5.3.5.4.4 Digital/analog signal

5.3.5.4.5 Base station/repeater power

5.3.5.4.6 Subscriber power

5.3.5.4.7 Receiver sensitivity

5.3.5.4.8 ENBW for all radio Equipment

5.3.5.4.9 Noise Figure of Equipment

5.3.5.4.10 Receiver static threshold

5.3.5.4.11 Receiver faded threshold for specific DAQ (state % of fading accounted for, ex. 80%, 90% etc.)

5.3.5.4.12 Noise threshold

5.3.5.4.13 RF environmental noise value employed at subscriber and base station

5.3.5.4.14 Reliability factors (standard deviation value employed and total reliability value in dB)

5.3.5.4.15 Combiner loss

5.3.5.4.16 Multicoupler loss/gain

5.3.5.4.17 Transmission system losses

5.3.5.4.18 Antenna type and model, pattern, gain and HAGL and azimuth

5.3.5.5 Talk-out and talk-in power levels (dBm) and TDI (microseconds) levels needed at base and subscriber antennas to achieve DAQ of the following

5.3.5.5.1 DAQ 2.0

5.3.5.5.2 DAQ 3.0

5.3.5.5.3 DAQ 3.4

5.3.5.5.4 DAQ 4.0

5.3.5.5.5 DAQ 5.0

Page 51

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

5.3.5.6 Simulcast delay threshold in microseconds

5.3.5.7 Simulcast capture ratio in dB

5.4 Radio Configurations

5.4.1 (M) Mobile

5.4.1.1 Mobile radio coverage on-street shall be provided with the mobile radio with a transmit power of 30 watts and 3 dB gain whip antenna mounted on the roof of the car (4.9’) connected to the radio with 15 feet of RG58 A/U cable.

5.4.2 (D) Portable (Optional)

5.4.2.1 Portable radio coverage on-street shall be provided using a portable radio with ½ wave antenna with transmit power of 3 watts for hip level transmit and receive worn on the waist (3.3’ AGL) throughout the designated areas.

5.5 (M) Propagation Prediction Map

5.5.1 The Vendor shall show the detailed coverage maps on a standard 8 ½ by 11 inch paper or if requested by WSDOT within two weeks of the request on 11 x 17 inch maps using USGS 1:250,000 scale topographical maps. The scale on the finished map shall be 1 inch = 1 mile.

5.6 (MS) Required Propagation Predictions

5.6.1 The Vendor shall provide analog and digital maps that represent the Vendor’s guaranteed coverage for mobile coverage. Coverage must be shown inside and outside the Bounded Coverage Area, for the Site located within the Bounded Coverage Area. The coverage level to be supported is DAQ of 3.4 with 95% reliability. For each coverage map requested, the Vendor must indicate the parameters used, as well as the area that coverage supports a DAQ of 3.4 with 95% reliability for WSDOT. In addition, TDI is present, the Vendor must provide a map showing areas in which TDI is occurring.

5.6.2 Per Region

Page 52

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

5.6.2.1 Regional - Digital Trunked TIA/EIA Project 25, Phase 2 700/800 MHz

5.6.2.1.1 Round Trip - Talk-Out/Talk-In (show limiting map) Mobile

5.6.2.1.2 (D) Round Trip - Talk-Out/Talk-In (show limiting map) Portable (Optional)

5.6.2.2 Regional - Digital Trunked TIA/EIA Project 25, Phase 2 700/800 MHz Tiled Map. This map should represent the map showing the tiles to be tested and whether or not the tiled area provides the required coverage.

5.6.2.2.1 Round Trip - Talk-Out/Talk-In (show limiting map) Mobile

5.6.2.2.2 (D) Round Trip - Talk-Out/Talk-In (show limiting map) Portable (Optional)

5.6.3 Bounded Area Coverage Percentage

5.6.3.1 The Vendor shall provide the guaranteed coverage percentage per Region for Mobile. The Vendor should complete the table below.

Mobile Coverage Mobile Coverage Mobile Coverage Region Percentage Percentage Percentage Talk Out Talk Back Composite

Northwest Olympic Southwest North Central Eastern South Central Statewide Table 5-2: Coverage Percentages

Page 53

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

6 Console

6.1 Basic Console Radio System Configuration

6.1.1 Console System Locations

6.1.1.1 The console system will be upgraded to provide communications for the Traffic Management Centers via consoles. The console system shall support the radio system with which it will be integrated with the New System. WSDOT has six (6) Traffic Management Centers (TMC), a Winter Operations TMC at Hyak, and Emergency Operations Centers (EOC).

6.1.1.2 Each of the TMC consoles will be primary focused on their respective Region channels, but may need the ability to console any Region.

6.1.1.3 Consoles Per Location:

6.1.1.3.1 Northwest: 5

6.1.1.3.2 Northcentral: 2

6.1.1.3.3 Olympic: 3

6.1.1.3.4 Southwest: 3

6.1.1.3.5 Southcentral: 2

6.1.1.3.6 Eastern: 3

6.1.1.3.7 EOC (WSDOT Headquarters): 1

6.1.1.3.8 Winter OP TMC (Hyak): 1

6.1.1.3.9 Alternate EOC 1 (Spokane Regional Headquarters): 1

6.1.1.3.10 Alternate EOC 2 (Tumwater ELG): 1

6.1.2 As an option, quote an additional position at each location.

6.1.3 Console should be equipped with the following configuration:

6.1.3.1 Workstation

Page 54

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

6.1.3.2 Touchscreen Monitor

6.1.3.3 One desktop microphone

6.1.3.4 Four speakers

6.1.3.5 One Headset Jack (radio only)

6.1.3.6 One footswitch

6.1.3.7 Internal recall recorder

6.1.4 Provide specifications for the workstation requirements. WSDOT may optionally desire to use their own PC workstations.

6.1.5 The consoles will need the capability to interface to the Existing System through control stations while migrating to the New System.

6.1.5.1 Each of the six Regions will require up to 24 conventional resources which will be interfaced into the New System at remote RF Sites as needed for interoperability to the Existing System.

6.1.5.2 Currently, the Existing System does not use any analog sequential paging.

6.2 (MS) Overall Description

6.2.1 Provide an overview that provides a general description of the console system.

6.2.2 Describe operationally how the New System would operate from the console end user perspective and how it would meet operational objectives of WSDOT.

6.2.3 Describe functionally how the proposed console system would operate and would be designed.

6.2.4 Provide block diagrams of the various console system components that clearly identify all interfaces both internally and externally.

6.2.5 Describe which channels will be available to the consoles during a failure or loss of connection to the central core Equipment. If there are any differences between what resources are available to

Page 55

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

different positions within a console center, describe the differences and the reason for the variation between positions.

6.3 (MS) Features and Functions

6.3.1 Provide a brief description of the specific console system that is being proposed for the New System.

6.3.2 Provide a list of Features and functions with a brief description of each of the Features and functions, and differentiate between those Features available, and those that are offered in the proposed New System console system.

6.3.3 General Requirements

6.3.3.1 Speakers

6.3.3.1.1 Each speaker shall include an individual volume control either in hardware or software.

6.3.3.1.2 Each speaker shall be programmable to allow reduction of audio to a predetermined minimum level.

6.3.3.1.3 The console shall have the capability of adding up to six additional speakers as needed.

6.3.3.1.4 The operator shall optionally be able to steer audio to the desired speaker.

6.3.3.1.5 Vendor shall state the maximum number of speakers that may be added.

6.3.3.2 Headset Jacks

6.3.3.2.1 Headset jacks shall be installed in a position convenient to the operator and shall be used to interface a telephone type headset with the communications console.

6.3.3.2.2 The jack shall be compatible with both standard 4-wire and 6-wire (PTT function) headsets.

Page 56

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

6.3.3.2.3 Inserting the headset plug shall automatically mute the selected audio speaker and console microphone.

6.3.3.2.4 Optionally, the console shall be capable of over-riding the speaker mute.

6.3.3.2.5 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.

6.3.3.2.6 A headset volume control shall be provided and shall not affect the volume control setting of the selected speaker.

6.3.3.2.7 Position to position cross-muting for acoustic feedback should have the capability to be disabled when the headset is inserted.

6.3.3.3 Microphone

6.3.3.3.1 A high-quality cardioid pattern desk top microphone having a uniform frequency response and a minimum front-to-back discrimination of 15 dB shall be provided on a flexible arm.

6.3.3.3.2 The microphone shall incorporate a hum- resistant design.

6.3.3.4 Foot Switch

6.3.3.4.1 The console shall be equipped with a heavy- duty footswitch on a non-skid base to allow hands-free operation of the console PTT functions.

6.3.3.5 Logging Recorder Interface

6.3.3.5.1 A separate logging recorder audio output shall be optionally provided for each position. It shall consist of mixed operator's transmit and receive headset audio.

Page 57

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

6.3.3.5.2 Each audio source in the New System shall be separately capable of being logged.

6.3.3.5.3 The console system shall provide convenient access points for the logging of position audio and channel audio.

6.3.3.5.4 For digital conventional channels, the console system should have the capability of providing an analog output for each channel.

6.3.3.5.5 For trunked radio systems, describe the logging recorder interface, including the use of any open standards or proprietary interfaces.

6.3.3.5.6 List all logging recorder vendors that have been tested with the console system and provide the model numbers of any approved or compatible logging recorders.

6.3.4 Primary Operations

6.3.4.1 Operator Screen

6.3.4.1.1 Each console position shall have the ability to store combined primary operations functions as individually configured screens to address different console scenarios.

6.3.4.1.2 Describe the number of modules that may appear on one screen and the total number of tabs or folders available without a separate login.

6.3.4.2 Clock

6.3.4.2.1 A direct-reading, 24-hour, time-of-day clock shall be displayed on the monitor.

6.3.4.2.2 The clock display shall be synchronized at all positions, and with all time- stamped functions of any common electronics.

6.3.4.2.3 The clock display shall be synchronized with an external time synchronization source such as a Spectracom NetClock.

Page 58

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

6.3.4.3 VU Meter

6.3.4.3.1 A VU meter/display shall be provided for constant visual indication of transmit and receive audio levels.

6.3.4.4 Transmit Function

6.3.4.4.1 A master transmit function shall be provided on the user interface. This function will allow the operator to transmit on all selected channels.

6.3.4.4.2 Console transmit audio shall pre-empt and take priority over subscriber unit repeat audio.

6.3.4.4.3 The system shall maintain an internal transmit priority function to allow a higher priority console operator to take control of a channel if that channel is in use.

6.3.4.4.4 Transmit priorities of equal priority should be queued on a first-come basis.

6.3.4.4.5 Priority should be able to be programmed on an individual channel basis.

6.3.4.4.6 A means shall be provided to lock out control of a channel from other console positions if that channel is already keyed.

6.3.4.4.7 The supervisory operator shall have the ability to have the highest priority.

6.3.4.5 Alert Tones

6.3.4.5.1 At least three distinct alert tone functions shall be provided for continuous, pulsed, and warble alert tones.

6.3.4.5.2 Alert tones shall be programmable for frequency, duration and level.

6.3.4.5.3 When activated, the tone will be applied to all selected channels.

6.3.4.6 All Mute

Page 59

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

6.3.4.6.1 An all-mute function shall be provided to mute all unselected received audio at the console to a predetermined level.

6.3.4.6.2 The mute function shall be capable of being programmed for timed, momentary, or alternate action operation.

6.3.4.6.3 The timeout period and muted audio level shall be programmable.

6.3.4.6.4 The muted level shall be capable of being programmed to a full off condition.

6.3.4.7 Simul-Select

6.3.4.7.1 A function shall be provided to allow simultaneous selection of a group of channels and/or talk groups for monitoring or transmission. This mode of operation shall allow the combined selection of multiple talk groups and/or conventional channels into one PTT function.

6.3.4.7.2 Transmit channel audio and PTT functions shall be simultaneously sent to all selected channels and/or talk groups.

6.3.4.7.3 Deactivating the simul-select function shall deactivate all the selected circuits, and the console will return to the previously selected channel.

6.3.4.7.4 When operating in a simul-select on trunked radio systems, the console shall combine the talk groups together utilizing only one RF trunked channel to leave more trunked RF channels available for reuse.

6.3.4.7.5 The console shall be capable of storing at least eight simul-select combinations. Vendor shall state number of memories available.

6.3.4.7.6 A control shall be provided to permit instant selection of channels for the simul-select function without having to enter the channel combination in memory.

Page 60

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

6.3.4.8 Cross-Patch

6.3.4.8.1 This Feature shall permit a signal received on one channel to be retransmitted on one or more other channels, and vice versa. The purpose is to allow field units of different conventional radio channels and/or trunked user groups to intercommunicate directly.

6.3.4.8.2 The console operator shall be able to enable and disable the cross-patch, and add or delete individual channels or talk groups without disrupting the cross-patch.

6.3.4.8.3 When operating in this mode on trunked radio systems, the console shall combine the trunked user groups together utilizing only one RF trunked channel to leave more trunked RF channels available for reuse.

6.3.4.8.4 The console shall be capable of storing at least eight cross-patch combinations. The Vendor shall state the number of memories available.

6.3.4.8.5 The patching shall be of non-blocking design.

6.3.4.8.6 The console system shall have the capability of programming audio delays to prevent the loss of syllables caused by VOX activation.

6.3.4.8.7 Visual indication shall be provided for all channels operating in the patched mode.

6.3.4.8.8 Participants in the patch shall be clearly identifiable on the screen as to being locally enabled or by another position.

6.3.4.8.9 A patch activity monitor shall be provided that shall alert the console operator when audio activity on any active patch combination is not present for a programmable predetermined interval.

6.3.4.8.10 A separate break-in function shall be provided to allow the console operator to talk

Page 61

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

on a selected cross-patch group without the need to select the channels.

6.3.4.8.11 Enabling a patch shall not affect other operations of the console.

6.3.4.8.12 It shall be possible for the console operator to operate the console on any non-patched channel without interference to the patched channels.

6.3.4.9 Supervisory Control

6.3.4.9.1 A supervisory control override shall be provided to inhibit the keying of any base station radio or talk group from any position, or to disable any position from accessing the New System.

6.3.4.10 Cross Muting

6.3.4.10.1 A cross muting arrangement shall be provided to acoustically cross mute channels on an operator position by operator position and channel-by-channel basis in order to eliminate acoustic feedback between selected operator positions that are co- located.

6.3.4.10.2 Cross muting among channels to eliminate acoustic feedback shall be programmable on a channel-by-channel, position-by-position basis.

6.3.4.10.3 The disabling of cross muting when a headset is in use shall also be programmable.

6.3.4.11 Cross Busy

6.3.4.11.1 A cross busy arrangement shall be provided to eliminate interference by preventing simultaneous keying of channels located on the same frequency or a frequency in close proximity.

6.3.4.11.2 Cross busy shall be programmable on a channel-by-channel basis, including

Page 62

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

separately for multi-frequency capable channels.

6.3.4.11.3 A provision shall be made for supervisory override over a cross busy.

6.3.4.12 Service Intercom

6.3.4.12.1 An intercom function shall be provided to permit the operator to selectively talk to a base station.

6.3.4.12.2 The intercom function shall disable the keying signal from the transmit circuit in use so that the operator can use the console microphone circuit to communicate solely with any base station.

6.3.4.13 Console-to-Console Intercom

6.3.4.13.1 Console-to-Console Intercom must function among all console positions at all console locations.

6.3.4.13.2 Facilities shall be provided to permit selective two-way communications among console operators without using a radio channel in the intercom mode. An intercom function shall be provided to permit the operator to selectively talk to one or more console positions.

6.3.4.13.3 In the intercom mode, the screen shall list the user-defined names of all consoles and prompt the operator to select the desired console. The intercom facility shall be included to permit two-way communications between the console and any other console point.

6.3.4.13.4 Multiple simultaneous intercom conversations between individual consoles shall be possible within the console system.

6.3.4.13.5 The ability to make group calls to all console positions shall be included.

Page 63

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

6.3.4.13.6 A service technician shall be able to intercom from the common electronics to any console position.

6.3.4.14 Instant Recall Recorder

6.3.4.14.1 The console position shall include an integrated digital instant recall recorder. All controls for the recorder shall be displayed on the console video display screen or tray icon.

6.3.4.14.2 Operation shall be simple “one-click” functions.

6.3.4.14.3 It shall be possible to route the playback audio from the recorder to the selected audio, unselected audio or a dedicated recorder audio speaker.

6.3.4.14.4 The recorder shall be capable of simultaneous record and playback.

6.3.4.14.5 The recorder shall contain a provision to flag individual messages as saved to prevent being overwritten.

6.3.4.14.6 The recorder shall have the ability to bookmark specific times in a call for easy retrieval.

6.3.4.14.7 The clock shall be synchronized with the console system clock, and by extension, a master time sync source.

6.3.4.14.8 Each call shall be time and date stamped.

6.3.4.14.9 The GUI will provide a display of the most recent calls.

6.3.4.14.10 The recorder shall provide a volume control for playback levels.

6.3.4.14.11 Playback functions should include the ability to play at 2X or 1/2X speeds without significant loss of audio quality.

Page 64

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

6.3.4.14.12 The recorder shall include the ability to skip forward or backward to the next call or bookmark.

6.3.4.14.13 The recall recorder shall have a programmable vox threshold.

6.3.4.14.14 The recall recorder must retain its memory and configurations during a power down or restart condition.

6.3.4.14.15 Any authorized person shall be able to save selected audio files to a common format such as “wav” to allow copying and playback on a PC workstation.

6.3.5 Common Channel Control Functions

6.3.5.1 All channel control modules for both conventional and trunking shall support the following Features. Provide a brief description of each Feature, including programmable and display parameters and any additional functionality of the Feature.

6.3.5.2 Channel Label

6.3.5.3 Select Switch

6.3.5.4 Transmit Switch

6.3.5.5 Busy Indicator

6.3.5.6 Call Indicator

6.3.5.7 Patch Indicator

6.3.5.8 Volume Control

6.3.5.9 Mute

6.3.5.10 Unit ID Display

6.3.5.10.1 Channel graphics shall include at least a twelve character alphanumeric display area.

6.3.5.10.2 This display shall be used to show talk group names and/or unit IDs and/or emergency messages and/or various system messages.

Page 65

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

6.3.5.10.3 Where applicable, the data displayed shall be actual names, not message or ID numbers.

6.3.5.10.4 The full ASCII character set shall be supported in steady and flashing display modes and multiple colors.

6.3.5.10.5 The display shall have the ability to queue at least eight incoming calls and display them in a table format at the will of the console operator. The display shall indicate if multiple calls are so queued.

6.3.5.10.6 Emergency messages shall be indicated by a distinct emergency ID indication and an audible alert.

6.3.5.10.7 Console Operator acknowledgment of the message shall silence the audible alert and show that the emergency has been acknowledged on all positions.

6.3.5.10.8 The console shall acknowledge and clear the emergency in a two-step process. The first step silences the audible alarm. Reset of the subscriber unit by the field user shall reset the group to Normal, assuring the field unit has also been restored to normal operation.

6.3.5.10.9 Audible and visual emergency display alerts should be programmable per channel and position.

6.3.5.10.10 Non-emergency IDs shall not overwrite unacknowledged emergency IDs on the display queue, regardless of time.

6.3.5.11 Queues

6.3.5.11.1 The console system shall have the ability to provide multiple types of queues of incoming unit IDs and status messages.

Page 66

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

6.3.5.11.2 These can be selected or sorted by talk group, selected channel, emergency calls, etc.

6.3.5.11.3 Each console position shall be equipped to allow queue history display of unit ID and talk group call history for each channel.

6.3.5.11.4 The fields displayed for each group queue shall be programmable. Fields shall include, but not be limited to, time, priority, unit ID, unit alias, group alias, status, action and/or functions unique to the signaling protocols.

6.3.5.11.5 Queues should be separately available for programmable groupings such as selected channel, emergencies, etc. Each console position shall be equipped to allow queue history display of unit ID and talk group call history on any screen.

6.3.5.11.6 Vendors shall provide a full description the operation of their queues, including programming, sorting, types, field lengths, available history lengths, etc.

6.3.6 Paging

6.3.6.1 Provide a brief overview of all the paging Features including keypad and single button paging. Describe limits on the number pages, number of distinct plans, and total number of stacked pages in a sequence. Describe all other Features, limits and Features of the paging system.

6.3.6.2 General Features

6.3.6.2.1 Each console shall include a variety of internal paging/signaling encoders that shall be accessible either through a data entry keypad on the radio control screen, and/or through dedicated single-button pages. All timing shall be programmable.

6.3.6.2.2 All industry standard 1+1 individual and group codes with both long-tone B and diagonal group tones and standard code

Page 67

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

plans for Motorola Solutions, GE, Reach and others. Custom tones shall be programmable for Plectron, Federal, and other non-standard tones.

6.3.6.2.3 All 16 DTMF pairs shall be available with up to 12-digit store and forward operation. The tone duration and inter-tone gap shall be programmable.

6.3.6.2.4 Standard 5/6 tone paging. Selection of 5/6 tone format and all timing shall be programmable.

6.3.6.2.5 The ability to append attention tones or warbles to different paging sequences.

6.3.6.2.6 The paging encoder shall allow individual calls to be chained together using only one access code entry from the keypad or under single-button pages.

6.3.6.2.7 The paging encoder shall allow individual calls to be entered as a stack for single command transmission in the sequence in which they were entered.

6.3.6.2.8 Any page or individual pages within a stack or chained sequence shall be automatically directed to pre-specified transmitter channels under program control.

6.3.6.2.9 Pages shall also be able to be programmed for the selected, or multiple selected channels.

6.3.6.2.10 The console shall have the ability to be programmed to either send pages simultaneously over different channels, or sequentially regardless of channel.

6.3.6.3 Single-Button Paging

6.3.6.3.1 The system shall be capable of supporting a minimum of 500 active paging keys, which shall be available at any or all console positions. The vendor shall state the

Page 68

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

maximum number of single-button pages that may be programmed.

6.3.6.3.2 Each key shall be able to support a multiple functions that may be combined or chained as required to address unique alerting situations.

6.3.6.3.3 A visible indication shall be given on the screen when the signaling sequence is complete and a voice message may begin.

6.3.6.3.4 The paging encoder shall allow any number of pages to be stacked in a queue, and then transmitted as a group by pressing a send key.

6.3.6.3.5 A clear key shall be provided to empty the stack queue without sending the pages.

6.3.6.3.6 An abort key shall be provided to instantly terminate the paging stack transmission.

6.3.6.3.7 The encoder shall also allow priority single- button pages to be instantly transmitted without disturbing the stack queue.

6.3.6.3.8 Alternatively, the encoder shall also allow instant transmission of single-button pages without the use of a stack or send function.

6.3.6.3.9 It shall be possible to program a single button page to require an “unlock” function, to prevent the accidental sending of pages.

6.3.6.3.10 This may be accomplished by clicking an “unlock” key before selecting the page.

6.3.6.3.11 The function shall automatically revert to a locked state after a page is selected, or a programmable time of no activity.

6.3.6.4 Keypad Encoder

6.3.6.4.1 The console shall have a keypad graphic display to allow manual entry of paging cap codes, DTMF, etc.

Page 69

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

6.3.6.4.2 The keypad paging screen shall have the same capabilities as single button paging, including but not limited to paging plans, automatic steering to channels and frequencies, call chaining, etc.

6.3.6.4.3 At least four different paging plans or types shall be available to the operator.

6.3.7 Conventional

6.3.7.1 Describe all Features available on analog conventional channels including but not limited to:

6.3.7.1.1 Multi-Frequency Control

6.3.7.1.2 Alternate Line Select

6.3.7.1.3 Repeater Control

6.3.7.1.4 TCS Control

6.3.7.1.5 Through Console Repeat

6.3.7.1.6 Priority Marker

6.3.7.1.7 Takeover

6.3.7.2 Each channel shall have a logging recorder output that provides a programmable output level and the ability to strip off keying tones.

6.3.7.3 The consoles shall have the capability of supporting MDC-1200, G-Star, FleetSync, and DTMF signaling systems.

6.3.7.4 The Vendor shall describe capabilities and Feature sets supported for each signaling protocol including but not limited to:

6.3.7.4.1 Status Messaging

6.3.7.4.2 Selective Call

6.3.7.4.3 Call Alert

6.3.7.4.4 Radio Check

Page 70

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

6.3.7.4.5 Radio Inhibit/Un-inhibit

6.3.8 Analog Performance Requirements

6.3.8.1 Transmit Performance

6.3.8.1.1 Output level shall increase less than 3 dB with an audio input increase of 30 dB beyond the start of compression.

6.3.8.1.2 Frequency response shall be within +1 and - 3 dB, 300 to 3000 Hz (1 kHz reference).

6.3.8.1.3 Hum and noise shall be a maximum of -55 dBm.

6.3.8.1.4 Audio output shall be adjustable from -20 to +11 dBm, into a 600-ohm load.

6.3.8.1.5 Audio distortion shall be 2%or less at rated output.

6.3.8.1.6 Output impedance shall be selectable for 600 ohms or 10K bridging.

6.3.8.1.7 Guard tone shall be 2175 Hz.

6.3.8.1.8 Other guard tones shall be available.

6.3.8.1.9 Function tones shall include all industry EIA standards.

6.3.8.1.10 Keying tone accuracy shall be +/- 1 Hz.

6.3.8.1.11 Keying tone distortion shall be less than 1%.

6.3.8.1.12 High guard tone shall be adjustable -10 to +10dB relative to voice.

6.3.8.1.13 Low guard tone shall be adjustable -20 to - 30 dB relative to voice.

6.3.8.1.14 Function tone shall be adjustable from -10 to 0 dB relative to voice.

6.3.8.1.15 High guard shall be adjustable from 120 ms to 500 ms.

Page 71

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

6.3.8.1.16 Function tone shall be adjustable from 25 ms to 40 ms.

6.3.8.1.17 Low guard tone shall be continuous during PTT.

6.3.8.1.18 Tone timing shall be +/- 5 ms.

6.3.8.1.19 The response time for a PTT shall be 50 ms maximum as measured from the console activation to output of line card.

6.3.8.1.20 M-lead relay shall be a dry contact form "C" relay.

6.3.8.1.21 Local ground should be conveniently available for selectable use.

6.3.8.1.22 Paging tones shall be capable within 300 Hz - 3400 Hz.

6.3.8.1.23 Paging tone accuracy shall be +/- 1 Hz.

6.3.8.1.24 Paging tone distortion shall be less than 1%.

6.3.8.2 Receive Performance

6.3.8.2.1 Output level shall increase less than 3 dB with an audio input increase of 30 dB beyond the start of compression.

6.3.8.2.2 Compression threshold shall be adjustable from -35 to 10 dB at 1 kHz.

6.3.8.2.3 Compression attack and release times shall be separately adjustable.

6.3.8.2.4 The compression range shall be a minimum of 40 dB.

6.3.8.2.5 The receive input shall be capable of levels between -30 to +10 dBm.

6.3.8.2.6 The call light sensitivity shall be programmable between -40 to -10 dBm.

6.3.8.2.7 Frequency response shall be within +1 and - 3 dB, 300 to 3000 Hz (1 kHz reference).

Page 72

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

6.3.8.2.8 Hum and noise shall be a maximum of -55 dBm.

6.3.8.2.9 Speaker audio output should be 3 watts, minimum, with a sufficient SPL for console center applications.

6.3.8.2.10 Speaker audio distortion shall be 3% or less at rated output.

6.3.8.2.11 Input impedance shall be selectable for 600 ohms or 10K bridging.

6.3.8.2.12 Cross talk shall be a minimum of 60 dB below rated output.

6.3.8.2.13 2175 Hz notch filters shall be available in the transmit audio path, and optionally available in the receive audio path. It is preferable that the filters be activated on a channel basis.

6.3.8.2.14 Notch filters shall be done in the digital domain, and not require tuning or periodic adjustments.

6.3.8.2.15 The notch depth shall be a minimum of 55 dB.

6.3.8.2.16 The notch bandwidth shall be +/- 3% maximum at -3 dB.

6.3.9 TIA/EIA Project 25 Conventional

6.3.9.1 Describe the console’s capability of using the TIA/EIA Project 25 Digital Fixed Station Interface (DFSI) for interfacing to a TIA/EIA Project 25 conventional base station.

6.3.9.1.1 Describe results of testing with other TIA/EIA Project 25 vendor products, whether formal or informal. List all vendors that you have successfully tested with.

6.3.9.2 Vendor shall use the latest version of the TIA/EIA Project 25 Vocoder or provide a roadmap of implementation. Describe capabilities of sending tones including alert tones and DTMF through the Vocoder.

Page 73

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

6.3.9.3 List all TIA/EIA Project 25 conventional standard Features and functions supported by the console. List any specific Feature that is provided using a proprietary interface. Provide a roadmap for any Features that have yet to be implemented, and those that are currently proprietary, but will be implemented in the future using TIA/EIA Project 25 standards.

6.3.9.4 Describe the ability of the console to perform each of the following Voice Services Features:

6.3.9.4.1 Unaddressed voice call

6.3.9.4.2 Group voice call

6.3.9.4.3 Emergency voice call

6.3.9.4.4 Individual voice call

6.3.9.4.5 System call

6.3.9.5 Describe any capabilities the console has of using any of the TIA/EIA Project 25 supplementary services. If the Feature is not available in the console, but part of an administrative terminal or other interface device, please provide a description. In all cases, state whether or not the Feature is implemented fully using TIA/EIA Project 25 standards, or if there is a proprietary component as part of the Feature's operation.

6.3.9.5.1 Console priority

6.3.9.5.2 Console operator call interrupt

6.3.9.5.3 Voice telephone interconnect

6.3.9.5.4 Discreet listening

6.3.9.5.5 Emergency alarm

6.3.9.5.6 Silent emergency

6.3.9.5.7 Radio unit monitor

6.3.9.5.8 Talking party identification

6.3.9.5.9 Call alert

Page 74

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

6.3.9.5.10 Radio check

6.3.9.5.11 Radio inhibit/un-inhibit

6.3.9.5.12 Radio detach

6.3.9.6 Describe any capabilities the console has of using any of the TIA/EIA Project 25 data services or other applications that use the TIA/EIA Project 25 data services. If the Feature is not available in the console, but part of an administrative terminal or other interface device, please provide a description. In all cases, state whether or not the Feature is implemented fully using TIA/EIA Project 25 standards, or if there is a proprietary component as part of the Feature's operation.

6.3.9.6.1 Pre-Programmed Data Messaging

6.3.9.6.2 Status update

6.3.9.6.3 Short message

6.3.9.6.4 Status query

6.3.9.7 List any other Features that are available on a TIA/EIA Project 25 conventional interface and whether they make use of standard protocols or proprietary protocols.

6.3.10 TIA/EIA Project 25 Trunked

6.3.10.1 Describe the console’s capability of using the TIA/EIA Project 25 Standard CSSI to allow interoperability with multiple console providers. Vendors shall clearly state where differences between the CSSI standard and proprietary protocols are used to implement certain Features and functions.

6.3.10.1.1 Describe results of testing with other TIA/EIA Project 25 vendor products, whether formal or informal. List all vendors that you have successfully tested with.

6.3.10.2 Vendor shall use the latest version of the TIA/EIA Project 25 Vocoder or provide a roadmap of implementation. Describe capabilities of sending tones including alert tones and DTMF through the Vocoder.

Page 75

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

6.3.10.3 List all TIA/EIA Project 25 Phase 1 and Phase 2 standard Features and functions supported by the console. List any specific Feature that is provided using a proprietary interface. Provide a roadmap for any Features that have yet to be implemented, and those that are currently proprietary, but will be implemented in the future using TIA/EIA Project 25 standards.

6.3.10.4 Describe the ability of the console to perform each of the following Voice Services Features:

6.3.10.4.1 Broadcast voice call

6.3.10.4.2 Announcement voice call

6.3.10.4.3 Group voice call

6.3.10.4.4 Emergency voice call

6.3.10.4.5 Individual voice call

6.3.10.4.6 System call

6.3.10.5 Describe any capabilities the console has of using any of the TIA/EIA Project 25 supplementary services. If the Feature is not available in the console, but part of an administrative terminal or other interface device, please provide a description. In all cases, state whether or not the Feature is implemented fully using TIA/EIA Project 25 standards, or if there is a proprietary component as part of the Feature's operation.

6.3.10.5.1 Priority call

6.3.10.5.2 Pre-emptive priority call

6.3.10.5.3 Console operator call interrupt

6.3.10.5.4 Console priority

6.3.10.5.5 Console operator audio takeover

6.3.10.5.6 Voice telephone interconnect

6.3.10.5.7 Discreet listening

6.3.10.5.8 Emergency alarm

Page 76

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

6.3.10.5.9 Silent emergency

6.3.10.5.10 Radio unit monitor

6.3.10.5.11 Talking party identification

6.3.10.5.12 Call alert

6.3.10.5.13 Radio check

6.3.10.5.14 Radio inhibit/un-inhibit

6.3.10.5.15 Radio detach

6.3.10.6 Describe any capabilities the console has of using any of the TIA/EIA Project 25 data services or other applications that use the TIA/EIA Project 25 data services. If the Feature is not available in the console, but part of an administrative terminal or other interface device, please provide a description. In all cases, state whether or not the Feature is implemented fully using TIA/EIA Project 25 standards, or if there is a proprietary component as part of the Feature's operation.

6.3.10.6.1 Pre-Programmed Data Messaging

6.3.10.6.2 Status update

6.3.10.6.3 Short message

6.3.10.6.4 Status query

6.3.10.7 List any other Features that are available on a TIA/EIA Project 25 interface and whether they make use of standard protocols or proprietary protocols.

6.3.10.8 Describe how the console system is or isn't complaint with the TIA/EIA Project 25 Conventional Fallback Feature. Describe how one can determine if subscribers are compliant with Conventional Fallback.

6.3.11 Proprietary Radio System Interfaces

6.3.11.1 The Vendor shall describe any interfaces that are available for other types of trunking technologies. For each technology, the Vendor shall state if an interface is available, and if available, whether it is implemented using a direct interface or wireless interface (i.e. through

Page 77

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

mobile). List all vendor partners the interface has been tested with. The Vendor will state how long the interface has been deployed in the field. List all Features that are provided through the interface, and those that have not been implemented. Provide a roadmap for any future Features that may be implemented.

6.4 (MS) Capacity

6.4.1 Describe the capacity of each of the following items. Distinguish between the capacity that is provided by the console system proposed and priced, and upgrades that could be implemented.

6.4.1.1 Maximum number of positions per system

6.4.1.2 Maximum number of conventional channels per system

6.4.1.3 Maximum number of audio paths per system

6.4.1.4 Bandwidth required for system interface (IP)

6.4.1.5 Maximum number of single-button pages per system

6.4.1.6 Maximum number of chained pages under a single- button

6.4.1.7 Maximum number of auxiliary functions (relays, inputs, alarms)

6.4.1.8 Maximum number of conventional channels per position

6.4.1.9 Maximum number of audio paths per position

6.4.1.10 Maximum number of displayable channels and talk groups per position

6.4.1.11 Bandwidth required for position interface (IP)

6.5 (MS) Fault Tolerance

6.5.1 Describe how the console system reacts to a failure of any of the network components utilized within the console system.

6.5.2 Describe the different methods to increase fault tolerance.

Page 78

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

6.5.3 Describe the vendor recommended level of fault tolerance, and recommended redundancy options.

6.6 (MS) Diagnostics

6.6.1 The system shall be equipped with a number of self-diagnostic subsystems that shall continuously monitor and verify the correct operation of each distributed control point, each audio path in the common electronics and between the common electronics and each console position.

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

6.6.3 The console system shall monitor each transmit and receive audio path in the system.

6.6.4 Should a fault be detected, the supervisory console shall be notified via the display.

6.6.5 Fault-minimizing routines shall be automatically activated and diagnostic information shall be logged in a separate database available to system maintenance personnel.

6.6.6 Diagnostic messages to the consoles shall be presented in an easy-to-read text format that shall enable non-technical console personnel to intelligently evaluate the situation and minimize disruption to normal operations.

6.6.7 Events should be categorized at a minimum of major and minor alarms.

6.6.8 The Vendor shall describe the full capabilities of the console diagnostic system. The console system shall support an Ethernet standard printer interface.

6.7 (MS) Network Management

6.7.1 The Console Network Management if not part of a common Network Management of the New System, must be able to provide from one location must have the ability to provide Simple Network Management Protocol (SNMP) to the Nokia TSM 8000 to monitor alarms generated by the System Manager.

Page 79

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

6.7.2 Describe any network management Features for the proposed console system.

6.7.3 Describe how the console system interfaces with other systems that work with IP systems and provide SNMP capabilities.

6.7.4 Describe the console system capabilities for supporting peer or higher-level reporting.

6.7.5 Describe the items that can be alarmed in the console system.

6.8 (MS) Administration and Security

6.8.1 Describe the administrative interface for the console system.

6.8.2 Describe the user interface and programming Features.

6.8.3 Describe security procedures for both local and remote access.

6.8.4 Describe any statistical reporting such as channel or position usage reports.

6.8.5 Describe the security measures that are used to prevent unauthorized local access including profiles, passwords, and other credentials.

6.8.6 Describe the security measures that are used to prevent unauthorized remote access including profiles, passwords, and other credentials. Describe the use of VPNs or other encrypted methods for remote access.

6.8.7 Describe what notifications are provided when the console system detects multiple login attempts.

6.8.8 Describe any capability of reporting system statistics such as channel usage and console usage, and any logging of console events such as Unit IDs or Status Messages.

6.9 (M) Power Requirements

6.9.1 WSDOT will provide UPS power at all console locations. Describe the power requirements and UPS loads of all supplied Equipment.

6.10 (MS) Connectivity and Interface

Page 80

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

6.10.1 Describe the interface and the capacity required between the console and radio system. Identify the two end points of the communications.

6.10.2 Describe how to determine the size of the bandwidth required as related to trunked channels and conventional channels.

6.10.3 Describe QoS requirements to allow for proper operation.

6.11 (MS) System Life Cycle

6.11.1 Describe the expected life of each major component of the New System and the predicted life of the console system. Be sure to distinguish between Products manufactured by the Vendor and Products that are sources from other vendors.

6.11.2 Describe what component will have the shortest life.

6.11.3 Describe the components that will fall outside of the vendor- provided warranty.

6.11.4 Describe any programs the Vendor has in place to manage the lifecycle of the console system software and hardware components.

6.12 (MS) Prior Experience

6.12.1 WSDOT desires to utilize technology that is fully developed, mature, and fully meets the operational requirements of the field users.

6.12.2 Describe other systems that are using the same technology and are the most similar to the proposed consoles. Provide a reference with name and contact information.

Page 81

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

7 Logging Recorders

7.1 General

7.1.1 New logging recorders will not be required as part of Vendor’s Response. WSDOT will continue to use the Eventide NexLog logging recorder at the NWR TMC location

7.1.2 It is Vendor's responsibility to provide the proper interface, licensing, and install to incorporate the current logging recorder. The Vendor will work with Eventide to ensure proper operation during the installation.

7.2 (DS) Overall Description (Optional)

7.2.1 Provide an overview that provides a general description of the logging recorder system interface and Features/functions available to be recorded. Include all TIA/EIA Project 25 call information that is available from the interface such as Unit ID, Alias, Emergency status, etc. Include information for both TIA/EIA Project 25 trunked calls and standard conventional channel information such as Unit ID, Site, etc.

7.2.2 Describe operationally how the New System would operate from the end user perspective and how it would meet operational objectives of the county.

7.2.3 Describe functionally how the New System would operate and would be designed, including how any of the current legacy channels would be incorporated into the network interface to the recorder.

7.3 (DS) Basic System Configuration (Optional)

7.3.1 The logging recorder system shall have the capability to interface to the current radio system and migrate to the New System.

7.3.2 Currently, WSDOT does not record any telephone or analog audio. All audio is provided through the digital interface with the Existing System.

7.3.3 All talk groups in the New System shall be available to the recorder interface.

Page 82

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

7.4 (D) Optional System Configuration (Optional)

7.4.1 As an option, the Vendor may quote a replacement recorder, but it is preferable to use the Existing System recorder.

7.4.2 As an option, the Vendor shall quote the necessary interfaces and licenses to add a second recorder port at an additional location or TMC location.

Page 83

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

8 Interface Requirements

8.1 (MS) Conventional Radio Frequency Equipment

8.1.1 700 MHz Mutual Aid Channels

8.1.1.1 WSDOT’s New System will provide 700 MHz Mutual Aid repeaters. The list of the sties and frequencies for the Mutual Aid base stations are shown in Exhibit 2, Frequency Information.

8.1.1.2 Each 700 MHz Mutual Aid base station will utilize a 6 dB omnidirectional antenna, AVA5-50, HELIAX® Andrew or equivalent coaxial cable copper transmission line and duplexer, independent from the trunked TIA/EIA Project 25 antenna system.

8.1.2 Conventional Channels

8.1.2.1 The Vendor shall provide gateways for up to five (5) Sites per Region. Four (4) of the five (5) Sites will connect four (4) conventional resources, the fifth Site will connect eight (8) conventional resources. The gateways shall be capable of transmitting and receiving a conventional base station/repeater.

8.1.2.2 Describe how the conventional Equipment will be integrated into the New System and/or console system and describe the interface capabilities to integrate conventional Equipment.

8.1.2.3 Describe the expansion capabilities of the New System to provide additional interfaces for conventional stations.

8.2 (MS) New System Interconnect Interface

8.2.1 WSDOT currently has a robust interconnect system and will be upgrading various components over a period of time. The interconnect system is a combination of microwave, fiber, and leased lines. WSDOT will provide one (1) Mbps of capacity to each radio Site back to the Regional main hub and ten (10) Mbps of capacity between each Regional hub. Exhibit 3, System Interconnects provides details of the New System design. The Vendor shall provide the ability to interface with the microwave

Page 84

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

system via microwave radio with Ethernet interfaces. The demarcation for the New System to the interconnect shall be an Ethernet port.

8.2.2 Describe the demarcation, signaling, and channels required for each Site. Describe how to determine the size of the bandwidth required as it related to trunked channels and conventional channels.

8.2.3 Describe any interconnect parameters which will be required for the New System to operate. Provide the requirements for both the simulcast and multicast radio Sites.

8.2.4 Confirm that the microwave system being implemented by WSDOT will provide the connectivity required.

8.2.5 Network Plan

8.2.5.1 Vendor shall provide IP address requirements to WSDOT for the New System. Requirements include the quantity of IP addresses, restricted IP addresses, quantity of VLANs, and any VPN or other requirements needed for implementation.

8.2.5.2 Vendor shall provide all recommended requirements for routing, latency requirements, jitter requirements, MTU size, QoS requirements, and any other parameters that must be considered in network planning.

8.2.5.3 Vendor shall provide maximum packet loss, and other congestion/outage requirements that would cause the network to fall back into any reduced operational mode.

8.2.5.4 During the System Design Review WSDOT will provide subnets and blocks of IP addresses to the Vendor. In turn, Vendor will develop an IP Addressing Plan that includes the assignment of IP addresses to all relevant New System components.

8.3 (MS) PSTN Site Interface

8.3.1 The Vendor shall provide the ability to interface with PSTN for subscriber telephone calls.

8.3.2 Describe the required interface to provide telephone interconnect capability to subscribers.

Page 85

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

8.3.3 Describe the interface that will be provided between the PSTN system, the main simulcast control Site and remote Sites. Describe the demarcation, signaling, channels requirement, and any unique PSTN line characteristics required for each Site. Describe how to determine the size of the bandwidth required as related to simulcast trunked channels, multicast channels and conventional channels.

Page 86

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

9 System Management

9.1 (M) Overview

9.1.1 WSDOT will manage the New System and subscriber resources from various locations throughout the State. Vendor must include in the base price of the New System a total of four (4) simultaneous System Manager sessions accessed from a total of sixteen (16) terminals. As an option provide pricing for additional simultaneous sessions and terminal access points, pricing must include all licensing fees. Include this optional pricing in Appendix 5.1 System Price Workbook in the Options (system) tab.

9.2 (MS) General Requirements

9.2.1 All System Managers must be able to manage the Region in which the terminal is located and also manage any Region within the State.

9.2.2 All System Manager sessions must have the ability to operate simultaneously. All hardware, software, licenses and Equipment required to simultaneously run the New System management sessions shall be included.

9.2.3 The System Manager must have the ability to manage access by both Region and system-wide capability. Describe how the System Manager partitions resources and access capability. Describe how the management of the New System can be partitioned by components and by functionality.

9.2.4 The System Manager shall provide access control and monitoring of access. Describe how the System Manager’s security management shall control access to system resources so that information cannot be obtained without authorization by limiting access to system resources providing notification of security breaches and attempts.

9.2.5 The System Manager shall provide a mechanism to prevent outside contamination, hardened to protect against outside software breaches and against failure due to software issues such as virus, worms, and other forms of destructive interaction with outside software elements. Describe the methods to ensure the System Manager is properly protected.

Page 87

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

9.2.6 The System Manager shall provide remote access. Describe the methods to remotely access the System Manager and the required connectivity for a remote System Manager access session.

9.2.7 The System Manager must have logically configured interface with the ability to import and export the data and configurations created in the System Manager system. Describe the type of software used to interface the System Manager functions and how those functions are organized. Describe the System Manager’s ability to interface, import, and export information.

9.2.8 The System Manager must have the ability to store at least six (6) months of system data. In addition, the System Manager must provide an alarm when the data capacity reaches 80% and 90% of the data storage capabilities. Capacity warnings must continue to notify the System Manager until the data capacity issue is acknowledged.

9.2.9 Describe how the data storage is managed on the System Manager. Describe the amount of storage capacity for the various management functions and how that relates to the amount of data that can be collected prior to removing/backing up information.

9.3 (MS) Northbound Interface

9.3.1 The System Manager from one location must have the ability to provide Simple Network Management Protocol (SNMP) to the Nokia TSM 8000 to provide monitor and manage the alarms generated by the System Manager.

9.3.2 If the Vendor RTU has the ability to provide SNMP alarms to a third- party Network Manager, the Vendor shall supply an SNMP Walk to WSDOT’s Nokia TSM 8000. All licensing and fees associated with this connectivity shall be included in the New System.

9.3.3 The Vendor shall provide a complete list of alarms that are available from the System Manager and can be provided to the Nokia TSM 8000

9.3.4 The Vendor shall provide all costs to all parties associated with the integration of the alarms and response into the Nokia TSM 8000, including any licensing costs Nokia would be accessed.

9.3.5 In addition, these costs should also include 200 documented hours of support for the integration of the System Manager with the Nokia

Page 88

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

TSM 8000. Any cost associated with the Northbound Interface will be included in the System Summary Cost Tab in Appendix 5.1.

9.4 (MS) Fault Management

9.4.1 The System Manager’s fault management shall provide facilities that allow System Managers to discover faults in managed devices, the system and system operation, to determine their cause and to take remedial action. To enable this, fault management provides mechanisms to report the occurrence of faults, log reports, perform diagnostic tests and correct faults (possibly automatically). The Vendor is responsible for installing and testing all alarms. The Vendor is responsible for interconnecting all other alarms including cabling and demarcation.

9.4.2 Describe the fault management system that is used by the New System. Describe the capabilities to monitor and alarms available to monitor the system components, RF, and Site components. Describe the notification mechanism that can be used by the New System and the quantity of alarm notifications.

9.4.3 All alarms that do use dry contact closures into the New System alarms must provide the following clear and identifiable demarcation. All alarm outputs generated by this Equipment are to be extended by this Vendor to Type 66 punch blocks located in the shelter for alarm terminations. These activations are caused by the closure of normally open dry contacts. Such terminations are to be clearly identified at each end with identification codes approved by WSDOT.

9.4.4 Vendor shall provide a complete list of alarms provided by the New System. However, the alarms should include at a minimum the following:

9.4.4.1 Main Control Site Alarms

9.4.4.1.1 Component/Controller/Computer Major Alarm

9.4.4.1.2 Component/Controller/Computer Minor Alarm

9.4.4.1.3 Power Failure Alarm

9.4.4.1.4 Connectivity Failure

Page 89

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

9.4.4.1.5 Timing Device/Clock Alarm

9.4.4.1.6 Surge Protection Alarm

9.4.4.1.7 UPS/Battery Power Systems

9.4.4.1.8 Low Battery Voltage

9.4.4.1.9 High Battery Voltage

9.4.4.1.10 Automatic Bypass Operation

9.4.4.1.11 Emergency Operation (UPS on Battery)

9.4.4.1.12 Rectifier/Inverter Failure

9.4.4.2 Radio Site Alarms

9.4.4.2.1 Low Forward Power

9.4.4.2.2 High Reflected Power

9.4.4.2.3 Interference on Voice Channel

9.4.4.2.4 TX/RX Failure

9.4.4.2.5 TX/RX Disabled

9.4.4.2.6 Component/Controller/Computer Major Alarm

9.4.4.2.7 Component/Controller/Computer Minor Alarm

9.4.4.2.8 Power Failure Alarm

9.4.4.2.9 Connectivity Failure

9.4.4.2.10 Surge Protection Alarm

9.4.4.3 Console System Alarms

9.4.4.3.1 Logging Recorder Full

9.4.4.3.2 Logging Recorder Alarm

9.4.4.3.3 Component/Controller/Computer Major Alarm

Page 90

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

9.4.4.3.4 Component/Controller/Computer Minor Alarm

9.4.4.3.5 Power Failure Alarm

9.4.4.3.6 Connectivity Failure

9.4.4.3.7 Timing Device/Clock Alarm

9.4.4.3.8 Surge Protection Alarm

9.4.4.4 Network Manager Alarms

9.4.4.4.1 Data storage capacity alarm

9.4.5 Alarm Severity

9.4.5.1 Alarm severity shall be categorized by the following levels:

9.4.5.1.1 Critical

9.4.5.1.2 Major

9.4.5.1.3 Minor

9.4.5.1.4 Information Only

9.4.5.2 Alarm severity shall be definable for each alarm by the user.

9.5 (MS) Configuration Management

9.5.1 The System Manager’s configuration management component shall monitor system configuration and subscriber information so that the effects of specific hardware and software can be managed and tracked. It may provide the ability to initialize, reconfigure, operate and shut down managed system components and subscriber Equipment.

9.5.2 Provide an overall description of the configuration management capabilities of the New System and subscribers. Provide the method the configuration information is stored.

9.5.3 Provide a list of all manageable items within the System Manager and the items that are configurable and controlled (actions that are

Page 91

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

activated for a special condition) for each of the items. The items shall include:

9.5.3.1 System Manager

9.5.3.2 Main Control Site

9.5.3.3 Radio Site

9.5.3.4 Console System

9.5.3.5 Subscriber Units

9.5.4 Provide a list of all items of the New System and subscribers that are programmable that are not accessible via the configuration manager and must be remotely programmed.

9.5.5 Subscriber Fleet Management

9.5.5.1 The System Manager must have the ability to manage all the individual subscriber system radio parameters. WSDOT recognizes that the subscriber’s information will not be managed real time.

9.5.5.2 All radio configuration parameters must be stored by the System Manager with the ability via a management terminal to read and modify the radio configuration. The management system must log when the subscriber information is modified.

9.5.5.3 Describe the Vendor’s System Managers subscriber fleet management system.

9.5.5.4 Provide a list of reports and how those reports can be exported for post processing. The system usage reports should include at a minimum:

9.5.5.5 By Subscriber Unit

9.5.5.5.1 Modifications to Configurations by Time Segment

9.5.5.5.2 Modification to Radio with Confirmation by Time Segment

9.6 (MS) Performance Management

Page 92

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

9.6.1 Performance management measures various aspects of system and subscriber performance including the gathering and analysis of statistical data about the New System so that it may be maintained at an acceptable level. Performance management provides the ability to obtain the utilization and error rates of system devices and provide a consistent level of performance by ensuring that devices have a sufficient capacity.

9.6.2 Performance measurement shall measure system utilization of system components, individual subscribers or talk groups to provide usage information, regulate users or groups and help keep system performance at an acceptable level.

9.6.3 The performance data shall provide the collected data in exportable form data. Provide a list of reports and how those reports can be exported for post processing. The alarm and system usage reports should include at a minimum:

9.6.3.1 Alarms

9.6.3.1.1 Active Alarms

9.6.3.1.2 Alarms by Time Segment (Day, Week, Month, Year)

9.6.3.1.3 Alarm by Component with Granularity of Individual Alarm

9.6.3.1.4 Alarms by Time Segment/Component

9.6.3.2 Busies

9.6.3.2.1 Busies per Talk Group per Specified Time

9.6.3.2.2 Busies per Site per Specified Time

9.6.3.2.3 Busies per System per Specified Time

9.6.3.3 Individual Call Data

9.6.3.3.1 UID

9.6.3.3.2 Talk Group

9.6.3.3.3 Type of Call

9.6.3.3.4 Time of Channel Access

Page 93

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

9.6.3.3.5 Duration of Transmission

9.6.3.3.6 Channel Assigned

9.6.3.3.7 Site(s) Involved in Call

9.6.3.4 General Call Data

9.6.3.4.1 Number of Calls per Talk Group per Specified Time

9.6.3.4.2 Number of Calls per Site per Specified Time

9.6.3.4.3 Number of Calls per System per Specified Time

9.6.3.4.4 Number of Type (Talk Group, UID, Data) of Call per Specified Time

9.6.3.4.5 Call Duration per Talk Group per Specified Time

9.6.3.4.6 Call Duration per Site per Specified Time

9.6.3.4.7 Call Duration per System per Specified Time

9.6.3.5 Special Call and/or Functions Data

9.6.3.5.1 Number of Special Calls (Emergency Call, Data, Status Messaging, OTAR, OTAP) per Call Type per Specified Time

9.6.3.5.2 Call Duration per Call Type per Specified Time

Page 94

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

10 Subscribers

10.1 (M) Overview

10.1.1 In support of the New System, WSDOT requires the Vendor to offer a range of subscriber radio Equipment and accessories, to include a variety of installation options, providing a performance range from highest quality, highest duty rating, and highest performance electronic components down to less fully Featured, less mission- critical end user devices.

10.1.2 Rather than limit the Vendor to a set of detailed Equipment specifications for each item to be provided, WSDOT expects the Vendor to offer the Equipment, and then support that offering with extensive and detailed supporting information.

10.1.3 The radios shall be able to transmit and receive on any of the 700/800 MHz channels licensed to WSDOT.

10.2 (MS) Price Structure

10.2.1 Pricing is to be submitted in the form of the catalog of available models and accessories at list price less a stipulated discount.

10.2.2 Subscriber radio Equipment will be ordered on a Region-by-Region basis. Subscriber radio Equipment and accessories may only be ordered and delivered when directed by WSDOT. Vendor shall provide ordering lead times for all subscriber radio and accessories, ensuring Equipment is available according to the Project schedule.

10.2.3 WSDOT shall not be required to commit to the purchase of any initial quantity of units as a requirement for preserving discounted pricing of the Subscriber Equipment, New System, or any other ancillary Equipment and services.

10.2.4 Options

10.2.4.1 The Vendor shall include a price list of accessories and optional Equipment available. This listing shall become part of the price list and shall be used by WSDOT for ordering the desired combinations. Descriptive literature fully describing each such option must be included.

Page 95

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

10.2.5 Quantities

10.2.5.1 WSDOT anticipates that it will need the following estimated quantities of 700/800 MHz subscriber radio Equipment for the New System. These numbers only reflect preliminary numbers and may change by the time orders are placed:

Region Portables Mobiles Control Stations Olympic 159 412 65 South Central 75 363 25 Southwest 137 339 30 Eastern 105 309 45 North Central 58 291 30 Northwest 241 634 80 Washington State Ferries 32 78 35 (WSF) TOTALS: 807 2426 310 Table 10-1: Existing Radio Quantities, by Region

10.2.6 WSDOT anticipates that depending upon the application, radio type and configurations will vary. The Vendor shall provide WSDOT with a list of potential radios that can be provided from more Feature rich to more simplistic in operation. WSDOT envisions that radios in the various services shall be configured as closely as possible. Exceptions will exist due to the unique nature of the Equipment; such as snowcats, sweepers, ferries, etc. The installation of radios in Washington State Ferries (WSF) will be performed by a USGS certified Marine electronics contractor and prequalified by WSDOT. WSDOT will manage the Ferry installation and the Vendor will only be responsible for the subscriber Equipment and accessories necessary for the installation. The Vendor will not be responsible for the installation cost of the Ferry subscriber Equipment Installations.

10.3 (M) General Requirements

10.3.1 Radio Tier

10.3.1.1 The Vendor is required to offer three (3) tiers of radios for mobiles and portables and one (1) tier for control stations. Sections 10.3.1.2 through section 10.3.1.4 describe the general characteristics of all radios on the New System — portables, mobiles and control stations.

Page 96

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

Section 10.4 provides general required functionality of all radios on the New System — portables, mobiles and control stations.

10.3.1.2 Tier 1

10.3.1.2.1 The low-tier radio would be focused on basic operations primarily used for non-public safety such as public works and transportation. The radio would have the basic Features.

10.3.1.3 Tier 2

10.3.1.3.1 The mid-tier radio would be focused on basic public-safety operations. The high-quality radio would operate with basic and advanced Features and functions.

10.3.1.4 Tier 3

10.3.1.4.1 The high-tier radio would represent the Vendor’s most capable radio and at a minimum provide basic, advanced and enhanced Features and functions.

10.4 (MS) Radio Description

10.4.1 The Vendor shall provide state-of-the-art, robust, public-safety- grade radios.

10.4.2 Basic Features

10.4.2.1 Frequency Bands

10.4.2.1.1 700/800 MHz

10.4.2.2 Protocols

10.4.2.2.1 Analog Conventional

10.4.2.2.2 TIA/EIA Project 25 Phase 1, Conventional

10.4.2.2.3 TIA/EIA Project 25 Phase 1, Trunked

10.4.2.2.4 TIA/EIA Project 25 Phase 2, Trunked

Page 97

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

10.4.2.3 Subscriber User Interfaces and Indications

10.4.2.3.1 All subscribers shall provide the following control capabilities:

10.4.2.3.2 On/Off for Primary Power to the Radio Set

10.4.2.3.3 On/Off Power Switch (Rotary Knob 355- Degree Turn Limit)

10.4.2.3.4 Talk Group Selector (Rotary Knob 355- Degree Turn Limit)

10.4.2.3.5 Programmable Three-Position Selector Switch

10.4.2.3.6 Power On Indicator

10.4.2.3.7 Transmit Indicator

10.4.2.3.8 Receive Indicator

10.4.2.3.9 Volume Control (Rotary Knob 355-Degree Turn Limit)

10.4.2.3.10 Volume Control for External Speakers

10.4.2.3.11 Alphanumeric Display – 12 Character (all characters used for talk/group identification as needed)

10.4.2.3.12 Conventional, trunked, analog, and digital in the same bank/zone

10.4.2.3.13 Emergency Switch

10.4.2.3.14 Menu Backlight Function

10.4.2.4 Status Tones

10.4.2.4.1 System Busy

10.4.2.4.2 Callback when Channel is Available

10.4.2.4.3 Trunking Controller Failure

10.4.2.4.4 Time-Out Time Operation

Page 98

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

10.4.2.4.5 Access to System Denied

10.4.2.4.6 Out-of-Range of Trunked System

10.4.2.5 Subscriber User Interfaces

10.4.2.5.1 Method to Move between Protocols

10.4.2.5.2 TX Timeout Timer

10.4.2.5.3 Trunked System Capacity

10.4.2.5.4 Conventional Channel Capacity

10.4.2.5.5 Simplex Channel Capacity

10.4.2.5.6 Talk Group Capacity – 512 Talk groups

10.4.2.5.7 Talk Group Radio Organization

10.4.2.6 Scan Capabilities

10.4.2.6.1 Number of Groups

10.4.2.6.2 Priority Scan Operation

10.4.2.6.3 Priority Scan Selection

10.4.2.6.4 Scan Range/Groups

10.4.2.6.5 Scan Group Disable

10.4.2.7 Emergency Alert

10.4.2.8 Emergency Call

10.4.2.9 Priority Call

10.4.2.10 Priority Call Pre-Emption

10.4.2.11 Embedded Legacy Signaling

10.4.2.12 System Busy and Queue

10.4.2.13 System Queue Callback

10.4.2.14 Recent User

10.4.2.15 Out-of-Range Indication

Page 99

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

10.4.2.16 Selective Alerting

10.4.2.17 Radio TX Disabling

10.4.2.18 Radio Suspend and Kill

10.4.2.19 Radio Enabling

10.4.2.20 Radio Selective Listening

10.4.2.21 Radio-to-Radio Selective Call

10.4.2.22 UID Identification

10.4.2.23 Telephone Interconnect

10.4.2.24 Local Radio Programming

10.4.2.25 Batch Cloning Capability

10.4.2.26 Conventional Fallback

10.4.3 Advanced Features

10.4.3.1 DTMF Keypad

10.4.3.2 Talk Group Capacity - 1024

10.4.3.3 Programmable Alphanumeric Display - 2 lines, 12 characters per line minimum (all characters used for talk/group identification as needed)

10.4.3.4 Status Messaging (Optional)

10.4.3.5 Text Messaging (Optional)

10.4.3.6 AVL/GPS Capable (Optional)

10.4.3.7 Over-the-Air Programming (Optional)

10.4.3.8 10.4.3.1.8 LTE Band 14 Compatibility (Optional)

10.4.4 Enhanced Features (Optional)

10.4.4.1 Optional Enhanced Data (mobile only)

10.4.4.1.1 Radio Interface Port

10.4.4.1.2 Protocol Supported

Page 100

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

10.4.4.1.3 Data Speeds

10.4.4.1.4 Typical Applications

10.4.5 Radio Functionality

10.4.5.1 The Vendor shall describe the following with regards to each of the tier radio being offered.

10.4.5.2 Programming

10.4.5.2.1 Interface Methods (local, Wi-Fi, etc.)

10.4.5.2.2 Tuning and Alignment Capabilities

10.4.5.2.3 Adding Additional Channels or Sites

10.4.5.3 User Operation

10.4.5.3.1 Compatibility across Tiers of Radios

10.4.5.3.2 Compatibility across Mobiles/Portables/Control Stations

10.4.5.4 Audio Performance

10.4.5.4.1 General Microphone and Speaker Characteristics

10.4.5.4.2 Vocoder Performance in High-Noise Environments

10.4.5.5 RF Specifications

10.4.5.5.1 The Vendor shall provide radios that are type accepted and that operate effectively in a congested spectrum environment and that are tolerant to normal levels of RF noise. Describe the following specifications of each radio that will be offered:

10.4.5.5.2 TX Frequency Range

10.4.5.5.3 RX Frequency Range

10.4.5.5.4 Power Requirements

10.4.5.5.5 Operating Temperature (Full Performance)

Page 101

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

10.4.5.5.6 Humidity

10.4.5.5.7 Duty Cycle

10.4.5.5.8 Shock and Vibration

10.4.5.5.9 TX Modulation

10.4.5.5.10 TX RF Output Power

10.4.5.5.11 Low Power

10.4.5.5.12 High Power

10.4.5.5.13 TX Frequency Stability

10.4.5.5.14 TX FCC Emission Designator

10.4.5.5.15 TX Audio Distortion

10.4.5.5.16 TX Spurious and Harmonic Signals

10.4.5.5.17 TX FM Hum and Noise

10.4.5.5.18 RX Frequency Range

10.4.5.5.19 RX Sensitivity

10.4.5.5.20 RX 12 dB SINAD

10.4.5.5.21 RX 20 dB Quieting

10.4.5.5.22 RX Digital Bit Error Rate

10.4.5.5.23 RX Selectivity, Adjacent Channel

10.4.5.5.24 RX Spurious and Image Rejection

10.4.5.5.25 RX Intermodulation

10.4.5.5.26 RX Adjacent Channel Rejection

10.4.5.5.27 RX Audio Response

10.4.5.5.28 RX Audio Output, Internal Speaker

10.4.5.5.29 RX Frequency Stability

10.4.5.5.30 RX Intermodulation Rejection

Page 102

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

10.4.5.6 Physical Characteristics

10.4.5.6.1 The Vendor shall provide state-of-the-art, robust, public-safety-grade radios. Describe the following specifications of each radio that will be offered:

10.4.5.6.2 Mechanical Specifications

10.4.5.6.3 Physical Specifications

10.4.5.6.4 Form Variations

10.4.5.6.5 MIL Standards

10.4.5.6.6 Intrinsically Safe

10.4.5.6.7 Electrical Specifications

10.4.5.6.8 Battery Life (Portable Only)

10.4.5.6.9 Operating Temperature-30 C to +60 C.

10.5 (MS) Mobiles

10.5.1 This section further defines the characteristics required of the mobiles that WSDOT is requiring.

10.5.2 Configuration

10.5.2.1 For the specification pricing, each mobile radio shall consist of the dash mounted radio unit, 3 dB roof- mounted antenna, external speaker, and all necessary hardware, materials, labor and programming necessary for a complete, working installation (i.e. closed coil on antennas, elevated feed, coax cut to length, etc.).

10.5.2.2 Additional installation pricing will be based upon the various type of units listed in the vehicle class and installation type. The Vendor will quote the cost of each in accordance with the table in the following pages.

10.5.2.3 Mobile radios shall be offered in several varieties including dash mount, remote mount with control head and remote mount with dual control heads.

Page 103

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

10.5.2.4 Describe the how a radio is offered as a remote mount and how a dash mount can be converted to a remote mount and/or converted back to a dash mount. Include any additional parts that may be required.

10.5.3 Physical Characteristics

10.5.3.1 Meet or exceed current MIL-STD-810 for high and low temperature, vibration, shock, dust, humidity, driven rain and solar radiation.

10.5.3.2 Die-cast construction of radio chassis is required. Metal covers, while not required, are desirable. The chassis shall be made of plated or painted steel or aluminum of sufficient gauge to provide for adequate protection in a mobile environment.

10.5.3.3 The cabling shall be constructed so that frequent exposure to typical automotive liquids such as hydraulic fluids and petroleum-based oils does not cause the cable to degrade beyond operational use.

10.5.3.4 The radios shall provide long-term reliability and functionality in a public safety environment. The radios shall operate in environments with high RF energy, DC input voltage fluctuations, noise introduced in the DC line, typical temperature fluctuation, and exposure to dust, dirt and moisture.

10.5.4 Installation Requirements

10.5.4.1 An acceptable mobile radio shall operate without degradation with voltages ranging from 11.5 to 14.8 VDC.

10.5.4.2 All power and ground leads must run directly to battery with only specific soldered connections.

10.5.4.3 The must be a separate fuse on the ground lead of the installation.

10.5.4.4 Power leads must have WeatherPac fuse holders for vehicles which are exposed to heavy weather conditions (snowplows, graders, salt spreaders, etc.

Page 104

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

10.5.4.5 All radios and accessories must be able to be turned on and off via a common ignition switch. The ignition switch must be fused.

10.5.4.6 A separate fuse lead is required running directly to the battery for dual remote head installations.

10.5.4.7 Radio, microphone clips, control heads and remote heads must be a grounded per manufacturers specification.

10.5.4.8 All power modes must not allow long-term battery drain when the radio switch or ignition switch is set to the off position.

10.5.4.9 The radio set shall be equipped with suitable reverse polarity protection to avoid damage if the radio or battery is incorrectly installed. The mobile radio shall be protected against source voltages above 14 VDC and operate at source voltages as low as 11 VDC without "motor-boating" or emitting any spurious emission or loss of programming.

10.5.4.10 Be capable of use in positive ground vehicles with the installation of an inverter.

10.5.4.11 Some WSDOT installations use a FireCom or other interface for communications with the rear cab control. Some vehicles require a Molex connector to communicate with the FireCom

10.5.4.12 Sweepers, Graders, Front Loaders, Boats have unique mounting configurations and electrical system interfaces, including 24 VDC to 12 VDC converters and battery switches.

10.5.4.13 Large trucks have fabricated special front bezels to hold the loose-fitted radios securely in the console pocket.

10.5.5 Antenna System

10.5.5.1 The basic mobile antenna system shall consist of a 3 dB antenna, mount, transmission line and connectors.

10.5.5.2 Connectors on the cable must mate directly with the radio. The use of adapters will not be accepted.

Page 105

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

10.5.5.3 Other required antenna Features are:

10.5.5.3.1 The antenna radiating element shall be removable and replaceable without disturbing the mount.

10.5.5.3.2 Stainless steel radiating element

10.5.5.3.3 Aluminum and plated steel base

10.5.5.4 Antenna cable

10.5.5.4.1 Low-loss cable, minimum 95% shield.

10.5.5.4.2 The Vendor shall wrap all exposed cable in flexible tubing and attach with a solid wire and fasteners to a secure location. All cables should be attached to a secure location within 2 inches of the cable termination point. The length of the cable should allow for slight movement and placement of the Equipment. In no case shall the wire be coiled. The Vendor shall use low-loss Teflon antenna cable, and all connectors shall be soldered to the cable.

10.5.5.5 There are certain classes of vehicles that will require special antennas, such as elevated feed and transit antennas. Vendor shall provide a complete list of all available antennas that may be used with the mobile radio.

10.5.6 Accessories Options

10.5.6.1 The Vendor shall provide additional accessories for the various services using the mobile radio. The accessories should include:

10.5.6.2 Water Resistant Heavy Duty Microphone (Standard and DTMF)

10.5.6.3 Water Resistant Headset for Use Outside the Vehicle

10.5.6.4 Noise Canceling Microphone (Standard and DTMF)

10.5.6.5 Bluetooth Capability

Page 106

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

10.5.6.6 Aux Microphone Connector for Headsets

10.5.6.7 Waterproof Speakers for Use Outside the Vehicle

10.5.6.8 3 dB Collinear Roof or Trunk Mount Antennas

10.5.6.9 3 dB on Glass Stealth Antenna

10.5.6.10 Unity Gain Low Silhouette Antenna

10.5.6.11 Transit Style Antenna

10.5.6.12 AVL software

10.5.6.13 GPS and antenna to support AVL services

10.5.6.14 Describe the other accessories that the Vendor would provide for each radio for a transportation agency.

10.5.6.15 The mobile shall have the ability to use third-party accessories. Describe the accessories kits that are available to allow third-party suppliers. Provide a list of third-party suppliers that supply accessories for the mobile radio.

10.5.7 Installation

10.5.7.1 Vendor shall quote the installation price for each of the vehicle Equipment classes shown in Exhibit 4, Mobile Installations.

10.5.7.2 Vendor shall also quote an hourly, not to exceed rate, to be applied to special circumstances not listed in the chart.

10.5.7.3 Installation shall include the removal of the units operating on the Existing System in the vehicle.

10.5.7.4 The following chart references the mobile vehicle classes, installation type along with estimated installation and durations are listed below (Installs per Day is based on an 8-hour day and one installation crew):

Page 107

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

Vehicle Mobile Installs Per Install Type Vehicle Class Description Class Install Time Day Remote Mt Passenger Vehicle - typically 2 4 Class 1 Standard trunk mount Remote Mt Passenger Vehicle - typically 2 4 Class 2 Standard trunk mount Class 3 Dash Mt Special 2.5 3 Incident Response Vehicle 1.1 5 Pick-up and small dump truck - Class 4 Dash Mt Standard dash and trunk mount Remote Mt 2 4 Pick-up and small dump truck, Class 5 Standard dash and trunk mount Class 6 Dash Mt Special 2.5 3 International Body Truck Class 7 Dash Mt Special 2.5 3 International Body Truck Class 8 Dash Mt Special 2.5 3 International Body Truck Class 9 Dash Mt Special 2.5 3 International Body Truck Class 10 Graters, Cranes and Specialty 3.4 2 Class 11 Remote Mt Special Equipment Graters, Cranes and Specialty 3.4 2 Class 12 Remote Mt Special Equipment Graters, Cranes and Specialty 3.4 2 Class 13 Remote Mt Special Equipment Graters, Cranes and Specialty 3.4 2 Class 14 Remote Mt Special Equipment Sweepers - typically have 2 3.4 2 radios installed, one at each Class 15 Remote Mt Special driver’s station. Class 16 Class 17 Remote Mt Special 3.4 2 Tractors and Mowers Class 18 Class 19 Remote Mt Special 3.4 2 Asphalt Equipment Snowcats, Marine/Boats - other 3.4 2 than ferries, and Other Specialty Class 20 Remote Mt Special Equipment Class 21 Class 22 Remote Mt Special 3.4 2 Snow Blowers Table 10-2: Vehicle Class Descriptions

Region Class 01 Class 02 Class 03 Class 04 Class 05 Olympic 27 29 8 55 74 South Central 14 0 1 49 104 Southwest 17 2 6 42 79 Eastern 6 3 3 25 63 North Central 7 1 1 22 62 Northwest 27 15 43 81 180 Table 10-3: Radio Quantities, by Class 01 through 05

Page 108

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

Region Class 06 Class 07 Class 08 Class 09 Class 11 Olympic 73 19 45 0 1 South Central 81 11 41 0 11 Southwest 69 10 23 0 2 Eastern 76 6 34 0 8 North Central 51 8 37 0 7 Northwest 96 36 68 0 4 Table 10-4: Radio Quantities, by Class 06 through 11

Region Class 12 Class 13 Class 14 Class 15 Class 17 Olympic 0 0 0 6 1 South Central 0 5 0 2 1 Southwest 1 10 0 5 4 Eastern 1 0 0 5 1 North Central 1 21 0 5 1 Northwest 2 4 0 16 11 Table 10-5: Radio Quantities, by Class 12 through 17

Region Class 19 Class 20 Class 22 Olympic 2 1 0 South Central 0 1 6 Southwest 0 0 0 Eastern 0 0 0 North Central 1 2 3 Northwest 3 3 4 Table 10-6: Radio Quantities, by Class 19 through 22

10.5.7.5 The mobile radio counts listed above are current radio counts, and do not represent the quantity of radios that will be ordered.

10.6 (MS) Portables

10.6.1 This section further defines the characteristics of the portables that WSDOT is requiring.

10.6.2 Configuration

10.6.2.1 Portable unit pricing should include the antenna, base radio, eight-hour battery, single unit charger, and initial programming.

10.6.3 Physical Characteristics

10.6.3.1 Portable Environment

Page 109

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

10.6.3.1.1 The portable radio shall meet or exceed the current MIL-STD-810 and shall be sealed against dust, dirt, moisture and water.

10.6.3.2 The chassis shall be constructed of a high-impact material. Portable radio housings must meet or exceed the EIA drop test requirements. The case shall be sealed so that the internal circuitry is protected from dust, moisture and splashing water with or without the battery connected. Portables shall have an engraved or stamped multi-digit unique serial number applied to each unit. These shall be of such type, and located in such a position, that their removal or alteration is difficult to do.

10.6.3.3 Housing

10.6.3.3.1 The radio shall be enclosed in a high impact resistant material housing.

10.6.3.3.2 The radio shall have the option of availability in colored material housing (i.e. orange, green, etc.).

10.6.3.4 Survivability

10.6.3.4.1 Portable radios offered for service in the specification must withstand a fall from a distance of 3 feet onto a hard, bare concrete floor and suffer no damage externally or internally, regardless of the radio surface(s) contacting the floor, including the top.

10.6.3.4.2 Each portable radio shall be weatherproof in that it will not be damaged by moisture or temperature extremes such as those experienced in fire and police use, including exposure to sunlight or driving rain, wet snow, and ice combined with freezing temperatures or extreme heat with high humidity without the protection of a carrying case or other covering.

10.6.3.5 Operating Temperature

Page 110

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

10.6.3.5.1 The radio shall perform without degradation over the temperature range of -30 C to +60 C.

10.6.3.6 Electrical/Power Source

10.6.3.6.1 The battery shall be a rechargeable lithium ion battery, which shall be quickly and easily removed. Battery life, based on a 5% transmit, 5% receive,90% stand-by duty cycle, measured in accordance with EIA standards of audio output, shall be at least 12 hours.

10.6.3.6.2 Each portable radio shall have one spare lithium ion battery.

10.6.3.6.3 The battery shall be encased in a high impact resistant plastic-like material and finished and colored to match the portable case.

10.6.3.6.4 Batteries shall be externally connected to the radio and shall be secured with an easily operated release that cannot be accidentally activated.

10.6.4 Antennas

10.6.4.1 The antenna must screw into a connector on top of the radio making a waterproof connection.

10.6.4.2 It must be a full-size device to maximize the transfer of RF energy from the transmitter into the atmosphere and pick up the greatest amount of signal possible that has been transmitted by other units.

10.6.4.3 "Stubby" or other types of antennas that exhibit a negative gain are not acceptable.

10.6.4.4 The antenna shall be flexible and covered with soft plastic or rubber with a blunt safety tip.

10.6.4.5 Rigid or semi-rigid designs will not be accepted.

10.6.5 Accessories Options

Page 111

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

10.6.5.1 The Vendor shall provide additional accessories for the various services using the portable. The accessories should include:

10.6.5.2 Water Resistant Microphone

10.6.5.3 Water Resistant Headset

10.6.5.4 Lapel Microphone with Emergency, and Volume Control

10.6.5.5 Lapel Microphone with Emergency, Volume Control and GPS

10.6.5.6 Leather Carrying Case

10.6.5.7 Carrying Clip with a D Ring

10.6.5.8 Carrying Clip with a Clip Suitable for Attaching the Radio to a Belt

10.6.5.9 Carrying Clip with a Case

10.6.5.10 Third-Party Accessories

10.6.5.10.1 Describe the other accessories Vendor will provide with each radio. The portable shall have the ability to use third-party accessories. Describe the accessories kits that are available to allow third-party suppliers. List third-party suppliers that supply accessories for the portable radio.

10.6.6 Battery Chargers

10.6.6.1 Single Unit Charger

10.6.6.1.1 The charger shall come equipped with a 115/120 AC 60 Hz line cord with standard grounded plug.

10.6.6.1.2 The standard rate charger shall charge either a lithium ion battery alone, or the radio/battery combination in 16 hours or less from a totally discharged state. An indicator light shall indicate “charging.”

10.6.6.2 Multi-Unit Charger

Page 112

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

10.6.6.2.1 This charger shall perform the tasks and operate as the single unit rapid rate charger above except that it shall handle a minimum of 4 such units at the same time. All indicators shall be provided per lithium ion battery charging pocket so the charging state of each battery in easily discernible. This unit shall have a common AC plug and on/off switch for all charging pockets.

10.6.6.3 Vehicular Chargers

10.6.6.3.1 The charger shall charge either a lithium ion battery alone, or the radio/battery combination in two hours or less from a totally discharged state.

10.6.6.3.2 The charger shall come equipped with an adapter for 12-volt DC power with cable.

10.7 (MS) Control Stations

10.7.1 Configuration

10.7.1.1 The Vendor shall provide both standalone tabletop and remote control configurations. The antenna cabling and the remote-to-radio cable shall be provided separately.

10.7.1.2 Each control station system shall consist of a mobile radio unit meeting the specifications for the mobile radios, an AC power supply specified herein, plus 3db outdoor antenna with an N-female connector and all necessary hardware, materials and labor needed for a complete and acceptable installation.

10.7.2 Physical Characteristics

10.7.2.1 The radio physical characteristics shall be the same as identified in section 10.5.

10.7.2.2 Operating Temperature

10.7.2.3 The radio shall perform without degradation over the temperature range of -30 C to +60 C.

10.7.3 RF Specifications

Page 113

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

10.7.3.1 The transmitter and receiver specifications shall be the same as in the related subsections of section 10.5.

10.7.4 Antenna

10.7.4.1 The basic control station antenna shall be an omnidirectional, 3 dB gain, installed outside the location (roof or wall mount) of the control station.

10.7.5 Accessories Options

10.7.5.1 The Vendor shall offer additional control station accessories, including, but not limited to:

10.7.5.1.1 Remote-to-Radio Audio Control Cable (per Foot)

10.7.5.1.2 Remote Speakers

10.7.5.1.3 Remote Deskset

10.7.5.2 Describe the other accessories that the Vendor shall provide for each control station for WSDOT.

10.7.5.3 The control station shall have the ability to use third-party accessories. Describe the accessories kits that are available to allow third-party suppliers. List third-party suppliers that supply accessories for the control station.

10.7.6 Desk Sets and Interfaces – Physical Interface

10.7.6.1 Display must be able to provide talk group information and incoming call information.

10.7.6.2 Handset and speaker capability.

10.7.6.3 Connections for extra amplified speaker.

10.7.6.4 Individual volume control.

10.7.6.5 Intercom capability between desk sets.

10.7.7 Desk Sets and Interfaces – Interface/Controller/Panel Capability

10.7.7.1 Desk set to interface/controller/panel

10.7.7.1.1 Remote capability up to 300 feet

Page 114

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

10.7.7.1.2 Up to 10 desk sets connection to interface/controller/panel

10.7.7.2 RF unit to Interface/Controller/panel

10.7.7.2.1 Remote capability up to 300 feet

10.7.8 Desk Set Capabilities

10.7.8.1 Change radio group from any desk set

10.7.8.2 Interface can either alias remote channels or import radio channel names from radio which the interface is connect to for display on desk set.

10.7.8.3 Display UID of transmitting radio

10.7.8.4 Vendor is to provide details of how their desk set interface a control stations, any limitation on the make and model of control stations. Vendor shall provide a list of other capabilities beyond those listed above that a standard desk set interface to a control station will provide.

10.8 (MS) Subscriber Radio Offering Documentation

10.8.1 Provide datasheets and product descriptions for all subscriber radios offered for the New System. Provide documentation on a per-tier basis, as described in section 10.3.

Page 115

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

11 Project Management

11.1 (M) WSDOT Project Manager

11.1.1 WSDOT will appoint a WSDOT Project Manager for the Project in accordance with the Contract Documents.

11.1.2 The WSDOT Project Manager shall be notified of any disputes between any companies, persons, contractors, installers and any other individuals, which has a bearing on the Contract.

11.1.3 The WSDOT Project Manager may name other persons to assist him and assign such levels of authority, as he or she deems appropriate. Notice of such assignments shall be given to the Vendor, in writing, prior to the assignments becoming effective.

11.2 (M) Vendor Project Manager

11.2.1 The Vendor shall appoint a Vendor Project Manager in accordance with the terms and conditions of the Contract Documents.

11.2.2 The Vendor Project Manager shall serve as foreman or supervisor of the Vendor's work related to this Project.

11.2.3 The Vendor Project Manager shall be WSDOT's single point of contact with the Vendor for the resolution of all problems and obtaining related information.

11.2.4 The Vendor Project Manager must be immediately available any time Vendor’s personnel, including Subcontractors, are performing any Work on the Project that may impact WSDOT maintenance and operations personnel.

11.2.5 As part of this response the Vendor shall provide WSDOTof the name, business address and telephone number(s) of the Vendor Project Manager as well as all Key Personnel.

11.2.6 No Work may be started until these Project Manager requirements are satisfied in accordance with the terms and conditions of the Contract Documents.

Page 116

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

12 Installation

12.1 Overview

12.1.1 WSDOT plans to purchase a multi-million dollar land mobile radio system and expects the process and the product to be completed in a deterministic project management driven process.

12.2 (M) General Requirements

12.2.1 All installation Work shall be performed in accordance with all applicable Law and Regulations and in accordance with the terms and conditions of the Contract Documents.

12.2.2 All installations shall be performed in accordance with Exhibit 5 and Exhibit 6, WSDOT Installation Standards and Practices

12.2.3 The Vendor will provide all the necessary personnel, tools, Equipment, supplies and other expenses to provide for the design, installation, training and optimization of the New System.

12.3 (M) Site Management

12.3.1 The Vendor shall be responsible for removing and disposing of any debris from the work Site in accordance with the terms and conditions of the Contract Documents.

12.4 (M) Existing Equipment

12.4.1 The New System Equipment will be installed in shelters with Existing System Equipment. WSDOT will relocate the existing Equipment in a temporary location during the transition to the New System. However, the New System and Existing System Equipment may be collocated for up to twelve (12) months at a Site and access during this period will be more constricted then when the Existing System Equipment is removed. WSDOT will be responsible for removal of the Existing System Equipment.

12.5 (M) Coordination of Work

Page 117

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

12.5.1 It is possible several contractors, sub-contractors, WSDOT personnel, other workers, other contractors, or any combination of these could be scheduled to work concurrently at the same location. It is also possible representatives of different companies may have to work together in order to accomplish the various requirements established by this specification.

12.5.2 The resolution of such disputes shall be addressed in accordance with the terms and conditions of the Contract Documents.

12.6 Licenses, Permits and Inspections

12.6.1 WSDOT shall obtain the following licenses and permits:

12.6.1.1 Building leases, access

12.6.1.2 FCC licenses for two-way radio channels

12.6.1.3 Environmental clearances

12.6.1.4 Zoning permits, variances

12.6.2 The Vendor shall obtain the following as necessary:

12.6.2.1 Electrical permits, inspections, approvals.

12.6.2.2 Trash removal or dumping permits.

12.6.2.3 Fire safety inspections, approvals.

12.6.2.4 Vendors licenses if required by WSDOT or any municipality where the Vendor is doing Work.

12.6.2.5 Other licenses and permits as may be required by any authority or entity.

12.7 (M) Delivery and Storage of Materials and Equipment

12.7.1 Vendor will provide a secure local storage warehouse to receive Equipment after it has shipped from the factory, but prior to deployment to Sites. WSDOT shall be able to access the secure local storage warehouse during normal business hours or at other times if prearranged 24 hours in advance.

Page 118

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

12.7.2 Vendor is responsible for all charges and insurance coverage/costs for transporting, unloading, and storing the received Equipment at the secure local storage warehouse.

12.7.3 All material and Equipment shall be delivered F.O.B. from the warehouse to the Site where it will be installed and made operable.

12.7.4 Title (i.e., risk of loss or damage) to such materials and Equipment will remain with the Vendor until it is on Site and determined to be correct and in acceptable condition with no apparent defects of any kind.

12.7.5 Delivery shall be in accordance with time frames and schedules agreed to between the Vendor and WSDOT and shown in the detailed project schedule agreed to in writing at the Detailed Design Review (DDR).

12.7.6 WSDOT shall not be responsible for costs associated with delays to the schedule that are out of WSDOT’s control.

12.7.7 The Vendor shall not rely on any WSDOT employees to act as agents to acknowledge delivery or receipt of Equipment shipped in accordance with the Contract Documents.

12.7.8 Liability for any damage or insurance claims resulting from the shipping or receipt of such Equipment and material shall be that of the Vendor, not of WSDOT or its representatives.

12.7.9 Vendor must schedule deliveries of Equipment, so that an employee of the Vendor is present to receive said Equipment.

12.7.10 It is the Vendor's responsibility to document each piece of Equipment, delivered and to have delivery receipts signed by the Vendor Project Manager or his authorized representative and to provide copies of said receipts to WSDOT with in five (5) business days for the purpose of verifying said deliveries.

12.8 (M) System Installation

12.8.1 The system shall be installed in accordance with the procedures preliminarily outlined in this RFP Specification and finalized via documentation prepared by the Vendor and approved by WSDOT at Detail Design Review. Any deviations from the plan must be approved in writing by WSDOT.

Page 119

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

12.8.2 Vendor is responsible for the shipping and insurance costs associated with transporting Equipment from the secure local warehouse to the Site.

12.8.3 The Vendor must install all the Equipment it provides, and complete the Work in a manner acceptable to WSDOT.

12.8.4 Should a Vendor proceed without prior approval it shall do so at its own risk.

12.8.5 If any Work is deemed unacceptable when inspected by WSDOT, the Vendor shall be required to make such revisions, changes or re-installations, including repairs to buildings and vehicles, as directed by the WSDOT Project Manager. Such revisions, changes, re-installations, and repairs shall be entirely at the expense of the Vendor.

12.8.6 The Vendor shall prosecute the Work at all times with a force of adequately skilled and experienced persons in numbers sufficient to ensure completion of the Work within the time set forth in this specification.

12.8.7 All installation Work shall be accomplished without any interruption of the present operational capabilities of WSDOT communications systems unless satisfactory arrangements to the contrary have been made with and been approved by the WSDOT Project Manager.

12.9 (M) Environmental Concerns and Requirements

12.9.1 Some Sites may be located in or on property not owned by WSDOT. Vendors are reminded that regardless of Site ownership, all environmental issues addressed herein and the related requirements apply to every Site.

12.9.2 Any violation of the environmental conditions stated herein or of any laws or rules of any agency or government is the sole responsibility of the Vendor.

12.9.3 Any environmental issues arising at any Site shall be brought to the attention of the WSDOT Project Manager.

Page 120

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

13 Implementation

13.1 (MS) Schedule

13.1.1 The New System will be implemented in phases over an anticipated time of approximately 60 months. The schedule is shown in Exhibit 7, Project Schedule.

13.1.2 Detailed Project Schedule

13.1.2.1 The Vendor shall provide a proposed detailed project schedule in GANTT chart format that reflects the schedule shown in Exhibit 7, Project Schedule. If the Vendor proposes a different project time table, indicate the reason for the changes.

13.1.2.2 The detailed project schedule shall include all tasks associated with the Work to be performed. The detailed project schedule shall present durations, start and finish dates, and predecessors associated with the tasks.

13.1.2.3 The detailed project schedule shall be provided in Microsoft Project .mpp format.

13.1.3 The Vendor shall implement the New System in accordance with the sequence identified in Exhibit 7, Project Schedule. System implementation, including tasks such as Site installation, subscriber installation, optimization, and testing, shall not interrupt Winter Operations, which typically occurs from November to March.

13.2 (M) Change Orders

13.2.1 Change orders are at WSDOT’s discretion and shall be implemented in accordance with the terms and conditions of the Contract Documents.

13.3 (M) Project Plan

13.3.1 As a deliverable during the System Design Review, the Vendor will propose a Detailed Project Plan, which will outline the tasks to be accomplished during each segment of the implementation of the New System. The Detailed Project Plan and Detailed Project

Page 121

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

Scheduled will reviewed, updated as necessary and approved at System Design Review. The Project Plan will provide a detailed explanation of the tasks to be performed. The Project Plan will cover all aspects of the project scope, but subsequent, more detailed plans will also be drafted and included in the set of documents that comprise the Project Plan.

13.3.2 During the Detailed Design Review of the Pilot System phases and the Regional System phases, the Project Plan for the Project phase being reviewed will be updated as a deliverable of the process. It is expected that as the Project team becomes more familiar with the implementation of the New System, lesson learned can be applied to subsequent Project Plan revisions.

13.3.3 The Project Plan structure must align with the detailed Project Schedule.

13.4 (M) Cutover Plan

13.4.1 As a deliverable during each Detailed Design Review, the Vendor will include a plan to transition from the Existing System to the New System, and the tasks required to complete the cutover. During transition, WSDOT must have minimal and deterministic outages to communications on the Existing System. The Vendor must consider the temporary use of loaner radios, gateways, RF patches, timing, training and/or any other method to minimize disruptions to Existing System operations. The cutover plan must also include an exit plan to transition back to the Existing System if there is a problem during the cutover phase. There shall be a well- defined decision point for the WSDOT Project Manager to determine if WSDOT and the New System are ready for cutover.

13.5 (M) Live System Outages

13.5.1 In the event the New System installation requires integration to the Existing System, the Vendor shall take steps to reduce the outages to the Existing System. In addition, the Vendor shall notify the WSDOT Project Manager in writing when a system outage is going to occur.

13.6 (M) Pilot System

Page 122

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

13.6.1 The purpose of the Pilot System is to test the New System functionality on a small test phase to both ensure the Equipment operates as proposed, and for WSDOT to develop a deeper understanding of how the Equipment operates. Many Features and functions achieve similar results through various methods and sometimes once the specific method is understood, a design change to the system design is warranted.

13.6.2 This Pilot System will include the use of a subset of the Site’s final system in the North Central Region and the Northwest Region. The Sites installed should be built out to the final configuration.

13.6.3 The Pilot System 1 – (North Central Region) will include the following Sites:

13.6.3.1 Main Control Site with Telephone Interconnect – Olds Station

13.6.3.2 Console System – Olds Station

13.6.3.3 RF Sites – Burch Mtn, Blag Mtn, Round Mtn, Skyline Lake, Chelan Butte (installed initially at Olds Station for testing)

13.6.4 The Pilot System 2 – (Northwest Region) will include the following Sites:

13.6.4.1 Main Control Site with Telephone Interconnect – Dayton Ave

13.6.4.2 Console Site – Dayton Ave

13.6.4.3 RF Sites (multicast) – Sobieski, Kings Lake, Tiger Mtn

13.6.4.4 RF Sites (simulcast) – Cougar Mtn, Newport Hills, Holmes

13.7 (M) Regional Systems

13.7.1 The New System will be deployed in the following sequence:

13.7.1.1 All remaining system components and Sites in North Central Region

13.7.1.2 All remaining system components and Sites in Northwest Region

Page 123

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

13.7.1.3 All system components and Sites in Olympic Region

13.7.1.4 All system components and Sites in South Central Region

13.7.1.5 All system components and Sites in Eastern Region

13.7.1.6 All system components and Sites in Southwest Region

13.7.1.7 Final system integration and testing

Page 124

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

14 Testing

14.1 (M) Overview

14.1.1 The Vendor shall propose system testing for the complete Functional Acceptance Test Plan (FATP) and Coverage Acceptance Test Plan (CATP). The testing shall verify that all components of the New System operate as described in the RFP Specification. The Vendor shall provide all test Equipment required for the FATP and the CATP, and all such test Equipment must be in current calibration with appropriate calibration records.

14.1.2 The FATP and CATP shall include the procedures to be followed, the Equipment to be used, and the pass/fail criteria to be utilized to verify system performance.

14.1.3 The FATP and CATP will be finalized during the System Design Review.

14.1.4 FATP and CATP are considered complete when the Vendor provides WSDOT with a complete set of test documentation, including the testing procedures utilized, test results, testing dates, testing locations, project participants, weather conditions, a description of testing irregularities or problems encountered, and testing of corrective results. Any punch-listed items that have not been resolved shall be listed along with the proposed resolution and timeframe for completion. Punch list items must be resolved in order for the FATP and CATP to be considered complete.

14.1.5 Complete sets shall be provided in electronic format (Adobe PDF) on USB media.

14.2 (MS) Functional Acceptance Test Plan (FATP)

14.2.1 The Vendor shall provide a complete, thorough Functional Acceptance Test Plan (FATP) with its Response.

14.2.2 The testing will be broken down into the following areas identified in this section. The Vendor shall propose how the following areas shall be tested to ensure the New System is operating properly. The Vendor shall provide a complete Acceptance Test Plan – Test List and a sample of procedure of a test from each area. The FATP – Test List will work as the guideline of required tests for the various phases of the process. The Vendor’s response must be broken

Page 125

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

down into the following areas and not be presented in the Vendor’s boilerplate format.

14.2.2.1 Physical

14.2.2.1.1 Reviewing all installation of the Equipment to ensure it meets the requirements of how the Work and Equipment shall be installed.

14.2.2.1.2 These tests will be performed on a Site-by- Site basis and will confirm that Equipment installations comply with all requirements of the Contract Documents.

14.2.2.2 Functional

14.2.2.2.1 Testing of all the normal operating Features and functions of the New System as described in this specification. The functional test must include 100% of the capabilities of the New System.

14.2.2.2.2 The functional testing is expected to include reviewing all of the functions described, and outlined in the Equipment manuals and proposed for the Equipment which comprise the New System offering.

14.2.2.3 Fault

14.2.2.3.1 Testing of the response to fault conditions by the New System to ensure expected reactions to condition.

14.2.2.3.2 The Vendor will allow WSDOT to add up to 25 additional system-wide tests and 5 additional tests on a per Site basis. Additional tests are intended to be non- destructive failure conditions.

14.2.2.4 Stress

14.2.2.4.1 Testing the response of the New System at near capacity levels to ensure expected reactions to condition.

Page 126

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

14.2.2.4.2 The Vendor will allow WSDOT to add up to 10 additional system-wide tests and 5 additional tests on a per location basis.

14.2.2.5 Reliability

14.2.2.5.1 Reliability of the New System is determined by operating the New System for a period of 30 continuous days without a failure that impacts operational performance. Reliability test period will start at the same time as FATP.

14.3 (MS) Coverage Acceptance Test Plan (CATP)

14.3.1 The Vendor shall provide a complete, thorough Coverage Acceptance Test Plan (CATP) with the Response. The coverage test shall cover two methods of testing. Both methods may be used by WSDOT to complete the coverage testing.

14.3.1.1 DAQ Testing

14.3.1.2 RSSI/BER Testing

14.3.2 General Methods

14.3.2.1 The following testing guidelines shall be used by the Vendor. If the Vendor is not able to meet the guidelines, the Vendor shall specify why an alternative method is better or is as effective or allows the New System to be tested in a more time-effective manner.

14.3.3 TSB Compliance

14.3.3.1 The RSSI/BER test shall be in conformance with the Telecommunications Industry Association (TIA) Telecommunications Systems Bulletin TSB-88-B Titled “Wireless Communications Systems – Performance in Noise and Interference – Limited Situations – Recommended Methods for Technology – Independent Modeling, Simulation, and Verification.” TSB-88-B has defined Channel Performance Criterion (CPC) as the specified minimum design performance level in a faded channel, and provides a set of Delivered Audio Quality (DAQ) CPCs that define subjective voice quality performance applicable to both analog voice and digital

Page 127

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

voice systems. As outlined in TSB-88-B, Section 8, automated coverage measurements shall be made at a significant number of test locations chosen at uniformly distributed random test locations throughout the Bounded Coverage Area. Therefore, the Vendor shall provide a map overlay showing grids no greater than 1/2 mile by 1/2 mile tiles evenly over the Bounded Coverage Area.

14.3.4 Test Tiles

14.3.4.1 Vendor shall provide a test tile map based on the coverage requirements of the RFP. The Vendor must provide a test tile map as part of the Response.

14.3.5 Drive Route

14.3.5.1 The drive route shall pass through each tile at least once. The Vendor shall propose a drive route, which will be approved by WSDOT during DDR.

14.3.6 Inaccessible Tiles

14.3.6.1 Inaccessible tiles shall not be graded or counted in the reliability calculations.

14.3.7 Personnel Required

14.3.7.1 The Vendor’s discussion shall provide a list of required people for each test and each person’s function in the test.

14.3.8 DAQ Testing

14.3.8.1 Methodology

14.3.8.1.1 The required DAQ is 3.4, per the TSB-88 standard.

14.3.8.1.2 It is required that the coverage tests measure the ability to receive intelligent speech, both talk-out and talk-in, using a mobile radio as specified in this specification. Both paths shall be evaluated.

Page 128

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

14.3.8.1.3 It is required that test coverage performance be established using a speech intelligibility test that can be performed over the talk-in and the talk-out paths. The tests will be performed by WSDOT-designated personnel as well as the Vendor representatives.

14.3.8.2 Roaming

14.3.8.2.1 Site roaming will be an important part of day-to-day operation and will be factored into the coverage testing process and is an important factor in the ability to make calls. This means that if a radio fails to affiliate with or roam to the proper repeater Site, and the test calls are unsuccessful as a result, the test call fails.

14.3.8.3 Audio Quality

14.3.8.3.1 The Vendor shall supply with this specification an Audio CD with audio representations of the various levels of DAQ. The mobile radio voice testing shall be performed using random sentences read from daily periodicals. Both clear and encrypted voice modes will be tested. Extrapolation of results from tests in one direction to reach conclusions about the other direction will not be acceptable. For talk-in testing, all of the channel configurations used in the test shall be recorded on WSDOT console system recorder. All test locations shall have a method to identify the sample by a location.

14.3.8.4 Documentation

14.3.8.4.1 At the completion of the coverage testing, there shall be a calculation of the number of points that passed the test divided by the total number of points tested multiplied by 100 to determine the percentage of the area coverage. In addition, the coverage tests shall be shown on a map showing the

Page 129

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

test areas that passed in red and the test areas that failed in blue. Test results shall be provided in an electronic format suitable for WSDOT to perform its own analysis and plotting of results. Format shall be determined in System Design Review.

14.3.9 RSSI/BER Testing

14.3.10 Methodology

14.3.10.1 The Vendor shall provide a detailed discussion on the parameter used for the drive test. The parameter should include the test setup, methodology for testing and how the testing methodology simulates actual field conditions. The Vendor should include a detailed discussion on the RSSI and BER levels used for the test and how these values represent the thresholds required by WSDOT. WSDOT will review and approve the test methods.

14.3.11 Data Collection

14.3.11.1 Data collection during the test shall be made by utilizing a test vehicle with an externally mounted antenna on the roof of the vehicle with no other Equipment mounted or installed nearby. Any and all signal measurements shall be made at equal distance intervals throughout the entire coverage area along the drive route. Mean signal measurements shall be an average of at least 50 subsamples averaged over 40 wave lengths during travel. The Vendor shall also measure the bit error rate (BER) simultaneously, along with the signal strength measurements during the test. The measurements shall be correlated with GPS coordinates.

14.3.12 Documentation

14.3.12.1 At the completion of the test, the Vendor shall provide WSDOT with a detailed data copy of the test statistics and in an electronic format. The Vendor shall provide a map depicting the signal strength measured in each grid. The signal strength depiction shall utilize multiple colors for the different signal strength levels measured. In addition, the Vendor shall also indicate the bit error rate (BER) measured within each grid.

Page 130

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

14.4 (M) Subscriber Units Acceptance Testing

14.4.1 Acceptance Testing for mobile radios shall consist of:

14.4.1.1 Delivery of required documentation.

14.4.1.2 Verification of satisfactory installation and operation in the vehicle.

14.4.1.3 Verification of performance including operation in accordance with programming templates and ERP levels.

14.4.2 Acceptance Testing for portable radios shall consist of:

14.4.2.1 Delivery of required documentation.

14.4.2.2 Verification of performance including operation in accordance with programming templates.

14.4.2.3 Verification of delivery of companion chargers and spare batteries.

14.5 (M) Test Phases

14.5.1 Overview

14.5.1.1 The following phases correspond with the Detailed Project Schedule provided in the Response to WSDOT. The goal of the phased testing is to qualify and resolve issues early in the process. The testing will include all items that the Vendor will provide as part of the New System. The Vendor shall use the FATP - Test List in an Excel format to indicate what tests will be completed at which phase in System Design Review.

14.5.2 Testing Process

14.5.2.1 During the implementation of each Pilot System and Region System of the New System, the following tests shall occur:

14.5.2.1.1 Physical

14.5.2.1.2 Functional

Page 131

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

14.5.2.1.3 Fault

14.5.2.1.4 Stress

14.5.2.1.5 Coverage

14.5.2.2 The goal of these areas of testing is to ensure the New System is working as defined in the Contract Documents. In cases in which definition is not provided, the New System is expected to operate in a manner that is consistent with traditional public safety operation.

14.5.2.3 The test will be considered pass if the New System operates as proposed in the RFP. If the test does not operate as proposed the test will be considered failed. WSDOT will have the ability allow a test to pass that has failed, but operates in an acceptable manner.

14.5.2.4 If a test fails, the Vendor shall have 30 days to correct the issue to pass the test. At WSDOT’s discretion, the testing may either proceed to the next area or stop until the issues are corrected.

14.5.2.5 Any punch-listed items that have not been, or cannot be, resolved within the 30-day window as stated above, shall be listed along with the proposed resolution and proposed time frame for completion, which is subject to WSDOT’s approval.

14.5.2.6 The New System will not pass Final System Acceptance with failed items not completed. At WSDOT’s discretion, the New System may pass Final System Acceptance with failed items remaining.

14.5.3 Staging

14.5.3.1 The Vendor shall provide for a staging area at the Vendor’s location to facilitate system assembly and testing. The staging area shall be in a secured facility specifically designed for the staging of large-scale public-safety radio communication systems and Equipment in a climate- and RF-controlled environment.

14.5.3.2 Representatives from WSDOT will attend and participate in the staging event. The Vendor will assemble and stage the New System. WSDOT and Vendor will arrange a mutually agreeable time for the testing event. The

Page 132

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

Vendor shall provide transportation and lodging for two WSDOT representatives to attend the staging testing. Number of trips will be proposed in the Detailed Project Schedule and finalized in System Design Review.

14.5.3.3 The system staging testing process shall simulate as closely as possible the final configuration of the New System with respect to system configuration, talk groups, radio configurations and console configurations.

14.5.3.4 Testing

14.5.3.4.1 Functional – Complete all FATP tests

14.5.3.4.2 Fault – Complete all FATP tests

14.5.3.4.3 Stress – Complete all FATP tests

14.5.3.4.4 Reliability - Complete all FATP tests

14.5.4 Field Tests

14.5.4.1 The Vendor shall facilitate system assembly and testing. All tests will be completed with the Equipment in the final location. Representatives from WSDOT will attend and participate in all of the FATP and CATP activities. WSDOT and Vendor will arrange a mutually agreeable time for the testing event. The system testing process will be with the Equipment in the final configuration of the New System. The Vendor is to provide a presentation describing the staging event and schedule. The presentation will identify what Equipment and how the testing will occur. WSDOT and the Vendor will then proceed through all the testing in the FATP and CATP activities.

14.5.4.2 Pilots and Regions Testing

14.5.4.2.1 Physical – Complete

14.5.4.2.2 Functional – Complete

14.5.4.2.3 Fault – Complete

14.5.4.2.4 Stress – Complete

14.5.4.2.5 Coverage – Complete

Page 133

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

14.5.4.3 Final Statewide Test

14.5.4.3.1 Reliability – 60 continuous days live operation.

14.5.4.3.2 Functional - resolution of punch list items and testing of all mobiles, portables and control stations.

14.5.4.3.3 Fault – 60 continuous days live operation and resolution of punch.

Page 134

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

15 Training

15.1 (M) Overview

15.1.1 The Vendor shall provide WSDOT with comprehensive training on the New System. The training will be divided into five basic sections – System Overview Training, System Management Training, System Technical Training, System Console Training and End User Training (Train the Trainer). Successful training is an important factor in implementing a successful system.

15.1.2 All materials used in the training — written material, computer files, and audio/visual material used for training will be furnished to WSDOT to be used solely for training of people operating on the New System.

15.1.3 As part of the Response, the Vendor shall provide the duration of each class, as well as a class syllabus.

15.2 (M) System Overview Training

15.2.1 Number of Attendees: 20, located in Olympia, Washington

15.2.2 The Vendor shall provide an overview of the New System. The training shall provide an overview of all components of the New System, including the Main Control, System Manager, RF Sites, Console and Subscribers. The training shall provide a brief overview of the operational Features, provisioning and maintenance of the New System.

15.3 (M) System Management Training

15.3.1 Number of Attendees: 10, located in Olympia, Washington

15.3.2 The Vendor shall provide a comprehensive course that provides training for a person to understand and utilize the New System Features and functions, fault components, resolution and reporting capabilities of the all system components, consoles and subscribers. The course goal shall be to train system managers to a level to maintain, operate and monitor the New System, console and subscriber and console operations. The training should occur in accordance to the Exhibit 7, Project Schedule. All courses should be completed on WSDOT Equipment.

Page 135

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

15.4 (M) System Technical Training

15.4.1 Number of Attendees: 10 per session for 3 sessions total, located in Wenatchee, Washington

15.4.2 WSDOT personnel will self-maintain the New System. The Vendor shall provide a comprehensive course that provide the training per Region to provide operational, preventive and corrective maintenance of the New System. The System Technical Training shall be divided into two aspects of training. A complete course that includes a full system operation training on the New System required to provision all aspects of the New System. Secondly, the training required to provide preventive maintenance and provide corrective maintenance of the New System via diagnosis and problem resolution. The courses will be required to be completed in accordance to the Exhibit 7, Project Schedule. All courses should be completed on WSDOT Equipment.

15.4.3 The Vendor shall outline what is their normal level of certification required for a maintenance shop that would have a system of WSDOT’s size and complexity.

15.5 (M) System Console Training

15.5.1 Number of Attendees: 10 per session, 18 sessions total, located at the TMCs.

15.5.2 The Vendor shall provide a comprehensive course that provides the training required to operate the consoles. The training should provide a comprehensive overview of how to operate the console with significant hands-on time to allow the operator to become familiar with the console and WSDOT’s console configuration of the console. All course work should be completed on WSDOT Equipment.

15.6 (M) Subscriber End User Training (Train the Trainer)

15.6.1 Number of Attendees: 40 per session 3 sessions, located in Wenatchee, Washington, Olympia, Washington and Spokane, Washington.

15.6.2 The Vendor shall provide a comprehensive course that provides the training required to train people to operate the subscriber Equipment and be capable of training other users how to operate

Page 136

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

the Equipment. The training should provide a comprehensive overview of how to operate the subscriber Equipment as it will be configured for WSDOT. The course provides the attendee a review and understanding of the standardize training course which WSDOT will provide. The subscriber operators training should be completed in one day. All course work should be completed on WSDOT Equipment.

Page 137

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

16 Warranty

16.1 (M) Equipment Covered

16.1.1 The Vendor shall warrant all Equipment and Services provided by the Vendor under the Contract.

16.1.2 Vendor shall clearly identify those items covered under each warranty agreement, and clearly identify conditions that are not included or conditions that would invalidate any of the warranties.

16.2 (M) Warranty Conditions

16.2.1 The Vendor shall be responsible for the repair or replacement of Equipment provided or installed under the Contract, in like new operating condition over the life of the applicable warranty period.

16.2.2 The Vendor shall warrant all materials, workmanship, and the successful operation of all Equipment supplied by the Vendor. If any defects in material, functionality or workmanship occur within the warranty period, including, but not limited to, non-conformance with the applicable RFP Specification, the Vendor's response to the specification or the Vendor’s published specifications, whichever is most stringent, the Vendor shall determine the cause of failure; remove, repair or replace any defective part or parts or software; deliver and reinstall the part or software; and place the Equipment back into service at the Vendor’s sole cost and expense.

16.3 (MS) Warranty Period

16.3.1 Vendor shall warrant Equipment for a period of four (4) years after System Acceptance of the first Region as illustrated in the table below. The dates used in the below example are for the limited purpose of providing an example of the warranty periods and do not necessarily represent the actual warranty periods.

Region System Acceptance Warranty Commencement Warranty Termination Date Date Date Northwest July 23, 2018 July 23, 2018 July 23, 2022 North Central August 10, 2018 August 10, 2018 July 23, 2022 Olympic April 3, 2019 April 3, 2019 July 23, 2022 Southwest May 30, 2019 May 30, 2019 July 23, 2022 South Central June 22, 2020 June 22, 2020 July 23, 2022 Eastern October 2, 2020 October 2, 2020 July 23, 2022

Page 138

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

Table 16-1 Example Warranty Period

16.4 (M) New Equipment

16.4.1 The Vendor shall warrant to WSDOT that the Equipment to be delivered shall be new, not remanufactured, and that it shall conform to these requirements and be free from defects in materials and workmanship. The Vendor shall warrant capable of satisfactory performance under WSDOT’s operating conditions at specified Equipment rating and capacity and conformance with this specification, the Vendor response to this specification or the Vendor’s published specifications, whichever is most stringent.

16.5 (M) Lemon Rule

16.5.1 If during the Warranty period Equipment is found not to meet the warranty specified including repeated failures of the same components or units and nonconformance with the specification, the Vendor shall correct any defect or replace any unit that exhibits more than three instances of failure. Should the repeated failures be the result of a design defect, the Vendor shall replace all involved Equipment.

16.6 (M) Software and Hardware Replacement

16.6.1 The Vendor is responsible, at its cost and expense, for the installation and support of software manufacturer-recommended Enhancements for all WSDOT Equipment. The Vendor is responsible for coordination with the original Equipment manufacturer (OEM) or software developer(s) (if not the Vendor) during the Vendor’s warranty period. The Vendor will be required to provide a plan and methodology for each Enhancements that shall be subject to WSDOT’s approval. Any plan must include, but not be limited to, timeliness, effect on service, testing and fallback options. If physical software/hardware Equipment Enhancements must be performed by the OEM, the Vendor shall be responsible for coordinating all aspects of the Enhancements and ensuring compatibility and continued performance, with all components of the New System.

16.7 (M) Subscriber Units

Page 139

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

16.7.1 Each mobile, portable and control station unit shall be warranted against any failure for a period of two (2) years from the date it is placed in service. Vendor shall provide the option to purchase additional years, years three (3) and four (4), of warranty service.

16.7.2 Warranty support will be depot level support. Vendor will be responsible for shipping costs of defective radios sent to, and returned from, its depot service location.

16.7.3 Radios sent in for warranty service must be returned to WSDOT no longer than Twenty (20) Business Days from receipt of the radio at the Depot Service location.

16.7.3.1 Service for mobile and control station units shall include preliminary testing at the Vendor’s depot service location and, if needed, removal and reinstallation from and into the vehicle or place of use.

16.7.3.1.1 Such defective components, unless damaged beyond the warranty limits, shall be replaced in accordance with the Vendor system warranty terms. Vendor system warranty terms shall be provided as part of the response.

Page 140

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

17 Maintenance

17.1 (M) Overview

17.1.1 WSDOT plans to operate the New System for 15 years from Final System Acceptance. WSDOT’s goal is to manage the New System, but have the Vendor provide warranty, telephone technical support, spare Equipment, depot repairs and possibly component upgrades to allow the New System to reliably provide the operational Features and functions over the life of the New System. WSDOT has historically been a “self-maintained” radio facility. It is expected that this will continue to be the case.

17.2 (M) Equipment Covered

17.2.1 WSDOT is self-maintained and will maintain all Equipment provided by the Vendor under the Contract.

17.3 (MS) Maintenance Resources

17.3.1 Service Technicians

17.3.1.1 The Vendor shall include in the response a list of recommended qualifications for service technicians.

17.3.1.2 The Vendor shall outline the required courses to maintain the New System and the required refresh period for the training that will be required of the technicians.

17.3.2 Technical Support

17.3.2.1 WSDOT will require 24/7 telephone technical support. The Vendor shall outline the level, method and location of the factory support that will be provided to the local service presence. The discussion should detail how issues are escalated and on what criteria those issues are escalated.

17.3.3 Monthly Service Meetings

17.3.3.1 WSDOT may, at its sole discretion, require a monthly meeting with the Vendor to discuss the implementation

Page 141

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

of the Contract, to discuss specific radio repair issues and to resolve any outstanding radio repair issues.

17.3.4 Database

17.3.4.1 The Vendor shall be responsible for providing an accurate database of all base stations, control stations, mobile, portables and other associated Equipment that is part of New System. The database should identify warranty start and end dates for all Equipment. Such a database will be available to WSDOT upon request electronically in Microsoft Excel format.

17.3.5 Depot Repair

17.3.5.1 System Components

17.3.5.1.1 WSDOT will require Equipment to be repaired within Twenty (20) Business Days from receipt of the Equipment at the Depot Service location. Depot Repair must be available for all system components on the New System. The items that have available depot repair services must be clearly indicated on the spares list.

17.3.5.1.2 The Vendor shall provide a list of all items that are not supported via Depot Repair.

17.3.5.1.3 WSDOT will pay for all out-going shipping required for Depot Repair, the Vendor shall pay the shipping back to the originating WSDOT shipping location.

17.3.5.2 Subscribers

17.3.5.2.1 WSDOT will require Equipment to be repaired within ten (10) Business Days from receipt of the Equipment at the Depot Service location.

17.3.5.2.2 WSDOT will pay for all out-going shipping required for Depot Repair, the Vendor shall pay the shipping back to the WSDOT facility.

17.3.6 Timeline

Page 142

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

17.3.6.1 Vendor shall provide Maintenance Resources for ten (10) years after Final System Acceptance or end of warranty, whichever comes later.

17.3.7 Cost

17.3.7.1 Vendor shall provide pricing for all Maintenance Resources, in one (1) year increments, for a total of ten (10) years after Final System Acceptance.

17.3.7.2 Vendor shall provide itemized pricing for all system components covered by Depot Repair in one (1) year increments, for a total of ten (10) years after Final System Acceptance.

17.4 (M) Obsolescence

17.4.1 If any New System component is not repairable and/or discontinued, and spare parts are no longer available during the first 10 years from Final System Acceptance, the Vendor will replace the New System component and any affected New System components with components of equal or better quality and functionality at no cost to WSDOT.

17.4.2 The Vendor shall indicate on the spares list the expected life of each spare.

17.5 (MS) Spares

17.5.1 The Vendor shall supply provide a list all recommend parts which WSDOT should keep in inventory per Region to provide corrective maintenance. The spare parts must include at least on spare of each piece of Equipment within the Region. Vendor shall supply one (1) spare of each specific frequency Equipment, including a tunable three channel transmit combiner, receive multicoupler, and duplexer. Antennas shall not be included in the spare Equipment list.

17.5.2 The spares will be used in the case of corrective maintenance. The Vendor must indicate on the list of spare Equipment whether Depot Repair supports the item.

17.5.3 The Vendor shall notify WSDOT twelve (12) months prior to a component on the New System being discontinued. No component

Page 143

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

on the New System shall be discontinued in the first three (3) years after Final System Acceptance.

17.5.4 The Vendor shall supply a list of all recommended test Equipment that WSDOT will utilize to perform maintenance on the New System. Test Equipment shall be identified as pertaining to subscriber radios, infrastructure, or both.

17.5.5 The Vendor shall provide a list of hardware and software, other than spare parts and test Equipment, required to manage and maintain the New System and ensure interconnectivity is functioning properly.

17.6 (M) Scheduled Maintenance

17.6.1 WSDOT shall undertake a preventative scheduled maintenance program for the inspection and evaluation of the New System.

17.6.2 The Vendor shall provide a list of Equipment that requires preventative maintenance.

17.6.3 The Vendor must describe the scheduled preventive maintenance for monthly, quarterly, bi-annual, and yearly maintenance for the New System.

17.7 (M) Corrective Maintenance

17.7.1 WSDOT will perform all corrective maintenance. It is expected the maintenance technical training with telephone support will provide the necessary skills to diagnose and repair all issues on the New System via spares located per Region.

Page 144

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

18 Upgrades

18.1 (M) Overview

18.1.1 WSDOT plans to operate this system for a minimum of 15 years or more after Final System Acceptance. WSDOT acknowledges that it is likely many of the major components have hardware and software lives much shorter than the anticipated life of the New System. The Vendor shall describe in detail how WSDOT is to ensure the New System can operate for a minimum of 15-years after Final System Acceptance. Include in this detailed description the programs for the New System to be upgrade. The Vendor shall provide programs to maintain the functional aspects of the New System, supportability and serviceability. The description of the program should describe conflicts that over time might arise, such as hardware incompatibility or software upgrade program. The program description should clearly define how those issues are resolved.

18.2 (M) Functionality/Serviceability/Supportability Final Acceptance Upgrade

18.2.1 At the time of Final System Acceptance, the Vendor is responsible, at its cost, to ensure the entire New System is operating at a common software version, which is not greater than one year from the release date. It is expected that the initial Regions that are installed will require software and, as needed, associated hardware updates to ensure a common system software revision for all system components at Final System Acceptance. All cost to achieve this requirement will be the responsibility of the Vendor.

18.3 (D) Upgrade Plans (Optional)

18.3.1 As an option, each Vendor shall include upgrade plans after the expiration of the warranty period. The Vendor shall propose additional hardware and software options, in one (1) -year increments, for ten (10) years after the warranty period. The purchasing of any of the upgrade plans shall be at WSDOT’s sole discretion.

18.3.2 Software (Optional) – The software upgrade program is to provide WSDOT with software upgrades only when required to ensure

Page 145

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

continued functionality, serviceability and supportability. It is required that the upgraded software will provide the same functionality to the New System as the earlier version of software. It is WSDOT’s intent to maintain software upgrades on a regular basis as opposed to large upgrades at a later date.

18.3.3 Hardware (Optional) – The hardware upgrade program is to provide WSDOT with hardware upgrades only when required to ensure continued functionality, serviceability and supportability. It is required that the hardware would provide the same functionality to the New System as the earlier version. It is WSDOT’s intent to maintain hardware upgrades on a regular basis as opposed to large upgrades at a later date.

Page 146

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

19 New System Documentation

19.1 (M) RFP Response Documentation

19.1.1 Accompanying the Response to this RFP, the Vendor shall provide the list of all manuals that will be provided for the New System.

19.1.2 The Vendor shall provide specification sheets for all Equipment provided with the New System.

19.1.3 The Vendor shall provide, in its response to the specification, current hard copies and, if available, soft copies on disk, of all the manuals for the Vendor’s Equipment for the portions of the New System that the users/operator will interface. The Vendor will clearly indicate those components that do not have a manual available.

19.2 (M) System Design Review

19.2.1 As a result of System Design Review, the Vendor shall supply the following documentation within ten (10) Business Days of System Design Review Acceptance. The documentation shall be provided in .pdf and the software in native program.

19.2.2 Manuals

19.2.2.1 Complete and current set of three (3) hard copies, and one electronic copy of operating manuals, installation manuals, service and maintenance manuals and programming manuals for the Vendor’s and OEM Equipment to be installed on the New System.

19.2.3 System Documentation

19.2.3.1 Overall system layouts, architecture, and its operating and failure modes.

19.2.3.2 System block diagrams.

19.2.3.3 Radio propagation coverage maps and associated data for each map produced.

19.2.3.4 Network Diagram, including interconnect requirements, routing schemes, and IP address requirements.

Page 147

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

19.2.4 Site Documentation

19.2.4.1 Typical Site layouts and floor plans of all Equipment configurations, including the Main Control Site(s), console locations, and RF Sites.

19.2.4.2 Rack face drawings of all Equipment configurations, including the Main Control Site(s), console locations, and RF Sites.

19.2.5 Acceptance Test Documentation

19.2.5.1 FATP

19.2.5.2 CATP

19.3 (M) Detailed Design Review

19.3.1 As a result of each Region’s Detailed Design Review, the Vendor shall supply the following documentation within ten (10) Business Days of Detailed Design Review and acceptance. The documentation shall be provided in .pdf and the software native program.

19.3.2 Manuals

19.3.2.1 Complete and current set of three (3) hard copies, and one (1) electronic copy of operating manuals, installation manuals, service and maintenance manuals and programming manuals for the Vendor’s and OEM Equipment to be installed on the New System.

19.3.3 System Documentation

19.3.3.1 Overall system layouts, architecture, and its operating and failure modes.

19.3.3.2 System block diagrams.

19.3.3.3 Radio propagation coverage maps and associated data for each map produced.

19.3.3.4 Network Diagram, including interconnect requirements, routing schemes, and IP address requirements.

Page 148

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

19.3.3.5 Documentation of final programming configuration for all software programmable Equipment.

19.3.3.6 A soft copy and printed copy of all Equipment programming templates used in the New System.

19.3.3.7 A soft copy and printed copy of all subscriber programming used on the New System.

19.3.4 Site Documentation

19.3.4.1 Specific Site layouts and floor plans of all Equipment configurations, including the Main Control Site(s), console locations, and RF Sites.

19.3.4.2 Rack face drawings of all Equipment configurations, including the Main Control Site(s), console locations, and RF Sites.

19.3.4.3 Drawings showing location of antenna, transmission line and mounting apparatus on each tower, cable ladder and entrance port.

19.3.4.4 Interconnect drawing/documentation that shows the New System interconnect to the WSDOT interconnect Equipment.

19.3.5 Acceptance Test Documentation

19.3.5.1 Region-specific FATP

19.3.5.2 Region-specific CATP

19.4 (M) Regional Acceptance

19.4.1 As-Built Drawings

19.4.1.1 Thirty (30) calendar days after Regional Acceptance and if necessary thirty (30) calendar days prior to Final System Acceptance, the Vendor shall supply a complete set of “as-built” drawings to WSDOT’s Project Manager. Vendor shall provide appropriate media in the original software format, including AutoCAD, Excel and Word for drawings, spreadsheets, and text. At a minimum, the following “as-built” documentation shall be included in each set:

Page 149

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

19.4.2 As-Built System Documentation

19.4.2.1 Project-specific system manual that describes the overall system layouts, architecture, and its operating and failure modes.

19.4.2.2 System block diagrams.

19.4.2.3 Documentation of final programming configuration for all software programmable Equipment.

19.4.2.4 A soft copy and printed copy of all Equipment programming templates used in the New System.

19.4.2.5 A soft copy and printed copy of all subscriber programming used on the New System.

19.4.3 As-Built System Inventory

19.4.3.1 A complete inventory of all provided Equipment and software in printed form and in the latest version of Microsoft Excel. For each piece of Equipment, the Vendor shall provide the following information:

19.4.3.2 An updated list of the location of the Equipment (building, department, vehicle number) and entity operating the piece of Equipment.

19.4.3.3 An updated list of model numbers, serial numbers and version numbers of each piece of Equipment.

19.4.4 As-Built Site Documentation

19.4.4.1 Specific Site layouts and floor plans of all Equipment configurations, including the Main Control Site(s), console locations, and RF Sites.

19.4.4.2 Rack face drawings of all Equipment configurations, including the Main Control Site(s), console locations, and RF Sites.

19.4.4.3 Drawings showing location of antenna, transmission line and mounting apparatus on each tower, cable ladder and entrance port.

Page 150

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

19.4.4.4 Interconnect drawing/documentation that shows the New System interconnect to the WSDOT interconnect Equipment.

19.4.5 Acceptance Test Documentation

19.4.5.1 Vendor-generated, Site-specific test data collected during installation and optimization.

19.4.5.2 Complete copies of all acceptance test data with acceptable tolerances and all recorded measurements.

19.4.5.3 Radio propagation coverage maps and associated data for each map produced.

19.4.5.4 Coverage acceptance test documentation.

Page 151

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

20 Pricing

20.1 (M) Overview

20.1.1 The Vendor shall provide its best pricing. Any discounts, trade-ins, cost incentives or signing bonuses the Vendor intends to offer should be contained in the Price Proposal. Vendor shall not include any price information in the Specification Response Guide submittal.

20.2 (MS) Submittal

20.2.1 The Vendor shall submit all pricing for its Response in accordance with the Pricing Worksheets set forth in Appendix 5 to the RFP. The Pricing Worksheets serve as the basis for the offered pricing of all Equipment and all Services including, but not limited to, Equipment delivery, freight, installation, programming, optimization, project management, engineering, training, testing, Vendor travel and per- diem, supplies, etc. Submission of a Response shall be conclusive evidence that the Vendor has investigated and is satisfied as to the conditions to be encountered in performing the Work.

20.2.2 All pricing should be input into the Excel Price Worksheets (Appendix 5 to the RFP) and carried to the summary page provided therein. The Vendor should add additional worksheets as needed. The Vendor shall provide as much detail to properly represent the Equipment including Equipment model names, supplier names and model numbers for third-party Equipment, etc. The Vendor should clearly and effectively communicate system concept, infrastructure configuration and user Equipment options. Pricing should reflect both system and component level costs. WSDOT reserves the right to modify quantities contingent on final receipt of FCC licensing.

20.2.3 The required Pricing Worksheets listed below are provided in Appendix 5 – Pricing Proposal Worksheets.

20.2.3.1 System Cost

20.2.3.1.1 The Vendor should provide a worksheet that rolls up the total pricing for the New System.

20.2.3.2 Main Control Sites

Page 152

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

20.2.3.2.1 The Vendor shall provide the cost of the Equipment at the Main Control Site in the various systems. Traditionally, these Sites will be located at the hub Sites of each Region.

20.2.3.3 Remote Sites

20.2.3.3.1 The Vendor should provide the cost of the Equipment at the radio Sites to provide a complete and operating system that meets the requirements of the RFP Specification. The pricing should show proposed Equipment, recommended spares and optional additional items.

20.2.3.4 Console Locations

20.2.3.4.1 The Vendor should provide the cost of the Equipment at the various consoles locations at the TMC’s and EOCs. The pricing should show proposed Equipment, recommended spares and optional additional items.

20.2.3.5 Services

20.2.3.5.1 The Vendor should provide the Services that are required for installation of the New System. The Service costs will include Project Management, Engineering, Testing and Training Services. The pricing should also include optional additional services.

20.2.3.6 Warranty and Maintenance

20.2.3.6.1 The Vendor should provide the Warranty for the System for a period of four (4) years from System Acceptance of the first Region installed.

20.2.3.6.2 Vendor shall provide pricing for all Maintenance Resources, as stated in section 17, in one (1) year increments, for a total of ten (10) years after Final System Acceptance.

Page 153

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

20.2.3.7 Options – Upgrade

20.2.3.7.1 The Vendor should provide the Upgrades to software and hardware for a period of ten (10) years from Final System Acceptance. Options will not be included in the New System rolled up costs.

20.2.3.8 Options

20.2.3.8.1 The Vendor should provide pricing for spares listed as well as other system Equipment. The pricing should also include additional optional Features the Vendor would like to propose. Options will not be included in the New System rolled up costs.

20.2.3.8.2 The Vendor should provide pricing for test Equipment and other hardware and software recommended in section 17.5.4 and 17.5.5. Options will not be included in the New System rolled up costs.

20.2.3.9 Subscribers

20.2.3.9.1 The Vendor should provide the cost of the subscribers as described in the RFP Specification on a per unit basis.

20.2.3.10 Subscriber installation

20.2.3.10.1 The Vendor shall provide the costs per the mobile classifications as described.

20.2.3.11 Subscriber Extended Warranty

20.2.3.11.1 The Vendor should provide the cost of extending the Subscriber warranty for additional for years three (3) and four (4).

20.3 (MS) Payment Schedule

20.3.1 New System Payment Schedule

Page 154

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

20.3.1.1 The Vendor shall adhere to the following New System payment schedule or propose in its Response if an alternative schedule is proposed and provide justification for why the below schedule will not be adequate. WSDOT is not obligated to accept the proposed alternative schedule. The proposal of an alternative schedule will be considered during the evaluation process.

Page 155

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

Category Milestone

System Design Review 5%

PILOT SYSTEM - 1 (NCR) Detailed Design Review 3% Ship Equipment 3% Acceptance and Cutover 4% NORTH CENTRAL REGION

Detailed Design Review 3%

Ship Equipment 3% Acceptance and Cutover 4% PILOT SYSTEM - 2 (NWR) Detailed Design Review 3% Ship Equipment 3% Acceptance and Cutover 4%

NORTHWEST REGION Detailed Design Review 3% Ship Equipment 3% Acceptance and Cutover 4% OLYMPIC REGION Detailed Design Review 3%

Ship Equipment 3%

Acceptance and Cutover 4% SOUTHWEST REGION Detailed Design Review 3% Ship Equipment 3% Acceptance and Cutover 4% SOUTH CENTRAL REGION

Detailed Design Review 3%

Ship Equipment 3% Acceptance and Cutover 4% EASTERN REGION Detailed Design Review 3% Ship Equipment 3% Acceptance and Cutover 4%

Statewide Final Statewide System Acceptance 15% Table 20-3 New System Payment Schedule

20.3.2 Subscriber Payment Schedule

20.3.2.1 Payments for Subscriber Equipment and accessories will be made upon delivery of the Subscriber to the WSDOT location identified in the Detailed Design Review.

Page 156

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

20.3.2.2 Payments for Subscriber Equipment installation shall be made after installation and acceptance and installation documentation has been received and verified by WSDOT. Vendor shall utilize a WSDOT-provided installation document.

20.3.3 Volume Discounts

20.3.3.1 Vendor shall provide any volume or quantity discounts for Subscribers and accessories. Discounts shall include, but not be limited to, additional percentages off the price of each tier Subscriber identified in Appendix 5- 1 Subscribers TAB Subscriber section. Vendor shall also provide any additional quantity discounts it may offer for Subscribers by identifying the quantity and the delivery terms in the description section in Appendix 5-1 Subscribers TAB Additional Quantity Discounts section.

Page 157

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

21 Exhibits

21.1 Exhibit 1, Site Information

21.1.1 See attached spreadsheet

21.2 Exhibit 2, Frequency Information

21.2.1 See attached spreadsheets

21.3 Exhibit 3, System Interconnects

21.3.1 See attached figures and spreadsheets

21.4 Exhibit 4, Mobile Installations

21.4.1 See attached pdf.

21.5 Exhibit 5, WSDOT Installation Standards and Practices – Floor Plans

21.5.1 See attached pdf.

21.6 Exhibit 6, WSDOT Installation Standards and Practices – Grounding

21.6.1 See attached pdf.

21.7 Exhibit 7, Project Schedule

21.7.1 See attached schedule

21.8 Exhibit 8, Bounded Coverage Area

21.8.1 See attached map and .shp file

Page 158

Replacement of WSDOT Statewide Land Mobile Radio System – Appendix 2 RFP-2017-0920 ACQ

This page left intentionally blank.

Page 159