105
Solicitation R1426611P1 Fire Station Alerting System Bid Designation: Public Broward County Board of County Commissioners %LG 53 %URZDUG &RXQW\ %RDUG RI &RXQW\ &RPPLVVLRQHUV $0 S Exhibit 1 Page 1 of 105

Solicitation R1426611P1 Fire Station Alerting System Bid ...cragenda.broward.org/docs/2016/CCCM/20160315_487/21526_RFP R1426611… · Specifications – R1426611P1 – Fire Station

  • Upload
    others

  • View
    12

  • Download
    0

Embed Size (px)

Citation preview

Solicitation R1426611P1

Fire Station Alerting System

Bid Designation: Public

Broward County Board of County Commissioners

Exhibit 1 Page 1 of 105

Bid R1426611P1Fire Station Alerting System

Bid Start DateBid End DateQuestion & Answer End Date

-357-

5 years

120 days

Bid CommentsBroward County, Florida (County), invites Vendors to respond with a proposal to replace the current Zetron fire station alerting (FSA) system to support current and future fire department alerting needs. The new FSA

proposed public safety microwave, and Project 25 (P25) trunked radio system communications infrastructure, and will provide end user departments the option of enhanced fire station functions.BackgroundBroward County provides fire department dispatching services to the Broward County Sheriff s Office (BSO) Department of Fire Rescue, and municipal fire departments throughout the county. At this time, 106 fire stations are alerted and dispatched by the County. Dispatch operations are conducted from three public safety answering points (PSAPs), geographically located in the north, central, and south areas of the county, with specific station alerting and dispatching responsibilities assigned to each PSAP.License RequirementsThe prime contractor should provide evidence of licensure to the County.

County/State License Requirements: In order to be considered a responsive and responsible Vendorfor the Scope of Work set forth in this solicitation, the Vendor must possess a specified license at thetime of submittal (refer to special instructions for requirements).

Questions and Answers: The County provides a specified time for Vendors to ask questions and seekclarification regarding the requirements of the solicitation. All questions or clarifications inquiries must besubmitted through BidSync by the date and time reference in the solicitation document (including anyaddenda). The County will respond to all questions via BidSync.

Vendor's solicitation response must be submitted electronically through BidSync. It is the Vendor's soleresponsibility to assure its response is submitted and received through BidSync by the date and timespecified in the solicitation. The County will not consider solicitation responses received by other means.Vendors are encouraged to submit their responses in advance of the due date and time specified in thesolicitation document. In the event that the Vendor is having difficulty submitting the solicitation documentthrough BidSync, immediately notify the Purchasing Agent and then contact BidSync for technicalassistance.

Item Response Form

Exhibit 1 Page 2 of 105

R1426611P1--01-01 -1 lump sum

Broward County Board of County CommissionersTL0018

CENTER, RM.

Qty 1 Expected Expenditure

Description

functions over both Ethernet (Internet Protocol [IP]) connectivity and/or data radio transmission, and provides for dispatch operator announcements over a designated fire voice radio talkgroup on the proposed Broward County P25 public safety radio system. FSA system shall be compatible with the proposed P25 radio system dispatch consoles and interface with the current Motorola PremierOne CAD system for automatic incident data transfer between the CAD and FSA systems. The proposed FSA system shall accommodate three PSAPs with a total of 11 fire dispatch positions; shall be capable of alerting 125 stations or companies; and shall be expandable to accommodate 150 stations or companies and 15 fire dispatch positions (five per PSAP). FSA shall include annual warranty and maintenance beginning at final testing and acceptance and all perpetual software licensing as described Exhibit A -Specification. Pricing should reflect the vendors complete "turnkey" Fire Station Alerting System as described in their responses to the Evaluation Criteria question Number 2 - Project Approach and Appendix C.

Exhibit 1 Page 3 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page i

TABLE OF CONTENTS

1. Project Overview ............................................................................................................ 1

1.1. Introduction ........................................................................................................................1

1.2. Background .........................................................................................................................1

1.3. Overview ............................................................................................................................2

1.4. Overview of this Document .................................................................................................3

1.5. Project Summary .................................................................................................................4

1.6. Quality Assurance and Coordination ....................................................................................4 1.6.1. Standards and Guidelines ............................................................................................................. 4 1.6.2. Frequency Coordination and Licensing ......................................................................................... 5 1.6.3. Project Management .................................................................................................................... 5 1.6.4. QA/QC Program ............................................................................................................................ 8

1.7. Preliminary Design (45 days after contract award) ...............................................................9

1.8. Final Design (90 days after contract award) ........................................................................ 10

1.9. System Staging, Delivery, and Installation .......................................................................... 10

1.10. Final System Acceptance ................................................................................................... 11

2. Fire Station Alerting System .......................................................................................... 11

2.1. General Requirements ....................................................................................................... 11 2.1.1. System Description ..................................................................................................................... 11 2.1.2. General System Requirements .................................................................................................... 12 2.1.3. Redundancy ................................................................................................................................ 12 2.1.4. Security ....................................................................................................................................... 13 2.1.5. Applicable Standards .................................................................................................................. 13

2.2. Dispatch Operations .......................................................................................................... 13

2.3. FSA Communications Systems ........................................................................................... 15 2.3.1. Station Alerting Encoder and System Requirements ................................................................... 15 2.3.2. Voice Communications ............................................................................................................... 16 2.3.3. System Security and Monitoring ................................................................................................. 17 2.3.4. Backup Power ............................................................................................................................. 17 2.3.5. Power Requirements .................................................................................................................. 18

2.4. Full Duplex Base Station and Antennas .............................................................................. 18 2.4.1. General Information ................................................................................................................... 18 2.4.2. Base Station Requirements ......................................................................................................... 18

2.5. Antenna Systems .............................................................................................................. 19 2.5.1. General Requirements ................................................................................................................ 19 2.5.2. Antenna Installation ................................................................................................................... 21

2.6. FSA Station Equipment ...................................................................................................... 22

Exhibit 1 Page 4 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page ii

2.7. Station Zoning ................................................................................................................... 24

2.8. Incident Display Board ....................................................................................................... 26

3. Network Management System ...................................................................................... 26

3.1. Network Management Terminals ...................................................................................... 27

3.2. Remote Terminal Units ...................................................................................................... 30

4. Training ........................................................................................................................ 31

5. Warranty, Maintenance, and Support ........................................................................... 33

5.1. Warranty .......................................................................................................................... 33

5.2. LifeCycle Cost .................................................................................................................... 33

5.3. Maintenance ..................................................................................................................... 34 5.3.1. General Requirements ................................................................................................................ 34 5.3.2. Maintenance Standards .............................................................................................................. 36

5.4. Parts Availability ............................................................................................................... 36

5.5. Spare Equipment ............................................................................................................... 36

6. System Implementation, Testing, and Acceptance ......................................................... 37

6.1. General ............................................................................................................................. 37

6.2. Cutover Plan ..................................................................................................................... 37

6.3. Staging .............................................................................................................................. 38

6.4. System Installation ............................................................................................................ 39

6.5. Final Acceptance Testing ................................................................................................... 40

6.6. 30-day Operational Test .................................................................................................... 41

6.7. As-built Documentation .................................................................................................... 41

6.8. System Acceptance ........................................................................................................... 41

Appendix A - Compliance Matrix (To be completed in Excel)

Appendix B - Site Information

Appendix C - Pricing Sheets (To be completed in Excel)

Exhibit 1 Page 5 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 1

1. PROJECT OVERVIEW 1.1. INTRODUCTION Broward County, Florida (County), invites Vendors to respond with a proposal to replace the current Zetron fire station alerting (FSA) system to support current and future fire department alerting needs. The new FSA system will be interfaced with the existing Motorola PremierOne™ computer aided dispatch (CAD) system, proposed public safety microwave, and Project 25 (P25) trunked radio system communications infrastructure, and will provide end user departments the option of enhanced fire station functions. 1.2. BACKGROUND The County provides fire department dispatching services to the Broward County Sheriff’s Office (BSO) Department of Fire Rescue, and municipal fire departments throughout the county. At this time, 106 fire stations are alerted and dispatched by the County. Dispatch operations are conducted from three public safety answering points (PSAPs), geographically located in the north, central, and south areas of the county, with specific station alerting and dispatching responsibilities assigned to each PSAP. The current FSA system is the Zetron Model 26/6 system. This system utilizes the Zetron Model 26 station encoder at each PSAP. Dispatch data is routed via the County’s microwave system to an ultra high frequency (UHF) T-Band base station located at the County’s Public Safety Building tower site. Dispatch voice audio is routed to the countywide trunked radio system and is broadcast on designated dispatch talkgroups. Fire station equipment consists of a Model 6 station unit, interfaced to a UHF radio for station alerting functions and an 800 megahertz (MHz) trunked radio for voice messages. Individual fire stations have public address (PA) systems, station zoning, and other custom features installed in each station, based upon individual department and station requirements. Zetron has indicated that the Model 6 station unit has reached end-of-life and has been superseded by a newer model. Zetron further has advised the County that the Model 26 encoder will reach end-of-life in 2020. The County has decided to upgrade the FSA system, which may be done as a part of the overall replacement of the trunked radio, microwave, and paging systems, or may be done separately. The County is responsible for the installation, operation, and maintenance of the encoding and radio transmission system only. This system includes the Motorola PremierOne™ CAD system, the interface between the CAD system and the Zetron encoders, and transport to the UHF transmitters and trunked radio system infrastructure. Individual departments and stations are responsible for the procurement, configuration, and maintenance of all radio and FSA

Exhibit 1 Page 6 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 2

equipment residing at the fire stations. Broward County will purchase and implement the encoder equipment, as well as the interfaces to the CAD and radio systems. Fire station equipment will be the responsibility of the individual jurisdictions and departments to purchase and implement. However, in order to obtain best pricing, this RFP includes a basic fire station package, which is to be priced by the Vendors, and the pricing shall be extended to all municipal, tribal, and industrial jurisdictions and fire departments in the county. Research indicates that current technology FSA systems are capable of both wireless-based and local/local area network (LAN)-based alerting. It is intended that the County will provide wide area network (WAN)/LAN hub connection facilities at each PSAP. This is to accommodate any department desiring WAN/LAN/Ethernet connectivity between the PSAP and their fire station(s). 1.3. OVERVIEW

It is the intent of this solicitation to engage a Vendor qualified to provide an FSA system utilizing the latest features and technologies as outlined in the specifications.

Broward County is seeking a comprehensive system that alerts the stations with station

toning and station functions over both Ethernet (Internet Protocol [IP]) connectivity and/or data radio transmission, and provides for dispatch operator announcements over a designated fire voice radio talkgroup on the proposed Broward County P25 public safety radio system.

The new FSA system shall be compatible with the proposed P25 radio system dispatch

consoles and interface with the current Motorola PremierOne™ CAD system for automatic incident data transfer between the CAD and FSA systems.

The proposed FSA system shall accommodate three PSAPs with a total of 11 fire

dispatch positions; shall be capable of alerting 125 stations or companies; and shall be expandable to accommodate 150 stations or companies and 15 fire dispatch positions (five per PSAP).

The FSA system shall be configurable and flexible, allowing customization to meet the

specific needs of each station or company.

All system products proposed shall be commercially available and use industry-standard hardware, software, applications, and programming languages.

All proprietary system components shall be identified.

Exhibit 1 Page 7 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 3

The FSA system shall be configurable and expandable by Broward County personnel with vendor-provided training. The proposed FSA system must meet the requirements provided herein.

There is no existing IP network connecting the three Broward County PSAPs and the

106 fire stations that will need to be alerted. The County seeks approaches that can leverage an over-the-air interface, either through a conventional channel or through the P25 data platform. Landline IP-based solutions are preferred as a secondary option for station connectivity, thus providing an option for those stations willing to invest in network connectivity.

1.4. OVERVIEW OF THIS DOCUMENT

This section provides a high-level overview of all sections of this specifications document.

Section 1, Project Overview – Provides background information and a general

overview of the requirements contained in this specifications document.

Section 2, Instructions to Vendor – Provides instructions to Vendors regarding the proposal.

Section 3, Fire Station Alerting System – Provides requirements for the FSA system.

Section 4, Network Management System – Provides requirements for the network

management system (NMS), including terminal locations, system alarms, and site alarms.

Section 5, Training – Provides requirements for training programs to be developed

by the Vendor.

Section 6, Warranty, Maintenance, and Support – Provides requirements for the warranty, extended warranty, maintenance, and support of the proposed system and subsystems.

Section 7, System Implementation, Testing, and Acceptance – Provides

requirements for test plans, factory staging, system cutover, installation, fleet mapping, coverage testing, and final acceptance.

Several appendices also are included in this specifications document:

1. Appendix A – Compliance Matrix 2. Appendix B – Site Information 3. Appendix C – Pricing Sheets

Exhibit 1 Page 8 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 4

1.5. PROJECT SUMMARY

Vendor shall be responsible for the following project components:

1. Furnishing and installing system equipment and ancillary facilities 2. Engineering and system design 3. Project management for the components proposed 4. Software installation and programming 5. Training 6. Acceptance testing 7. Cutover plan and execution 8. Warranty and maintenance

Vendor shall be responsible for furnishing a complete and fully functional system.

Work shall be planned, coordinated, and conducted with minimal interruption of service to existing critical systems.

Proposals shall completely describe the equipment and methods that will be used to

implement the system. The intent of this document is to allow a Vendor to propose the best equipment, technology, and methods available to provide state-of-the-art public safety communications systems of the highest quality and performance.

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

Proposals should not include systems or equipment near the end of their respective lifecycles.

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

1.6. QUALITY ASSURANCE AND COORDINATION 1.6.1. Standards and Guidelines

The Vendor should comply with the following standards, rules, regulations, and industry guidelines: 1. American National Standards Institute (ANSI) 2. National Electrical Manufacturers Association (NEMA) 3. Electronics Industry Association (EIA) 4. Telecommunications Industry Association (TIA) 5. Telecommunications Distribution Methods Manual (TDMM) 6. National Electrical Code® (NEC®)

Exhibit 1 Page 9 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 5

7. Institute of Electrical and Electronics Engineers (IEEE) 8. Federal Communications Commission (FCC) 9. Underwriters Laboratories, Inc. (UL) 10. American Society of Testing Materials (ASTM) 11. National Fire Protection Association (NFPA) 1221 (latest revision)

The Vendor shall comply with industry best practices for system installation, grounding,

bonding, and transient voltage surge suppression (TVSS), as outlined in the following standards: 1. Motorola R56®, Standards and Guidelines for Communication Sites (latest revision); or 2. Harris AEA-123 4618/1, Grounding Guidelines

If the requirements of this specifications document conflict with those of the

aforementioned standards, rules, regulations, and industry guidelines, then the more stringent shall become applicable.

If the Vendor cannot meet any of the standards, rules, regulations, or industry guidelines listed above, the Vendor shall list in its proposal any and all deviations for approval by the County.

The Vendor shall identify and coordinate all necessary codes, permitting, environmental assessments, etc., including building permits. The Vendor shall notify the County of any issues.

The Vendor shall be responsible for performing a structural analysis for each tower when loading will be modified, and for advising the County where remediation will be required.

1.6.2. Frequency Coordination and Licensing

A. Land Mobile Radio (LMR) Licenses: The County currently utilizes a UHF T-Band frequency for the existing FSA system. The channel must be vacated by 2022, and therefore will need to be replaced if a conventional over-the-air solution will be implemented with the new system. The County is in the process of securing an alternate channel in the 450–470 MHz range in the event a conventional solution will be employed with the new system. The Vendor will not be responsible for FCC licensing. The Vendor will need to provide the County any applicable information that the County will need to ensure this system is properly licensed.

1.6.3. Project Management

A. The successful Vendor shall provide a Project Management Plan (PMP) that includes a detailed Work Breakdown Structure (WBS) in Microsoft Project, project scope,

Exhibit 1 Page 10 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 6

deliverables, schedule, quality assurance/quality control (QA/QC) processes, and risk management sections.

B. The plan shall describe how the Vendor intends to monitor and control the installation and deployment of the proposed system, and mitigate risks in order to ensure that the system meets the design specifications and is delivered on time.

C. Regularly scheduled status meetings shall be established between the County Project Team and the successful Vendor. The Vendor shall provide a schedule for these meetings subject to the approval of the County. Meeting minutes shall be provided within 2 business days.

Scheduling

The successful Vendor shall develop and maintain a project schedule including tasks, milestones, start and end dates, task predecessors, and task owners based on an approved WBS in Microsoft Project format.

The schedule shall represent tasks associated with completing work on all items identified in the WBS. The project schedule shall be updated with actual dates as tasks are completed.

The updated schedule shall be provided as an agenda item for all County/Vendor weekly status meetings.

The schedule shall address the following at a minimum: 1. Site surveys 2. Detailed design review 3. Required site modification 4. Required shelter modification 5. Equipment manufacturing 6. Factory acceptance test 7. Equipment delivery 8. System installation 9. System configuration 10. System optimization 11. Acceptance testing 12. Coverage testing 13. User training 14. Fleet map development 15. System cutover 16. System documentation development and delivery 17. System and equipment warranty

Exhibit 1 Page 11 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 7

Project Punch List

The successful Vendor shall establish and maintain a punch list, as mutually agreed to with the County, for site facilities, equipment, and acceptance tests.

The punch list shall be maintained in real time and published weekly. The punch list shall include the following, at a minimum: 1. Sequential punch-list item numbers 2. Date identified 3. Item description 4. Party responsible for resolution 5. Expected resolution date 6. Resolution date 7. Details about how each punch-list item was resolved and tested 8. Notes about the item

If responsibility for resolving an item is transferred to another person or group, a new entry shall be added to the punch list and the original entry shall be appropriately noted.

The Vendor shall be responsible for reviewing each punch-list item and advising the

County of any changes. The status of punch-list items shall be updated during each weekly status meeting.

Project Meetings

A project kickoff meeting shall be scheduled prior to the beginning of the project.

Weekly project status meetings shall be scheduled following contract award and the

initial kickoff meeting.

The successful Vendor shall be responsible for scheduling the meetings as well as preparing meeting agendas and minutes. In addition to those items identified in Section 1.8.3.1 above, meeting agenda items shall include, at a minimum, the following items: 1. Schedule review 2. Status of deliverables 3. Risk items 4. Changes 5. Plans for the next period 6. Action-item assignments 7. Punch-list review

Project Staffing

Exhibit 1 Page 12 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 8

Project staffing shall be managed by the successful Vendor based on workload and the level of effort throughout the implementation/installation process; however, the positions identified below shall be staffed throughout the duration of the project and shall not be changed without prior approval of the County.

Vendor’s Project Manager:

1. Vendor’s Project Manager shall be the primary point of contact (POC) between the

County and the Vendor.

2. Vendor’s Project Manager shall: bear full responsibility for supervising and coordinating the installation and deployment of the communications system; be responsible for development and acceptance of the PMP; manage the execution of the project against that plan; and oversee the day-to-day project activities, deliverables, and milestones completion.

3. Vendor’s Project Manager shall be responsible for coordination of the weekly status

meetings.

Vendor’s Project Engineer:

1. Vendor’s Project Engineer shall have the primary responsibility for managing the system design and ensuring that the system is installed in accordance with the approved system design.

2. Any deviation from the system design shall be subject to project change control

procedures and will not be undertaken until approved by the County. 3. Vendor’s Project Engineer shall ensure the development of block diagrams, system-

level diagrams, and rack diagrams to assist the installation team in completing the system installation.

4. The Vendor’s Project Engineer also shall supervise the development and execution

of the Final Acceptance Test Plan (FATP), and guide the County Project Team through the processes and procedures necessary to prove that the system performs as specified in the contract. No test plan will be executed until approved by the County.

1.6.4. QA/QC Program

The successful Vendor shall include a QA/QC plan, which shall be submitted for review during preliminary design as described in this section. The plan shall address all stages of the project, including, but not limited to:

1. Procurement

Exhibit 1 Page 13 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 9

2. System design 3. Installation 4. Implementation 5. Testing 6. Cutover

The QA/QC plan shall specifically describe the plans and procedures that ensure the

proposed system is designed in accordance with the standards and requirements described in this specifications document.

The QA/QC plan shall be included as part of the PMP developed by the Vendor’s Project

Manager.

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

The proposed QA/QC plan shall address the following project tasks at a minimum: 1. Design analysis and verification 2. Design changes and document control 3. Material shipping, receiving, and storage 4. Site preparation (if required) 5. Field installation and inspection 6. Equipment inventory and tracking 7. System testing and validation 8. Software regression testing 9. Deficiency reporting and correction 10. Implementation and cutover 11. Training and certification

1.7. PRELIMINARY DESIGN (45 DAYS AFTER CONTRACT AWARD) The successful Vendor shall submit the Preliminary Design package in their native editable format and Portable Document Format (PDF) within 45 days after the applicable Notice to Proceed is issued. The Preliminary Design package shall include the following:

QA/QC plan Detailed project schedule (in Microsoft Project) System-level and block diagrams (in Visio format) Patching schedules and termination details for all cabling necessary for a complete

record of the installation Radio channel plans Equipment room overview drawings Equipment rack/cabinet elevation drawings

Exhibit 1 Page 14 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 10

Tower profile drawings indicating antenna-mounting locations Detailed lists of materials for each site 30-day Operational Test Plan (OTP) Coverage Acceptance Test Plan (CATP)

Vendors should identify in the compliance matrix whether there are specific elements from this section that are not relevant to the project elements to which they are responding. 1.8. FINAL DESIGN (90 DAYS AFTER CONTRACT AWARD) The successful Vendor shall submit the Final Design package 90 days after the applicable Notice to Proceed is issued. The Final Design package shall include the following:

Any updates to previously submitted design information Cutover plan System operation and maintenance manuals for all equipment Factory test data Site installation drawings Structural analyses and results A detailed Staging Acceptance Test Plan (SATP) outlining a comprehensive series of

tests that will demonstrate proof of performance and readiness for shipment 1. The Staging Acceptance Test Plan shall be submitted no later than 15 business days

before the testing begins, and shall be approved no later than five business days before the testing begins.

Vendors should identify in the compliance matrix whether there are specific elements from this section that are not relevant to the project elements to which they are responding. 1.9. SYSTEM STAGING, DELIVERY, AND INSTALLATION

System staging must be performed in the United States.

The successful Vendor shall submit a bill of materials/packing list with two copies for each shipment of equipment. The packing list shall include the following information, at a minimum, for each component included in the packaging: 1. Manufacturer 2. Model 3. Serial number 4. Unique identification of the package containing the item

All items shipped by the Vendor or its suppliers will include the above information in a barcode format.

Exhibit 1 Page 15 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 11

1.10. FINAL SYSTEM ACCEPTANCE

Vendor shall propose an FATP in their proposal that outlines a comprehensive series of tests that will demonstrate proof of performance and readiness for final acceptance by the County. The contract with the successful Vendor will contain a detailed FATP.

The successful Vendor shall submit any proposed updates or modifications to the FATP

no later than 15 business days before the testing begins. The final FATP, which shall incorporate comments and requests by the County, must be approved by the County before the testing begins.

The successful Vendor shall submit three final and complete sets of as-built documentation in their native editable formats and PDF, including the following: 1. Documentation index 2. Field test reports, with dates and actual readings 3. Coverage test reports 4. Warranty documentation 5. Detailed list of materials for each site 6. A copy of all redline documents for each site prior to issuance of the as-built

documentation 7. As-built system-level and block diagrams (in Visio format and PDF) 8. As-built site drawings, including all cabling and terminations (in Visio format and

PDF) 9. Site layout drawings, as appropriate (in Visio format and PDF) 10. Tower drawings showing any new installations (in Visio format and PDF)

2. FIRE STATION ALERTING SYSTEM 2.1. GENERAL REQUIREMENTS 2.1.1. System Description

The successful Vendor shall provide a turnkey FSA system, including the system design, all necessary equipment, software, programming, installation, system configuration, system start-up, testing, final acceptance, and training.

The proposed FSA system shall accommodate three PSAPs, with a total of 11 fire dispatch positions, and 125 fire stations, and shall be expandable to accommodate 150 fire stations and 15 fire dispatch positions (five per PSAP).

All fire dispatch positions shall be able to alert fire stations concurrently and not receive a “system busy” indication.

Exhibit 1 Page 16 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 12

. 2.1.2. General System Requirements

The proposed FSA system shall provide a flexible and modular design that supports easy system expansion as well as current and future technologies.

The FSA system equipment shall be modular, allowing the replacement of components such as the power supply, processor board, input/output boards, audio interface, backup battery, and radios without replacing the entire unit.

The proposed FSA system should support Broward County’s future needs through expansions of hardware and upgrades to software without having to replace the FSA system or its components.

All proposed FSA system equipment installed in PSAPs, at radio tower sites, and in each fires station shall be UL-compliant and -labeled.

The proposed FSA system shall be implemented with minimal interruption or downtime to the current Zetron FSA system.

2.1.3. Redundancy

The proposed FSA system shall provide redundancy for all critical systems, and have no single point of failure. Geographic redundancy is preferred to allow continued system operation in the event any one entire location is disabled or isolated from the backhaul network.

Vendors shall provide a description of the proposed system redundancy and how the loss of a system component will not prevent the stations from being alerted.

Diagrams and explanations of the level of system and communication link redundancy shall be submitted with the Vendor’s proposal.

Backup power shall be supplied to all FSA equipment. Vendors shall ensure all FSA equipment is connected to backup power. Facility backup power will be provided by Broward County where available. If facility backup power is not available, the Vendor shall provide adequate backup power sources for eight hours of operation.

Exhibit 1 Page 17 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 13

2.1.4. Security

Vendors shall provide a description of all proposed FSA system security measures as part of their proposals.

2.1.5. Applicable Standards

Applicable standards are as follows:

1. NFPA 1221 (current edition) requirements 2. Fire Suppression Rating Schedule (FSRS) monitoring for integrity criteria 3. Insurance Services Office (ISO) requirements for alarm systems and

communications centers 2.2. DISPATCH OPERATIONS

Broward County currently uses 11 console positions located at three PSAPs, and a Motorola PremierOne™ CAD system located in each PSAP, to dispatch fire and emergency medical services (EMS) incidents. The radio console positions are used to dispatch field units and monitor situations using the Broward County trunked radio system. The CAD system provides unit status, unit assignment, unit responses, and call updates for each dispatch operator position. The CAD system automatically sends fire unit recommendations to the assigned dispatch operator(s). After review and approval, the stations are alerted.

The FSA system shall provide an interface with the existing PremierOne™ CAD system, allowing the CAD system to alert, monitor, and transfer information to the proposed FSA system.

The CAD system interface should support bidirectional packet exchanges between the FSA and CAD systems, for both station alerting and receiving, and for logging diverse station conditions such as an alternating current (AC) power failure, time/date stamps of system events/alarms, manual acknowledgments of a call, etc.

The CAD system interface should provide automated station alerting, with or without dispatch operator review, with the goal of reducing critical response times.

The FSA system should have the ability to interface to CAD systems produced by multiple vendors simultaneously without any operator intervention or interruption in service. The FSA system should have the ability to operate with multiple CAD system vendors on the same common FSA server simultaneously, without the need for additional hardware.

Exhibit 1 Page 18 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 14

The FSA system should provide automated CAD text-to-speech voice announcements, with the goal of reducing critical response times.

The automated CAD system voice should be “human voice-quality.” (The County must specify whether it requires text-to-speech generation of audio alerts.)

The FSA system shall provide an interface with P25-compliant dispatch consoles. If this interface is not available, Vendors shall provide a standalone terminal at each fire dispatch position to accommodate this function. The interface should provide the following capabilities: 1. This interface shall provide the fire dispatch operators/supervisors a backup means

of alerting the fire stations if the CAD system is out of service at all three PSAPs.

2. The FSA system shall provide all hardware, software, graphical user interface (GUI) screens, interfaces, and services required to provide backup station alerting and automation.

3. The backup station alerting and automation shall provide station toning, auxiliary

station functions, and FSA system requirements, as listed in these specifications, without CAD system input.

4. The backup station alerting shall allow any fire dispatch operator/supervisor position

to control the FSA process.

5. All GUI software required for backup station alerting and automation should be available and usable from any existing fire radio dispatch console screen or terminal.

6. A means of selecting any combination of stations to be alerted shall be provided at

each fire dispatch operator/supervisor position, including the ability to select all stations at once (“All Call”) or a subset of stations at once (“Multi-select”).

7. A means of selecting any combination of up to eight incident types should be

provided at each fire dispatch operator/supervisor position.

8. Each fire operator/supervisor position shall receive a visual acknowledgment on the GUI screen that the alerted station(s) received the alert.

9. The station alerting selections made by one operator should be displayed at each fire

dispatch operator/supervisor position.

10. Each fire operator/supervisor position shall see the real-time station alerting status of all other positions.

Exhibit 1 Page 19 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 15

11. The FSA backup dispatch system should notify all fire dispatch operator/supervisor positions if there is a system alarm condition.

12. The system should display and identify the following alarms on all dispatch operator

screens:

a. Failure to alert a station(s) b. Failure of the FSA equipment at any fire station c. Communications center/FSA equipment AC power failure and transition to

backup battery d. Failure of any communications link (radio and/or IP) and identification of the

failed link e. Failure to communicate with the CAD system

The FSA system should be capable of being configured to automatically send emails to

authorized personnel with a description of the system alarm.

The FSA system should be capable of automatically sending an alert, with incident details, via emails and texts simultaneously, with an alert to the fire stations.

The successful Vendor shall submit a library of supportable tones and their durations to the applicable station/jurisdiction for selection and approval during design reviews. Vendor shall program such tones into the system prior to delivery.

2.3. FSA COMMUNICATIONS SYSTEMS Broward County will be responsible for the purchase and implementation of the backbone encoder and communications systems. 2.3.1. Station Alerting Encoder and System Requirements

The current radio base station used by the Zetron system operates on the UHF T-Band frequency of 470.0375 MHz, which must be returned to the FCC by 2022.

If a conventional over-the-air interface is proposed, the Vendor shall provide a replacement full duplex base station and antenna system capable of operation in the UHF spectrum (450─470 MHz) or 800 MHz spectrum.

The P25 data platform may be utilized as a wireless triggering mechanism in place of a conventional base station.

Vendors also shall provide networking switches and routers, configured to act as a host “hub” and point of presence for future LAN/WAN connectivity to each fire station, if the individual jurisdictions/companies opt for landline connectivity in addition to radio connectivity.

Exhibit 1 Page 20 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 16

The proposed FSA system shall alert the fire stations on these two separate,

independent communications links, each link capable of toning the stations and initiating all required FSA system auxiliary functions and capabilities.

The FSA system shall utilize the County’s proposed Ethernet IP network hub and the proposed UHF or 800 MHz full duplex base station.

The proposed FSA system shall be provisioned to alert fire stations over both IP and radio links simultaneously.

All transmissions generated by the proposed FSA system shall automatically receive a positive acknowledgment per each transmission.

If an acknowledgment is not received, the proposed FSA system shall automatically send the data again for a predetermined number of attempts (Vendor-configurable). If no acknowledgment is received, the system will send an alarm to the CAD system and send an audible and visual alarm to each fire dispatch operator position at all three PSAPs.

The successful Vendor shall, prior to commencement of system design and subsequent submission of performance and system design descriptions, supply Interface Control Documents (ICDs). The ICDs shall describe network parameters such data transmission type, latency, traffic flow, firewalls, gateways, switches, routers, and any and all technical performance requirements of said communication links.

All transmissions and subsequent acknowledgments, remote access, and maintenance activities shall be time-stamped, date-stamped, and stored in the FSA system database.

Broward County and the successful Vendor shall mutually agree to the communication link interface requirements prior to design and production of the FSA system.

2.3.2. Voice Communications

In addition to the two alerting communications links, a separate, independent radio link shall be used for voice announcements from the fire dispatch operator or automated text-to-speech initiated by the CAD system.

This link shall be a dispatch talkgroup on the P25 trunked system dedicated to this purpose. Under no circumstances will the voice channel be used as a secondary or backup alerting (toning) communications link.

The FSA encoder shall indicate when the dispatch data from the CAD system has been sent and provide a “clear to talk” message to the fire dispatcher to begin the voice message.

Exhibit 1 Page 21 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 17

Stations shall be alerted with a tone followed by a dispatch voice announcement or text-to-speech announcement to those stations alerted. (The County shall specify the method of verbal or automated text-to-speech required for the system).

2.3.3. System Security and Monitoring

The primary dispatch links shall be monitored constantly to provide prompt warning of a malfunction.

The proposed FSA system shall automatically self-interrogate each communications link (IP and radio) to each station to verify connectivity and to notify all fire dispatch operator positions of any loss of connectivity, identify the stations, and identify the failed communications link.

The proposed FSA system should provide remote FSA system login from any industry-standard desktop computer to facilitate remote troubleshooting. Broward County and the successful Vendor shall agree to the level of remote firewall as well as the access the successful Vendor will be permitted for remote troubleshooting and maintenance of the system.

Said remote connection shall be a secure IP wired connection.

The remote connection shall allow access to all FSA system alerting features.

Agreed-to security measures shall be provided by the successful Vendor.

The successful Vendor shall provide a description of the remote system access design and the remote login security.

The FSA system remote access shall permit FSA system diagnostics, software configuration, application software uploading and downloading, programming, problem resolution, and system maintenance.

Access rights to specific FSA system features shall be assignable based on the login.

All FSA alarms and events shall be time- and date-stamped, stored, and available for review and printing. System alarms and events include, but are not limited to, fire station alerting, transmission acknowledgments, CAD system failure, station alert failure, station equipment failure, AC power failure, communications link failure, system configuration changes, and fire dispatch operator entries.

The FSA system shall have the ability to generate standard and ad-hoc reports based on logged FSA system data.

2.3.4. Backup Power

Exhibit 1 Page 22 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 18

Backup power will be provided by the County for all FSA system equipment. Backup

power systems, including circuits supplied by both uninterruptible power supply (UPS) units and generators, will be made available to the Vendor at each location.

The switchover to backup power shall be instantaneous and automatic.

If main power is lost, the proposed FSA system equipment shall switch automatically to backup battery power without loss of data or communications.

2.3.5. Power Requirements

Transient voltage surge suppression (TVSS) shall be supplied and installed for protection of all FSA system main electrical feeds to equipment provided.

2.4. FULL DUPLEX BASE STATION AND ANTENNAS The proposed FSA system will utilize both wireless and wireline connectivity to the stations and companies to be alerted. This section describes the wireless base stations, as well as the control and antenna systems. 2.4.1. General Information

The base station configuration shall be a geographically diverse, hot-standby configuration. Proposed locations for the stations are the Broward County Core and EMS tower sites. In the event that the primary base station fails, the backup station shall automatically activate and carry all FSA traffic. Radio site information is provided in Appendix B.

Vendors shall indicate the type of base station remote control system to be utilized.

Interconnection between the base stations and PSAPs shall be by the Broward County backhaul system. Radio backhaul is provided through a combination of leased circuits and microwave.

2.4.2. Base Station Requirements

Base station equipment shall be the Vendor’s top-of-the-line, highest-specification equipment, suitable for mission-critical applications.

Repeater/base station equipment shall be solid-state in design and function with standard site conditions for temperature, altitude, and humidity.

The base station should be configured for data transmission at rates up to 19,200 baud. Analog voice transmission capability is not required.

Exhibit 1 Page 23 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 19

The base station shall operate in the full duplex mode, allowing simultaneous transmit

and receive functions.

Equipment should interface to the Vendor’s event monitoring and alarm system to allow remote viewing of the base station operating parameters (for example, power output, reflected power, received signal strength indication [RSSI], etc.). 1. Equipment falling below predetermined operating parameters shall generate an

alarm to the monitoring system.

2. The units should be as compact as possible, with mounting configurations for standard relay racks or cabinets.

3. Base station equipment shall comply with and be the type accepted for operation

under Part 90 of the FCC Rules and Regulations, as well as applicable EIA and similar industry standards.

4. Transmitter technical specifications:

a. Operating frequency band – 450─470 MHz b. Power output – 100 watts c. 100 percent duty cycle d. Spurious and harmonic attenuation – 90 decibels (dB) e. Intermodulation – 80 dB

5. Receiver technical specifications:

a. Operating Band – 450─470 MHz b. Digital Sensitivity at 1 percent bit error rate (BER) – -115 decibels referenced to 1

milliwatt (dBm) c. Digital intermodulation rejection – 80 dB d. Digital adjacent channel rejection @ 25 kilohertz (kHz) – 60 dB e. Spurious and image rejection – 100 dB

2.5. ANTENNA SYSTEMS 2.5.1. General Requirements

Vendors shall propose all antenna system equipment necessary for a complete design, including antennas, mounts, jumper cables, cable attachment hardware, grounding kits, and surge suppressors.

Exhibit 1 Page 24 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 20

Antennas shall be of the appropriate gain and radiation pattern to provide the required coverage and comply with County licenses, applicable Region 9 regional planning committee (RPC) requirements, and applicable FCC rules and regulations.

Antennas shall be low passive intermodulation (PIM)-rated with a gain of 8 dB omnidirectional. Equipment shall be Sinclair SC-420 or equivalent.

Antennas shall include a 7/16-millimeter DIN connector.

Antennas and mounting hardware shall be rated for 150 mile per hour (mph) winds.

Transmission line type and length shall be the appropriate size of corrugated low-density foam dielectric Heliax-type cable to provide no more than 1.5 dB of signal loss at the operating frequency. Antenna line construction and materials shall be of the type to withstand at least 20 years of prolonged exposure to the coastal environment of Broward County without degradation.

No snap-on hanger kits will be permitted.

Separate transmit and receive antennas shall be utilized. The antenna systems shall be engineered to provide optimum performance, the least amount of insertion and coupling loss, and maximum power and signal transfer to and from the antennas.

Transmit antenna systems shall be equipped with directional couplers to facilitate antenna system monitoring and troubleshooting.

Transmit antenna systems shall be equipped with a cavity filter and ferrite circulator to minimize site interference.

The transmit antenna system shall be equipped with a transmit power output monitoring system with alarms, installed at the output of each transmitter, to monitor forward and reflected power from the antenna, and provide alarm indications of antenna or feedline malfunction.

Receive antenna systems shall be equipped with tower top amplifiers (TTAs) with sufficient gain to overcome any cable losses. TTAs shall be equipped with test cables to effect proper troubleshooting and performance analysis from ground level within the equipment room. The TTAs shall be equipped with redundant low-noise amplifiers and automatic amplifier switching in the event of primary amplifier failure.

Receive antenna systems shall monitor the TTAs and generate an alarm in the event of TTA failure or malfunction.

Exhibit 1 Page 25 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 21

Vendors shall include detailed specification sheets for all proposed equipment, including but not limited to, antennas, receiver multicouplers, transmitter combiners, power monitors, and TTAs.

2.5.2. Antenna Installation

Antennas and cabling shall be provided and installed by the successful Vendor.

The successful Vendor shall consider the transition between the current antennas and the new system antennas, allowing for a graceful migration between antenna systems with little or no loss of coverage to the legacy system.

The successful Vendor shall install antennas at the appropriate height and direction specified by the successful Vendor’s engineer to provide optimum system performance. Antenna locations will be approved by County technical staff prior to installation. It should be noted that during the transition between systems, there may be a requirement for both old and new system antennas to be on the tower. Vendors are encouraged to consider this in planning both initial and final locations for the new antennas.

Vertical transmission lines shall be supported by an appropriate system to securely attach antenna transmission lines when installed on tower structures.

Antennas shall be installed in accordance with manufacturers’ requirements.

Tower lighting cables shall not be bundled with transmission lines or other conductors anywhere within cable ladders or buildings’ interiors.

Each transmission line run shall have entry port boots (inside and/or outside), lightning protectors and associated mounting brackets, and any additional jumpers required by the site-specific radio frequency (RF) configuration. Transmission line kits shall include the main line connectors, top and bottom jumpers, line grounding kits (as needed), hoist grips, and weatherproofing materials.

Transmission lines shall be anchored to the tower using hardware recommended by the transmission line manufacturer for that type of tower. 1. Spacing of anchoring hardware and attachment to the cable ladder shall be every

three feet. 2. Clamps and hardware shall be corrosion-resistant.

Cables shall be secured to the tower cable ladder and ice bridge trapeze with the

appropriate cable hangers and hardware. The successful Vendor shall not use tie wraps, wire wraps, pieces of wire, tape, or similar temporary material to secure cables on the tower or ice bridge.

Exhibit 1 Page 26 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 22

The transmission line support system shall run to the highest-mounted antenna and allow for both old and new system cables.

The successful Vendor shall install and run RF jumpers from the internal surge protectors to the radio equipment in the shelter/equipment room.

Transmission lines shall be identified in a permanent manner using color-coded bands or metal tags (or equivalent method) located at the antenna, at the bottom of the tower, at the shelter cable entrance, and inside the shelter.

2.6. FSA STATION EQUIPMENT

Individual municipalities, jurisdictions, tribes, and companies will be responsible for the purchase of the in-station equipment. This section is included to obtain pricing that may be utilized by the individual jurisdictions in procurement of their station equipment.

The FSA station equipment shall be a complete package including the station transponder and control unit, voice and data radios, antenna systems, and interface to station lighting, PA system, speakers, message board, and zoning systems.

Vendors should propose a basic station equipment installation with line-item pricing for optional features.

Radio equipment to be provided shall include the following: 1. 700/800 MHz data radio, interfaced into the station transponder 2. 700/800 MHz P25 Phase II-capable voice radio interfaced to the transponder and

station PA system, as appropriate 3. 700/800 MHz Yagi antennas with appropriately sized feedline, connectors, and

grounding kits

a. Installation shall be per Motorola R56® guidelines or Harris AEA-123 4618/1, Grounding Guidelines; current edition or equivalent.

The proposed FSA system shall automatically reset the fire station FSA equipment after

each alert in preparation for the next alert. This shall not be a manual function.

The proposed FSA system should have an audio relay bypass switch installed at each fire station allowing monitoring of “continuous radio traffic” or monitoring of “radio traffic ONLY when alerted” through the station speakers.

This feature also should be accessible from a commercially-available remote personal computer.

Exhibit 1 Page 27 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 23

A “night mode” should be configurable for each station allowing outside speakers to be switched “on” or “off” based on a timer.

This feature, plus the ability to select and set automatic speaker timer controls, should be accessible from a remote personal computer (PC).

The proposed station FSA equipment shall include configurable digital inputs and outputs for system expansion into additional auxiliary station functions.

A minimum of eight uncommitted electronic relay “dry contact” outputs should be available and configurable for each station remote terminal unit (RTU) alerting panel.

Such outputs should be capable of switching voltages of up to 250 volts, AC or direct current (DC), with a current-handling capability of up to six amperes continuous per contact.

There should be a minimum of eight uncommitted control-level digital inputs that can be used as station functions, such as buttons, switches, motion sensors, intrusion sensors, or other ancillary inputs. 1. The digital inputs shall be triggered by shunting said input to common (ground) to

activate and should not require sourcing voltages to trigger.

The system should at a minimum support the following features relating to tones: 1. Ramped (“Heart-Saver”) alert tones should be provided.

2. The volume level and ramp duration should be configurable.

3. The alert tones should be customized to meet the requirements of each jurisdiction

or station.

4. The alert tones should be capable of combining tone and recorded voice using industry-standard digital formats (such as .mp3, .wav).

5. Distinctive tones, identifying the incident type, should be provided and played at each

station alerted.

Station PA:

1. The proposed fire station alerting equipment shall interface with existing station PA equipment (amplifiers and speaker system).

2. The applicable jurisdiction/station will provide technical station audio and PA system

details such as input impedance, audio levels, line balancing, and other technical

Exhibit 1 Page 28 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 24

data regarding interfacing the FSA audio mixer inputs and outputs to the station system.

3. The parties will, during the design and review process, agree to which party will

supply wiring, transformers, and other equipment or components needed to interface the FSA equipment to existing or new audio and PA equipment in the station.

2.7. STATION ZONING

The requirements for Station Zoning are optional and may be requested on a per-station or per-jurisdiction basis. Vendors are requested to provide the options and pricing for each option, to be selected by the individual jurisdictions.

The proposed FSA system should provide zoned, variable-color light emitting diode (LED) lighting and alert audio (tones and voice announcements) as an option.

The successful Vendor should provide speakers, LED lighting, controls, cabling, conduit, and complete installation services to establish the listed zones in the fire stations. Vendors should assume that current station equipment will be replaced.

Zone Selector Switches: 1. Zone selector switches should be provided for the required number of zones for

bunkrooms or other areas allowing fire/EMS personnel to utilize any bunkroom and receive the correct audible and visual alerts. Each agency will specify if zone switches are required.

2. The zone selector should be a wall-mounted incident switch preprogrammed for

specific incident types.

3. The zone selector should have six color-coded pushbuttons or a selector switch, allowing the individual bunkroom to receive alerts specific to the occupant(s).

4. The zone selector should communicate to the existing FSA equipment.

5. The zone selector switch plate should have six buttons or a rotating switch in a wall-

mount housing capable of being mounted in a standard single-gang or similar receptacle.

6. The selector switch plate and housing should be labeled with lettering per each

department’s requirements. The following is an example:

a. RESCUE b. ENGINE c. LADDER

Exhibit 1 Page 29 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 25

d. BATTALION CHIEF e. LIGHT f. VACANT

7. The selector switches also should have LEDs that indicate which function is selected

(multiple functions may be selected).

8. The function status should be indicated by color as specified by each department; for example, blue for Rescue, red for Engine, yellow for Chief/Battalion Chief, etc.

Zone Lighting:

1. FSA lighting should be provided for all bunkrooms, common areas, and the

apparatus bay area. (Zone lighting is an option. Individual jurisdictions and departments should specify if the FSA lighting is to be supplied by the successful Vendor as outlined in this section.)

2. LED Lighting Strips: a. LED lighting strips should be included in the FSA installation as an optional

feature for visual alerting in addition to the audio alert (PA) system. b. LED lighting strips should be capable of being activated and controlled in various

colors and sequences to alert station personnel of conditions and warnings. c. LED lighting strips should have Red, Green, Blue (RGB) color mixing capability. d. Input power to each LED lighting strip should operate at less than 50 volts direct

current (VDC). e. Cabling should be Belden 1585A plenum-rated data/power cable or equivalent,

with an RJ45 connector to each locally-mounted controller per zone. f. Environmental protection should be not less than NEMA IP20 ingress protection. g. All power/data cables should be terminated at a fixture, not at a splitter. h. LED lighting color and functions should be based on sequences received from

the FSA equipment and/or the zone selector switches. i. LED lighting should be capable of being user-configured for ramp time, maximum

intensity, colors, and flashing patterns based on the various sequences specified by each department

j. There should be a common interface between the station controller and the lighting system that controls the lights and the zones.

k. An external lighting controller should interface to the LED lighting strips.

3. LED Controller: a. The LED controller should support a minimum of four output lines with three color

channels per line with full RGB capability b. Each channel should support a minimum of 12 LEDs with a minimum of 36 LEDs

supported by an output line per controller.

Exhibit 1 Page 30 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 26

c. Installation should accommodate any orientation and should not require external air-flow cooling.

d. The controller should be certified to Electrical Testing Laboratories (ETL) or UL approval.

4. Bunkroom lighting should be sufficient to provide an LED light fixture with a minimum

of 1,100 lumens per color or color mix per room.

5. Bay area lighting should be sufficient to provide an LED light fixture with a minimum of 1,100 lumens per color or color mix per room.

2.8. INCIDENT DISPLAY BOARD

The incident display board should be included as an optional feature in the FSA installation for visual alerting in addition to the audio alert (PA) system.

Display: 1. The incident display board should be capable of displaying the following information:

a. Emergency type (fire, EMS, hazmat, etc.) b. Time of incident c. Countdown timer d. Address of incident e. Incident location map f. Type of unit responding

The incident display boards should be capable of being activated and controlled in

various colors and sequences to alert station personnel of conditions and warnings.

The incident display boards should be capable of automatically switching to the agency’s Intranet/Internet uniform resource locator (URL) when not in alert mode to display additional information.

The incident display board should be capable of automatically “fading to black” when not in alert mode.

The incident display boards should be capable of automatically switching to a Microsoft PowerPoint display when not in alert mode.

The incident display boards should be located per individual station requirements. 3. NETWORK MANAGEMENT SYSTEM

Exhibit 1 Page 31 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 27

This section provides specifications and requirements for an integrated monitoring and control system for local and remote site facilities and equipment. The system is used to provide remote indication of status, alarms, and analog values, and to provide remote control relay operations. Vendor should provide a description of the NMS, including capabilities and available options.

System Alarms: The system should acquire, process, and display information in an integrated and uniform fashion for a variety of critical systems including:

1. Trunked and conventional radio systems 2. Local and remote site facilities 3. Primary and backup power systems 4. Microwave, leased line, and data networks

NMS components include network management terminals (NMTs) and RTUs. 3.1. NETWORK MANAGEMENT TERMINALS

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

NMTs shall be installed at three locations to be determined. It should be assumed that

these locations may not be located at positions with access to the radio backhaul network, and may therefore require virtual private network (VPN) access.

NMTs shall be configured to allow concurrent access to each of the three locations.

NMTs shall meet or exceed the following general requirements: 1. Expandable software and hardware architecture shall be easily updated by adding

software modules and hardware boards.

2. Hardware and software platform shall be PC-based using current versions of hardware and software, and utilize the Microsoft Windows 7® operating system or a more current version of Microsoft Windows with County approval.

3. Both graphic and tabular displays shall provide instantaneous and comprehensive

network status information.

4. NMTs shall provide full archiving and control functions.

5. Multiple alarm protocols for higher-level NMSs shall be mediated by the NMTs.

Exhibit 1 Page 32 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 28

6. NMTs shall be designed to monitor a large cross-section of equipment so that they

can consolidate multiple alarm systems, rather than just poll alarms from RTU locations.

7. NMTs shall perform full management functions with a local terminal.

8. NMTs shall provide email notification of alarms.

9. NMTs shall provide alarm filtration and consolidation.

10. A Web-browser interface shall be provided for common management functions.

11. A secure Web-browser interface shall be provided to monitor alarms and perform

control and management functions via Intranet or Internet.

12. A local printer for report printing shall be provided at each NMT location.

13. Security profiles to allow restricted NMT access to specific user profiles.

14. NMTs shall have the ability to automatically generate emails for system alarm notifications.

15. NMTs shall have the ability to interface the NMS system via standardized data

interfaces to third-party systems (CAD, other NMS, etc.)

NMTs/RTUs Communications Protocol(s):

1. Vendors shall fully describe all protocols used or supported.

2. Vendors shall identify which of the following protocols are supported, either standard or as an OPTION: a. American Standard Code for Information Interchange (ASCII) b. Simple Network Management Protocol (SNMP)

3. Proprietary protocols may be acceptable, as long as all requirements are met.

Standard Features:

Vendor’s solution shall include the following features:

1. Programmable display screens, including the following:

Exhibit 1 Page 33 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 29

a. System Summary – High-level screen summary window with links to other screens

b. Change of State – Summary of points that have changed state from alarm to normal or normal to alarm

c. Standing Alarms – Summary of all points in alarm condition d. Programmable Alarm Windows – Allowing logical grouping of alarms, such as by

type or site 2. Graphic depiction of the network allowing annunciation and point selection via icons:

a. Nested-tree depiction of the network with drill-down capability b. Capability to drive external display devices

3. Programmable console environment, including:

a. Database definition b. Screen colors c. Alarm summary formats d. Blink attributes e. Pager alarm formats f. Audible alert formats

4. Status Points:

a. Simple status – Contact open or closed b. Change detect – Simple status plus change detect since last scan

5. Control Points:

a. Direct control b. Select before operate c. Batch – Control multiple relays with a single operation

6. Analog points – Display the value of a monitored quantity such as temperature, fuel

level, voltage standing wave ratio (VSWR), etc.

7. Time stamp indicating date and time of message within 0.5 seconds

8. Conditional assignable text messages (minimum 256 characters) for each point to be issued on a change of state or alarm

9. Alarm qualification – On a point basis, programmable delay before alarm is issued

10. Alarm deactivation – On a point basis, the ability for the operator to deactivate an

alarm to inhibit additional annunciation

Exhibit 1 Page 34 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 30

11. Alarm History:

a. Logging of all alarms to disk and printer (selectable) b. Minimum history log of 500,000 entries

12. Email support – Text message of alarm sent to email lists

13. Ping interrogator – To confirm that servers, routers and IP-based equipment are physically present on the network

14. Editor – Providing point configuration utilities to create and edit point databases

15. Security – Multiple levels of user name and password protection to all for flexible system management

16. Reporting:

a. Vendor shall define the reports that are available. b. Vendor shall describe how trend analysis is supported and how current system

status is reported.

17. Comprehensive planning and analysis, with flexible user interface 3.2. REMOTE TERMINAL UNITS

RTUs shall be provided in sufficient quantities to monitor the network, including the following:

1. FSA primary and backup encoders 2. Radio equipment at remote radio sites 3. Station alerting encoders for IP-connected stations 4. Other miscellaneous equipment

RTUs shall be fully compatible with NMTs supplied and provide complementary functionality wherever necessary to provide a complete working system.

RTUs shall support the following points:

1. Status/alarms – 48 minimum, expandable to 256 2. Control outputs – 8 minimum, expandable to 32 3. Analog inputs – 8 minimum, expandable to 16

RTUs shall support time stamp and system time synchronization.

Exhibit 1 Page 35 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 31

Terminations for all points shall be provided on suitable terminal blocks providing ease of installation, testing, and maintenance.

4. TRAINING

The successful Vendor shall provide: 1. Operator Training:

a. Vendor shall provide complete and comprehensive operational training that

covers the features, operation, and special care associated with the equipment supplied. Operator training shall include the following categories:

1) CAD console operation 2) Dispatch console operation 3) Fire station equipment

2. Technical/System Management Training:

a. Vendor shall identify and provide complete and comprehensive technical training

in the theory, maintenance, and repair of each type of equipment and system provided for the project. This training shall include, at a minimum, system theory, troubleshooting, repair, and servicing techniques as applicable to the selected system. Technical training shall include the following categories:

1) Infrastructure maintenance and troubleshooting 2) Station equipment maintenance and troubleshooting

3. Vendor shall identify and provide complete and comprehensive technical training for

County technical staff charged with managing the system. This training shall include, but is not limited to: planning and setting up the system and network; building and implementing system and network profiles and configurations; performing database-management functions; monitoring and managing the system’s performance; and writing and printing system reports. System management training shall include the following categories:

a. Encoder operation and control b. NMS operation and control c. Radio programming for FSA control stations

Vendor shall fully describe all proposed training programs detailing how Vendor intends

to provide training. The training description shall include the following:

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

Exhibit 1 Page 36 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 32

2. Class material to be provided by Vendor 3. Number of classes 4. Class duration 5. Need for recurring training 6. Class size 7. Class cost

The successful Vendor shall coordinate with the County regarding the number of attendees and schedule.

Classes shall be scheduled as near to system cutover as possible. The Vendor shall work with the County to develop the schedule.

The successful Vendor shall train County employees or designated individuals. In some cases, a train-the-trainer approach will be used to train other users.

The successful Vendor shall provide all instructional materials, including printed manuals, audio, video, interactive self-paced PC programs, and complete equipment operating instructions for all technical and operational training classes. Actual and/or exact model and series of equipment being delivered shall be made available for hands-on use and operation during training. All instructional materials shall be subject to the approval of the County and shall become property of the County.

Exhibit 1 Page 37 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 33

5. WARRANTY, MAINTENANCE, AND SUPPORT 5.1. WARRANTY

The proposed FSA system shall have a minimum warranty period of one year. The warranty period shall commence upon final acceptance of each system.

Vendor shall provide a single toll-free telephone number that answers 24 hours a day, 7

days a week, 365 days a year (24 x 7 x 365), for service requests and warranty claims.

Vendor shall state in the proposal the name, address, and capabilities of the service station(s) providing warranty service.

The following procedures shall be followed during the warranty period: 1. Warranty maintenance shall be performed 24 hours a day with no additional charges

for work on critical infrastructure outside of normal 8:00 a.m. to 5:00 p.m. business hours.

2. The service facility shall provide prompt repair service, with service personnel arriving onsite within two hours after a service request by the County or dispatching entity, and returning the system to service within four hours after a service request by the County or dispatching entity.

3. The County shall be provided with written documentation indicating the cause of the service outage, the resolution and all post-repair testing procedures to ensure proper operation. In the event County-owned spares are used to complete the repair, the model and serial number of both the defective unit and the spare shall be noted in the documentation.

4. For all equipment needing factory or depot repairs, a comprehensive tracking system shall be put in place by the Vendor to track units to and from the factory/depot.

5.2. LIFECYCLE COST

As an OPTION, Vendor shall propose an extended warranty for additional years beyond the initial warranty, renewable on an annual basis. Pricing shall be provided for the terms of one year, three years, five years, ten years, and fifteen years.

As an OPTION, Vendor shall propose a complete hardware and software maintenance

package that provides a complete cost of ownership for the system(s) being offered to the County. The package should include system maintenance, software updates, system release updates, and hardware updates for those components that reach end-of-life within the support period. Costs associated with the cost of ownership should be

Exhibit 1 Page 38 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 34

provided for the terms of five years, ten years, and fifteen years. Regular system release updates shall be quoted at one-, two-, and five-year intervals.

Vendor shall fully describe the terms and conditions of the extended maintenance plan in the proposal.

Broward County desires to have all maintenance, repair, and updates of all components covered by the proposed maintenance plan.

5.3. MAINTENANCE Vendor shall maintain and repair all systems, equipment, hardware, and software throughout the implementation, migration, and warranty periods. The County reserves the right to have technical staff on-site to witness, and if desired, assist in the maintenance and troubleshooting procedures. This does not relieve the successful Vendor from its warranty and maintenance responsibilities as defined in this specifications document. 5.3.1. General Requirements

The approach to maintenance of this system shall be one of preventive maintenance.

Comprehensive maintenance services shall be proposed for each system.

Respondent shall provide a list of maintenance plans available. Plans should be based on the quantities of equipment included in the proposed system. Plans should have options for one, two or three years. These plans shall include: 1. Fixed equipment on-site service:

a. Severity 1 – Response within one hour from receipt of notification 24 x 7 x 365 b. Severity 2 – Within two hours from receipt of notification during standard

business days c. Severity 3 – Next business day

Severity levels are defined as the following: a. Severity 1

1) Major system failure 2) Primary controller Failure 3) Loss of CAD interface 4) IP-connectivity lost to one or more stations 5) Wireless connectivity lost

b. Severity 2 1) Significant system impairment 2) Failure of FSA alerting capability at one or more operator positions

Exhibit 1 Page 39 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 35

3) System operating on backup controller 4) System operating on backup wireless station

c. Severity 3 1) Parts questions 2) Upgrades 3) Intermittent problems 4) Operational and informational questions 5) Configuration change support and workflow procedure questions

2. Fixed equipment mail-in board repair:

a. Normal response – seven days b. Emergency response – next day

All fixed equipment maintenance plans shall provide 24-hour system support so that users can dial one toll-free number to report problems and/or receive technical support. Additionally, for fixed onsite maintenance, Vendor staff will dispatch the proper technician in the prescribed response time to resolve the problem, if Vendor is unable to resolve the problem through telephone consultation.

Maintenance plans shall include a six-month retune of all RF components. The six-month retune shall restore components to the manufacturer’s specifications.

Remote technical support for Broward County personnel and the local system service shop: 1. Vendor shall track and monitor service requests from creation to close through an

electronic case-tracking process, through which each request is assigned a case number. The successful Vendor has the following responsibilities:

a. Monitor the County's system via a remote access system. b. Continuously receive and respond to technical service requests from the County

or the Vendor’s maintenance personnel. c. Open a case and gather information from the County to characterize the issue,

determine a plan of action and assign and track the case to resolution

2. Remote system monitoring to identify system alarms, remotely resolve issues, and dispatch the appropriate personnel to respond on-site.

Component repair at Vendor’s facility for failed components:

1. Replacement parts shall be shipped immediately upon confirmation that the County’s equipment has been shipped to the Vendor.

Exhibit 1 Page 40 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 36

Security services to ensure all system components are maintained with up-to-date anti-virus software and security patches.

5.3.2. Maintenance Standards

Replacement parts used in repairs shall be equal in quality and ratings to the original parts.

Equipment shall be maintained in a clean condition. Oil, dust and other foreign

substances shall be removed on a routine basis.

Equipment and system performance shall be maintained at the level initially described in these equipment and systems specifications. The service organization shall maintain records to confirm this has been done at intervals defined by the County.

Vendor shall provide only factory-trained and -authorized maintenance personnel.

If fixed equipment or a fixed equipment module fails more than twice during the acceptance test or twice during the first year, the successful Vendor shall meet with the County to discuss and explain such failures. If, in the opinion of the County, these failures indicate that the equipment is potentially prone to continuing failures, Vendor shall replace it at no cost to the County.

5.4. PARTS AVAILABILITY

From the date of final production to the seventh anniversary of the date of final production, Vendor shall maintain replacement parts for all delivered equipment.

In the event that the Vendor plans to discontinue stocking any part required for

maintenance after the seventh anniversary of acceptance, the Vendor shall send written notice to the County 24 months prior to the date of discontinuance, to allow for last-time buys and replenishment.

All parts ordered on a priority basis shall be delivered within 24 hours after placing an order. Vendor shall provide year round, 24-hour ordering facilities via telephone, Internet, email and fax service.

5.5. SPARE EQUIPMENT

A. Vendor shall propose to the County recommended spare parts for the system, subsystems, and individual equipment.

B. The list of spare parts shall include, but is not limited to, the following:

1. Any vendor-identified field-replaceable units (FRUs)

Exhibit 1 Page 41 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 37

2. Any infrastructure component that does not have FRUs that can cause a critical system failure if it were to fail; examples could include base station antennas and other non-modular components

3. Power supplies 4. Test measurement, calibration, and repair kits 5. Diagnostic equipment to support County maintenance activities 6. Spares for less-critical items

C. The list shall include items that will rapidly and completely restore all critical system functionality with the least amount of effort; for example, board replacement instead of troubleshooting to the component level when a critical unit has failed.

D. The quantities of spares in the list shall be appropriately sized to accommodate

equipment quantities in the system.

E. The list shall define the primary equipment category each spare kit supports; for example, transceiver board for a base station, interface board for an encoder, etc.

F. The system engineering design documentation shall include a narrative on the Vendor’s ability to replace failed units from stock, as well as the process and timing to repair, replace, and return failed units delivered for repair.

G. System engineering design documentation also shall include the lifecycle of equipment, parts, and other maintenance support for the system.

H. Spares shall be included in any system update to keep them current. 6. SYSTEM IMPLEMENTATION, TESTING, AND ACCEPTANCE 6.1. GENERAL

The successful Vendor shall attend weekly project and construction meetings as deemed necessary by the County prior to and during installation. Additional meetings may be scheduled at the discretion of the County.

If any changes in the overall timeline occur, the Vendor shall update the project schedule

for discussion during these project meetings.

Vendor shall provide written minutes of all meetings no later than five business days after the meeting.

6.2. CUTOVER PLAN

Exhibit 1 Page 42 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 38

The successful Vendor shall be responsible for planning and coordinating the implementation of all equipment, subsystems and the overall system.

Execution of the cutover plan shall ensure that new systems are brought online with

minimum interruption to all existing systems and communications.

During final design, the successful Vendor shall deliver a preliminary cutover plan describing how the radio system will be phased into a fully operational system. 1. Vendor shall successfully complete all tests and training prior to the actual cutover of

systems.

2. Vendor shall provide the necessary labor to cutover from existing systems to the proposed systems.

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

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

5. The plan shall include contingencies.

6. The County reserves the right to approve and change the cutover plan as it relates to any or all system components.

6.3. STAGING

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

Standard factory test documentation that indicates the tests performed and the

successful completion of testing shall be submitted to the County.

System Staging: 1. The complete system shall be staged and tested at the factory, in the United States,

to the greatest extent practical. The intent of the staging tests is to demonstrate to the County that the system is ready for shipment and installation.

2. The successful Vendor shall provide all necessary technical personnel and test equipment to conduct staging tests. All deviations, anomalies, and test failures shall be resolved at the Vendor's expense.

Exhibit 1 Page 43 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 39

3. Vendor shall use an approved SATP. It is expected that the SATP has been

performed and all tests have been successful before the County witnesses the official SATP. The SATP shall be signed and dated by Vendor and County representatives following completion of all tests. All tests in the SATP shall be marked as either pass, fail, or pass qualify.

4. Failed tests shall be documented, corrected and retested. All defective components shall be replaced and retested. Defective components that cannot be corrected shall be replaced at the expense of the Vendor.

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

6. The fully executed and completed SATP document shall be provided to the County. 6.4. SYSTEM INSTALLATION

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

All installations shall be performed by factory-authorized or Vendor-affiliated service

shops. Other shops or installers may be used upon mutual agreement between the County and Vendor. Qualified, adequately trained personnel familiar with this type of work shall perform all installations. Vendor shall provide the names of the service shops, their qualifications, description of their certified training on the proposed system, summary of their experience, and a list of five references (minimum) for each proposed shop.

Prior to the start of the system installation, the Vendor shall participate in a mandatory project site survey with the County or County’s representative to confirm actual equipment location within each space. At that time, the exact equipment locations shall be determined and documented by the Vendor.

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

Vendor shall provide and pay for all materials necessary for the execution and completion of all work. Unless otherwise specified, all materials incorporated into the permanent work shall be new and shall meet the requirements of this specifications document. All materials furnished and work completed shall be subject to inspection by the County or the County’s representative.

Exhibit 1 Page 44 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 40

Equipment supplied as spare equipment shall not be used for installation of the

proposed system. All spare equipment shall be supplied in an unused condition.

All equipment and devices shall be cleaned internally and externally, and all damaged finishes shall be repaired.

Worksites shall be left neat and broom swept upon completion of work each day. All shelter floors will be thoroughly cleaned and all scuff marks and abrasions shall be removed prior to acceptance. All trash shall be removed weekly.

Inspection: 1. The County shall conduct an inspection of the installations upon substantial

completion. Any deficiencies shall be documented on a single punch list and provided to the Vendor for resolution.

2. Final acceptance testing shall not commence until all punch list items are resolved. 6.5. FINAL ACCEPTANCE TESTING

Prior to final acceptance testing, the successful Vendor shall verify and document that all equipment, hardware, and software are upgraded to the latest factory revision. Multiple revision levels among similar equipment are not acceptable. The County shall be given two weeks written notice that the system is ready for final acceptance testing.

FATP:

1. Vendor shall use the completed and approved FATP. It is expected that the FATP has been performed and all tests have been successful before the County witnesses the official FATP. The FATP shall be signed and dated by Vendor and County representatives following completion of all tests. All tests in the FATP shall be marked as either pass, fail, or pass qualify.

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

3. Failed tests shall be documented, corrected and retested. All defective components shall be replaced and retested. Defective components that cannot be corrected shall be replaced at the Vendor’s expense.

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

Exhibit 1 Page 45 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 41

5. The fully executed and completed FATP document shall be provided to the County. 6.6. 30-DAY OPERATIONAL TEST

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

The follow is a listing of items that define a critical failure: 1. System loses encoder connectivity 2. Station equipment fails to trigger 3. More than one fire dispatch console operator position off the air 4. Loss of voice communications 5. Loss of data communications 6. Loss or failure of system configuration database 7. Loss or failure of user database 8. Failures not specifically defined as minor, at the discretion of the County 9. Failures that prevent acceptance criteria from being achieved

Vendor shall provide a 30-day operational test plan during the preliminary design phase.

6.7. AS-BUILT DOCUMENTATION

At the completion of the installation phase, the successful Vendor shall provide complete as-built documentation in Microsoft Visio as outlined below. 1. Equipment provided 2. Plan and elevation drawings of all equipment, including antennas on towers 3. Cabling and terminations 4. Block and system-level diagrams 5. Fleet mapping and programming 6. Setup and alignment information 7. Successfully completed, signed, and dated SATP

A complete set of maintenance and operations manuals shall be provided at each radio site.

6.8. SYSTEM ACCEPTANCE

Exhibit 1 Page 46 of 105

Exhibit “A” Specifications – R1426611P1 – Fire Station Alerting System

February 2016 Page 42

The County shall deem the system ready for final acceptance following successful

completion and approval of the following:

1. Final design submittals 2. SATP 3. System installation 4. Final inspection and punch list resolution 5. As-built documentation 6. FATP 7. 30-day operational test completion 8. Training

Exhibit 1 Page 47 of 105

RFP for Fire Station Alerting System Broward County, FL Appendix ACompliance Matrix

RFP Section Description Respondent's Clarifications and CommentsRespondent's Statement

of Compliance

1.0 PROJECT OVERVIEW YES NO If Comply with Clarification or Exception, give detailed explanation.1.1 Introduction1.2 Background1.3 Overview1.4 Overview of this Document1.5 Project Summary1.6 Authorization and Funding1.7 Proposals Desired1.8 Quality Assurance and Coordination1.8.1 Standards and Guidelines1.8.2 Frequency Coordination and Licensing1.8.3 Project Management1.8.4 Quality Assurance/Quality Control Program1.9 Project Submittals1.9.1 Proposal1.9.2 Preliminary Design (45 days after contract award)1.9.3 Final Design (90 days after contract award)1.9.4 System Staging, Delivery, and Installation1.9.5 Final System Acceptance2.0 INSTRUCTIONS TO PROPOSERS2.1 Proposal Format2.2 Addenda to the Specifications2.3 Award of Contract3 Fire Station Alerting3.1 General Requirements3.1.1 System Description3.1.2 Respondent Requirements3.1.3 General System Requirements3.1.4 Redundancy and Survivability3.1.5 Security3.1.6 Applicable Standards

3/8/2016 Page 1 of 3

Exhibit 1 Page 48 of 105

RFP for Fire Station Alerting System Broward County, FL Appendix ACompliance Matrix

RFP Section Description Respondent's Clarifications and CommentsRespondent's Statement

of Compliance

YES NO If Comply with Clarification or Exception, give detailed explanation.3.2 Dispatch Operations3.3 FSA Communications Systems3.3.1 Station Alerting Encoder and System Requirements3.3.2 Voice Communications3.3.3 System Security and Monitoring3.3.4 Backup Power3.3.5 Power Requirements3.4 Full Duplex Base Station & Antennas3.4.1 General Information3.4.2 Bas Station Requirements3.5 Antenna Systems3.5.1 General Requirements3.5.2 Antenna Installation3.6 FSA Station Equipment3.7 Station Zoning3.8 Incident Display Board4 NETWORK MANAGEMENT SYSTEM4.1 Network Management Terminal4.2 Remote Terminal Units5 TRAINING

6 WARRANTY, MAINTENANCE, AND SUPPORT

6.1 Warranty6.2 Life Cycle Cost6.3 Maintenance6.3.1 General Requirements:6.3.2 Maintenance Standards6.4 Parts Availability6.5 Spare Equipment

3/8/2016 Page 2 of 3

Exhibit 1 Page 49 of 105

RFP for Fire Station Alerting System Broward County, FL Appendix ACompliance Matrix

RFP Section Description Respondent's Clarifications and CommentsRespondent's Statement

of Compliance

7 SYSTEM IMPLEMENTATION, TEST AND ACCEPTANCE

7.1 GeneralYES NO If Comply with Clarification or Exception, give detailed explanation.

7.3 Staging7.4 System Installation7.5 Final Acceptance Testing7.6 30-day Operatioanl Test7.7 As-Built Documentation7.8 System Acceptance

Appendix A Compliance MatrixAppendix B Site InformationAppendix C Pricing Sheets

3/8/2016 Page 3 of 3

Exhibit 1 Page 50 of 105

Appendix B Site Information

Site Name Owner Tower ASR Latitude Longitude Shelter

Size (Ft.)Structure

HeightSupport

TypeExisting

SiteAvailable Heights

Core Broward County 1041902 26-09-00.0 N 80-11-16.0 W 24 x 40 298 Tower Yes 150-225EMS Broward County 1041903 26-9-15.3 80-10-37.2 24 x 34 400 Tower Yes 260-320

Exhibit 1 Page 51 of 105

RFP No. R1426611P1 - Fire Station Alerting System For Information Only Appendix C - Pricing Forms

A separate worksheet should be generated for each tower site and equipment location

The 15 year Cost of Ownership should include all services available from the respondent.

These Price sheets are designed to rpovide backup infromation for respondents' pricing proposal and evaluation criteria question # 2; Project Approach. These price sheets are for information purposes and will not be used in the calculation of points awarded for Price. Respondents may add lines to accomodate their in-depth pricing details in support of their Project Approach. Detailed line item pricing for all material and services is a matter of Responsibility (see Special Instructions to Vendors) however, failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the vendor is non-responsive.

A separate price sheet should be generated for each tower site and equipment location, including, but not limited to the core controllers, simulcast cell controllers, each site where RF equipment is located and dispatch locations. Antenna systems for Fire Alerting system should be listed on the price sheet/form for that that site

Accessories available for moble and portable radios should be listed. Separate catalogs and price lists for accessories are requested.

Antenna systems for FSA systems should be listed on the worksheet page for that site. Additional lines may be inserted as needed.

Exhibit 1 Page 52 of 105

(For Information Only)

Broward CountyRFP

Appendix C - Pricing Forms

Fire Station Alerting Control Equipment

<One Page Per Tower Site/Location - Insert Site Name>

Item Description Qty / Hours

Unit Price / Hourly Rate Discount Discount Price

1 Fire Station Alert (FSA) Encoder2 CAD Interface3 Backhaul4 Alarm Monitoring Equipment5 Equipment Other6 Other789

1011121314151617181920

Engineering & Services

Name: (Insert respondent name)

c66c19e164bd42d6bf2ec851f516ef3e.xlsx 3/8/2016

Exhibit 1 Page 53 of 105

(For Information Only)

Broward CountyRFP

Appendix C - Pricing Forms

Fire Station Alerting Control Equipment

<One Page Per Tower Site/Location - Insert Site Name>

Item Description Qty / Hours

Unit Price / Hourly Rate Discount Discount Price

Name: (Insert respondent name)

21 Project Management22 System Engineering23 System Staging24 Installation25 Acceptance Testing26 Documentation27 Other Services (list all)282930

31 Training (List all)32333435

36 Warranty & Maintenance37 1-year total system warranty after acceptance38 Year 239 Year 3

c66c19e164bd42d6bf2ec851f516ef3e.xlsx 3/8/2016

Exhibit 1 Page 54 of 105

(For Information Only)

Broward CountyRFP

Appendix C - Pricing Forms

Fire Station Alerting Control Equipment

<One Page Per Tower Site/Location - Insert Site Name>

Item Description Qty / Hours

Unit Price / Hourly Rate Discount Discount Price

Name: (Insert respondent name)

40 Year 441 Year 544 Other (list all)45

TOTAL

c66c19e164bd42d6bf2ec851f516ef3e.xlsx 3/8/2016

Exhibit 1 Page 55 of 105

(For Information Only)

Broward CountyRFP

Appendix C - Pricing Forms

Fire Station Alerting RF Equipment

<One Page Per Tower Site/Location - Insert Site Name>

Item Description Qty / Hours

Unit Price / Hourly Rate % Discount Discount Price

1 Base Stations2 Antenna System3 Advanced Power Meter4 Other56789

1011121314151617181920

Engineering & Services21 Project Management

Name: (Insert respondent name)

c66c19e164bd42d6bf2ec851f516ef3e.xlsx 3/8/2016

Exhibit 1 Page 56 of 105

(For Information Only)

Broward CountyRFP

Appendix C - Pricing Forms

Fire Station Alerting RF Equipment

<One Page Per Tower Site/Location - Insert Site Name>

Item Description Qty / Hours

Unit Price / Hourly Rate % Discount Discount Price

Name: (Insert respondent name)

22 System Engineering23 System Staging24 Installation25 Acceptance Testing26 Documentation27 Other Services (list all)282930

31 Training (List all)32333435

36 Warranty & Maintenance37 1-year total system warranty after acceptance38 Year 239 Year 340 Year 4

c66c19e164bd42d6bf2ec851f516ef3e.xlsx 3/8/2016

Exhibit 1 Page 57 of 105

(For Information Only)

Broward CountyRFP

Appendix C - Pricing Forms

Fire Station Alerting RF Equipment

<One Page Per Tower Site/Location - Insert Site Name>

Item Description Qty / Hours

Unit Price / Hourly Rate % Discount Discount Price

Name: (Insert respondent name)

41 Year 544 Other (list all)45

TOTAL

c66c19e164bd42d6bf2ec851f516ef3e.xlsx 3/8/2016

Exhibit 1 Page 58 of 105

(For Information Only)

Broward CountyRFP

Appendix C - Pricing Forms

Fire Station Alerting Station Equipment

<One Page Per Tower Site/Location - Insert Site Name>

Item Description Qty / Hours

Unit Price / Hourly Rate % Discount Discount Price

1 Decoder Board2 Control Station Radios3 Station Zoning4 Incident Display Board5 Other6789

1011121314151617181920

Engineering & Services21 Project Management

Name: (Insert respondent name)

c66c19e164bd42d6bf2ec851f516ef3e.xlsx 3/8/2016

Exhibit 1 Page 59 of 105

(For Information Only)

Broward CountyRFP

Appendix C - Pricing Forms

Fire Station Alerting Station Equipment

<One Page Per Tower Site/Location - Insert Site Name>

Item Description Qty / Hours

Unit Price / Hourly Rate % Discount Discount Price

Name: (Insert respondent name)

22 System Engineering23 System Staging24 Installation25 Acceptance Testing26 Documentation27 Other Services (list all)282930

31 Training (List all)32333435

36 Warranty & Maintenance37 1-year total system warranty after acceptance38 Year 239 Year 340 Year 441 Year 5

c66c19e164bd42d6bf2ec851f516ef3e.xlsx 3/8/2016

Exhibit 1 Page 60 of 105

(For Information Only)

Broward CountyRFP

Appendix C - Pricing Forms

Fire Station Alerting Station Equipment

<One Page Per Tower Site/Location - Insert Site Name>

Item Description Qty / Hours

Unit Price / Hourly Rate % Discount Discount Price

Name: (Insert respondent name)

44 Other (list all)45

TOTAL

c66c19e164bd42d6bf2ec851f516ef3e.xlsx 3/8/2016

Exhibit 1 Page 61 of 105

(For Information Only)

Broward CountyRFP

Appendix C - Pricing Forms

Total 15 Year Cost of Ownership

Item Service Description Year 1* Year 2 Year 3 Year 4 Year 5 Year 6 Year 7 Year 8 Year 9 Year 10 Year 11 Year 12 Year 13 Year 14 Year 15

1 Initial System Investment2 System Upgrade Agreement - Hardware and Software3 Remote Technical Support4 System Monitoring5 System Dispatch Service6 Field Technical Support7 Equipment Annual Preventive Maintenance8 Equipment Parts Replacement9

10111213141516171819 TOTAL

*Note: Year 1 begins upon system acceptance.

Name: (Insert respondent name)

c66c19e164bd42d6bf2ec851f516ef3e.xlsx 3/8/2016

Exhibit 1 Page 62 of 105

Standard Instructions for VendorsRequest for Letters of Interest, Request for Proposals, or Request for Qualifications

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor s submittal being rejected.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be submitted with the solicitation response but must be submitted within three business days of County -responsive for failure to fully comply within

2. AddendaThe County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a must addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Exhibit 1 Page 63 of 105

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1.

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

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

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-

2.

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

Exhibit 1 Page 64 of 105

d. The County may consider the unavailability of the most recent year s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors, Public Records and Exemptions and to Submission of Sealed Submittals for instructions on submitting confidential financial statements. The Vendor s failure to provide the information as instructed may lead to the

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Public Record and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor s business status based on the information provided in response to this solicitation.

c. It is the Vendor s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of affiliated entities of the Vendor s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County.

b. The County will review all affiliated entities of the Vendor s principal(s) for contract performance evaluations and the compliance history with the County s Small Business

Affiliated entities ofthe principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

Exhibit 1 Page 65 of 105

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor s

County s request. Failure to timely submit may affect Vendor s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the VendorQuestionnaire

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Form

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County sAgreement shall be considered a part of a Vendor s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the SpecialInstructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the AgreementException Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it

a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

Exhibit 1 Page 66 of 105

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a.

b. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor s Price) x (Maximum Number of Points for Price) = Price Score

c. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files.

G. Presentations

If applicable, as indicated in Special Instructions to Vendors, all Vendors that are found to be both responsive and responsible to the requirements of the solicitation will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor s approach to this project and the Vendorthe discussion. All Vendor s will have equal time to present but the question-and-answer time may

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88,

Exhibit 1 Page 67 of 105

Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested) including a representative of the Vendor that has the authority to bind.

Vendor s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendors to participate via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding the requirements of the solicitation. All questions or clarification inquiries must be submitted through

County will respond to all questions via Bid Sync.

L. Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all response submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes.

2. Any Vendor that intends to assert any materials to be exempted from public disclosure under Chapter 119, Florida Statutes must submit the document(s) in a separate document labeled "Name of Vendor, Attachment to Proposal Package, Solicitation No. # - Confidential Matter." The Vendor must identify the specific statute and subsection that authorizes the exemption from the Public Records law. CD/DVD discs or flash drives included in the submittal must also comply with this requirement and separate any files claimed to be confidential.

3. Failure to provide this information at the time of submittal and in the manner required above may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

4. Except for the materials submitted in compliance with the forgoing, any claim of confidentiality on materials that the Vendor asserts to be exempt and placed elsewhere in the submittal will be considered waived by the Vendor.

5. Submitting confidential material may impact full discussion of your submittal by the Selection

Exhibit 1 Page 68 of 105

g y p y yor Evaluation Committee because the Committee will be unable to talk about the details of

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Copyrighted material will be accepted as part of a submittal only if accompanied by a waiver that will allow the County to make paper and electronic copies necessary for the use of County staff and agents. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of

and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor sresponsiveness to the requirements of the solicitation. The final determination of responsiveness

Exhibit 1 Page 69 of 105

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of an Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

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

If no contract proposal amount was submitted, the estimated contract amount shall be the

Estimated Contract Amount Filing Fee$30,000 - $250,000 $ 500$250,001 - $500,000 $1,000$500,001 - $5 million $3,000Over $5 million $5,000

Exhibit 1 Page 70 of 105

p pCounty s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

Exhibit 1 Page 71 of 105

Special Instructions to Vendors R1426611P1

Solicitation Name: Fire Station Alerting Station Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor’s submittal being rejected.

A. Additional Responsiveness Criteria: In addition to the requirements set forth in the Standard Instructions to Vendors, the following criteria shall also be evaluated in making a determination of responsiveness: 1. BidSync Pricing:

a. It is the responsibility of the Vendor to complete and electronically sign the Item Response Form for this solicitation. The Item Response Form is a matter of RESPONSIVENESS. Failure of the Vendor to complete and electronically sign the Item Response Form SHALL determine the Vendor to be NONRESPONSIVE to the solicitation.

b. All blank areas of the Item Response Form MUST be filled in with a dollar figure. If it is the intent of the Vendor to perform or provide any services or commodities referenced on the Item Response Form at no cost to the County, then $0.00 (zero) dollars MUST be referenced in the appropriate field. In the event that pricing is required for multiple years, pricing for each year MUST be completed by the Vendor.

c. The Vendor SHALL use the Item Response Form provided in the solicitation document. Failure by the Vendor to use the required Item Response Form SHALL determine the Vendor to be nonresponsive.

d. DO NOT USE “N/A”, “—“OR ANY OTHER SYMBOLS ON THE ITEM RESPONSE FORM. IT IS THE RESPONSIBILITY OF THE VENDOR TO ASK QUESTIONS OR SEEK CLARIFICATION REGARDING THE ITEM RESPONSE FORM SUBMITTAL PRIOR TO THE SOLICITATION’S DUE DATE. THE COUNTY WILL NOT SEEK CLARIFICATION ON ANY PRICE SHEET SUBMITTAL.

2. Bond Requirement

Not applicable to this solicitation.

3. Domestic Partnership Act Requirement This solicitation requires that the Vendor comply with Domestic Partnership Act unless it is exempt from the requirement per Ordinance. Vendors must follow the instructions included in the Domestic Partnership Act Certification Form (Requirement and Tiebreaker) and submit as instructed.

4. Living Wage Requirements Not applicable to this solicitation.

B. Additional Responsibility Criteria: In addition to the requirements set forth in the Standard Instructions to Vendors, the following criteria shall also be evaluated in making a determination of responsibility: 1. Office of Economic and Small Business Development Program

Not applicable to this solicitation.

2. Pricing Sheet(s)

Submission of Appendix C – Pricing Sheets for Information Only

Exhibit 1 Page 72 of 105

3. Workforce Investment Program

Not applicable to this solicitation.

4. Licensing – in order to be considered a responsible Vendor for the scope of work, the Vendor shall possess one of the following licenses (including any specified State registration, if applicable) at the time of submittal:

STATE:

CERTIFIED GENERAL CONTRACTOR; OR

CERTIFIED ELECTRICAL CONTRACTOR; OR Broward County:

GENERAL BUILDING CONTRACTOR CLASS “A”; OR (MUST BE REGISTERED WITH THE STATE) MASTER ELECTRICAL CONTRACTOR (MUST BE REGISTERED WITH THE STATE)

Proof of licensing should be furnished within three (3) business days after request by the Purchasing Agent. Any certificate of competency that meets or exceeds those specified or can legally perform the scope of work specified will be considered responsible and responsive to the solicitation. A Joint Venture is required to provide evidence with its response that the Joint Venture, or at least one of the Joint Venture partners, holds the specified license, if applicable, as per Special Instructions to Vendors, issued either by the State of Florida or Broward County. If not submitted with its response, the Joint Venture is required to provide evidence prior to contract execution that the Joint Venture holds the specified license issued either by the State of Florida or Broward County.

5. Vendor’s Opportunity List Requirement Refer to Vendor’s Opportunity List Requirement Form and submit as instructed.

6. Employment Eligibility Verification Program Requirement

Refer to Employment Eligibility Verification Program Requirement Form and submit as instructed.

7. Industry specific requirements: Vendor must be Original Manufacturer or Manufacturer Authorized Reseller at the time of Bid End Date. Vendor should provide proof of certification from manufacturer and submit as instructed.

8. Security Clearance Requirements: Security Clearance: The Contractor shall comply with all security requirements of the Criminal Justice Information Services (CJIS) Security Policy CHIS-ITS-COV-08140-5.2, Version 5/2 dated 08/09/2013 or later.

9. Insurance Requirements

As set forth in the Standard Instructions to Vendors, Item 5. Insurance Requirements

Exhibit 1 Page 73 of 105

C. Standard Agreement Language Requirements: The applicable Agreement terms and conditions for this solicitation can be located at:

http://www.broward.org/Purchasing/Documents/2016-01-15%20Draft%20System%20Services%20Agreement.pdf

Refer to Standard Instructions for Vendors and the requirements to review the applicable terms and conditions (and submission of the Agreement Exception Form).

D. Demonstrations: Not applicable to this solicitation.

E. Presentations: Applies to this solicitation. Refer to Standard Instructions to Vendors for additional information and requirements.

F. Public Art and Design Program: Not applicable to this solicitation.

G. Procurement Authority: Pursuant to Section 21.32, Competitive Sealed Proposals, of the Broward County Procurement Code.

H. Project Funding Source - this project is funded in whole or in part by: County Funds

I. Projected Schedule:

Initial Shortlisting or Evaluation Meeting (Sunshine Meeting): To Be Determined Final Evaluation Meeting (Sunshine Meeting): To Be Determined Check this website for any changes to the above tentative schedule for Sunshine Meetings: http://www.broward.org/Commission/Pages/SunshineMeetings.aspx.

J. Project Manager Information:

Project Manager: José M. De Zayas, Office of Regional Communications and Technology Email: [email protected]

Vendors are requested to submit questions regarding this solicitation through the “Q&A” section on BidSync; answers are posted through BidSync.

Exhibit 1 Page 74 of 105

K. Submittal Instructions:

1. Vendor’s solicitation response must be submitted electronically through BidSync. It is the

Vendor’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

2. Vendor must view or accept each of the listed documents.

3. After all documents are viewed or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

4. Vendor should upload responses to Evaluation Criteria in both Microsoft Word and PDF formats.

5. After all files are uploaded, Vendor must submit and confirm its offer (by entering password) for offer to be received.

Exhibit 1 Page 75 of 105

Evaluation Criteria R1426611P1 – Fire Station Alerting System

1. Ability of Professional Personnel: Describe the qualifications and relevant experience of the Project Manager and all key staff that are intended to be assigned to this project. Include resumes for the Project Manager and all key staff described. Include the qualifications and relevant experience of all subconsultants’ key staff to be assigned to this project.

Additional instructions: a. Composition of the staff assigned to the proposed project, particularly the

proposed Project Manager, Certified Engineer, immediate staff, and their qualifications and experience with projects of similar and scope to the system being proposed in this RFP

b. Adequacy of the personnel of the vendor to accomplish the proposed scope of work in the required time.

Points Value:20 2. Project Approach: Describe the prime Vendor’s approach to the project. Include how the prime Vendor will use subconsultants in the project. The vendor’s project approach will contribute to the assessment of the viability of the vendors proposed price and should reflect the information requested in Appendix C – Pricing Sheets. Additional Instructions:

a. Completed Compliance Matrix - (Appendix A) b. Management Approach c. Design and Documentation d. Vendor’s familiarity with problems applicable to this type of project e. Soundness of technical approach f. Feasibility of design/project risks/cutover strategy g. Features offered / added value h. Resiliency i. System Performance Guarantee j. Technical Statement of Work Standards Compliance and Exceptions k. Warranty, Maintenance, and Support Programs l. Post-Warranty

Points Value: 25 3. Past Performance: Describe prime Vendor’s experience on projects of similar nature, scope and duration, along with evidence of satisfactory completion, both on time and within budget, for the past five years. Provide a minimum of three projects with references.

Vendor should provide references for similar work performed to show evidence of qualifications and previous experience. Refer to Vendor Reference Verification Form and submit as

Exhibit 1 Page 76 of 105

instructed. Only provide references for non-Broward County Board of County Commissioners contracts. For Broward County contracts, the County will review performance evaluations in its database for vendors with previous or current contracts with the County. The County considers references and performance evaluations in the evaluation of Vendor’s past performance.

Additional Instructions: a. Vendor’s familiarity with problems applicable to this type of project b. Past performance of the vendor including timely completion of projects,

compliance with Scope of Work performed within budgetary constraints, and user satisfaction

c. Capability of Vendor based on reputation and customer references d. Projects of similar size and scope e. Projects in government sector

Points Value: 20 4. Workload of the Firm: For the prime Vendor only, list all completed and active projects that Vendor has managed within the past five years. In addition, list all projected projects that Vendor will be working on in the near future. Projected projects will be defined as a project(s) that Vendor is awarded a contract but the Notice to Proceed has not been issued. Identify any projects that Vendor worked on concurrently. Describe Vendor’s approach in managing these projects. Were there or will there be any challenges for any of the listed projects? If so, describe how Vendor dealt or will deal with the projects’ challenges.

Points Value: 5 5. Location: Refer to Vendor’s Business Location Attestation Form and submit as instructed.

Points Value: 5 A Vendor with a principal place of business location (also known as the nerve center) within Broward County for the last six months, prior to the solicitation submittal, will receive five points; a Vendor not meeting all of the local business requirements will receive zero points. The following applies for a Vendor responding as a Joint Venture (JV): if a member of the JV has 51% or more of the equity and meets all of the local business requirements, the JV will receive three points; if a member of the JV has 30 to 50% of the equity and meets all of the local business requirements, the JV will receive two points; and if a member of the JV has 10% to 29% of the equity and meets all of the local business requirements, the JV will receive one point. 6. Pricing: Pricing sheet (Item Response Form) must reflect equipment and services as defined in Scope of Services, Exhibit “A”, as instructed on the Item Response Form, directly into BidSync.

a. Points awarded for price will be based on by applying the following formula: (Lowest Proposed Price/Vendor’s Price) x (Maximum Number of Points for Price) = Price Score

Points Value: 25

Exhibit 1 Page 77 of 105

Security Requirements

A. General Security Requirements and Criminal Background Screening:

1. All contractor and sub-contractor personnel requiring unescorted access to Broward County facilities must obtain a County issued contractor identification badge (contractor ID badge); except as specifically stated herein.

2. The background screening requirements for obtaining a contractor ID badge will depend on the facility to which unescorted access is being requested. Contract Administrators or designees and contractors may contact Broward County Security at (954) 357-6000 or [email protected] for the required background screening requirements associated with access to specific facilities. Contract Administrators will communicate all current and appropriate requirements to the contractor and sub-contractor throughout the contract period.

B. General Facilities:

1. Contractor and sub-contractor personnel servicing and requiring unescorted access to General Facilities must have a County issued contractor ID badge (contractor ID badge) which will be the responsibility of the contractor to obtain. Depending upon the request, the badge may carry electronic access privileges. The badge must be visible and worn at all times together with the contractor s company/business contractor ID badge. Similar to employee security/ID badges, requests for contractor ID badges are initially approved by the requesting agency director or designee and then submitted to Facilities Management Division (FMD) Security for final approval.

2. The issuance of a contractor ID badge for unescorted access to General Facilities requires a Level 1 FDLE background check, which can be conducted by the Florida Department of Law Enforcement (FDLE). This Level 1 FDLE background check is the contractor's responsibility and should be included in the bid price. FDLE background checks can be done by the contractor by phone at (850) 410 -8109 or online at https://web.fdle.state.fl.us/search/app/default

3. Upon completion of the background check, the contractor must attach a copy of the results to the contractor s application for a contractor ID badge. The Project Manager or designee utilizing the service of the contractor will be the Sponsor and will either provide the contractor with a Contractor ID Badge Request Form or assist the contractor in completing an on-line application for the County issued contractor ID badge.

4. Requests for a contractor ID badge requiring an FDLE background check may require lengthy processing and review by the Broward Sheriff s Office (BSO). Contractors and subcontractors must therefore submit the request to Broward County Security at least two (2) weeks prior to the start of service by the contractor. When identification badges are ready, Broward County Security will contact the contractor to arrange pick up. Upon pick up, the applicant must present a valid Florida identification and must be accompanied by his or her supervisor. Broward County Security will then supply contractor ID badge valid for the anticipated period within which the work will be performed. The validity period must be clearly stated on the Contractor ID Badge Request Form; however, the period of validity will not exceed one (1) year. Background checks will be required for renewal of contractor ID badge. At the termination of the contract and separation of employee services, the contractor is responsible for the collection and return of all contractor ID badge to the Project Manager and/or to Broward County Security.

5. Compliance with the County s security requirements is part of the overall contract performance evaluation. Final payment will, in part, be contingent on the return of all contractor ID badges issued to contractor personnel.

6. Broward County Security is located at Governmental Center East, 115 South Andrews Avenue Fort Lauderdale, FL 33301. Telephone (954) 357-6000.

7. All contractors must wear distinctive and neat appearing uniforms with vendor's company name. Sub-contractor personnel must also have Broward County issued contractor IDs

Exhibit 1 Page 78 of 105

p yand meet the same security requirements and uniform standards as the primary

8. Contractors will not be allowed unescorted on the job site without proper County issued contractor ID badges.

C. Facilities Critical to Security and Public Safety:

Many Broward County government facilities will have areas designated as critical to security and public safety, pursuant to Broward County Ordinance 2003-08 Sections 26-121 and 26-122, as may be amended. The issuance of a contractor ID badge for unescorted access to facilities critical to security and public safety may entail a comprehensive statewide and national background check. Unescorted access to certain facilities occupied by the Broward Sheriff s Office (BSO) and the State Attorney s Office will require a national fingerprint-basedrecords check per the Criminal Justice Information System (CJIS) policy.

A contractor employee found to have a criminal record consisting of felony conviction(s) shall be disqualified from access to the State Attorney s Offices and certain BSO facilities. A contractor employee with a record of misdemeanor offense(s) may be granted access if the System Security Officer (CSO), Terminal Access Coordinator (TAC), and FDLE determines that the nature of the offense(s) do not warrant disqualification. Applicants shall also be disqualified on the basis of confirmations that arrest warrants are outstanding for such applicants.

D. Contractor Work Crews:

Background investigations are generally not required for each member of a contractor work crew working on county premises and outside a building or structure. Examples are landscape crews and roofers. If it is necessary to enter the building or structure unescorted, these work crew members should obtain a contractor ID badge. If not, work crew members must be escorted at all times by the project manager, or designee, and must be under the direct supervision of a foreperson for the contractor. The foreperson must be aware of the crew members whereabouts, has completed the appropriate background check for the location and type of work being undertaken, and has been issued and is displaying a contractor ID badge.

All members of a night cleaning crew must complete a background investigation appropriate to the requirements of the facility and so should all work crew members not escorted when working at a critical county facility.

Notwithstanding, the using agency is best positioned and suited to determine the safeguards and requirements that should be in place to manage the risks and consequences associated with the roles and activities of contractor, subcontractor, and work crews, when requesting a contractor ID badge. The agency is aware of the characteristics of the client population being served by the classes of persons, the need to safeguard high-value assets, and the requirement to comply with all statutory requirements governing background investigations.

E. Other Vendors:

Consultants, delivery personnel, and vending machine operators, without a County issued contractor badge, may obtain a Visitor pass and should be escorted by County personnel when accessing and working in designated non-public and employee work areas at both general facilities and facilities critical to security and public safety.

F. Port Everglades Locations:

1. The Department of Port Everglades requires persons to present, at Port entry, a valid driver's license, and valid reason for wishing to be granted Port access in order to obtain

in a 90 day period, a permanent identification badge must be obtained and paid for by the contractor for all employees, subcontractors, agents and servants visiting or working on

Exhibit 1 Page 79 of 105

information, please call (954) 765-4604 or (954) 765-4225.2. All vehicles that are used regularly on the dock apron must have a Dockside Parking

-issued Restricted Access Area badge with a "Dock" destination. Requests for Dockside Parking Permits must be submitted in writing, on company letterhead, to the ID Badge Office. Applicants must demonstrate a need for access to the dock apron. Requests shall be investigated, and approved, if appropriate justification is provided. Supporting

must be affixed to the lower left corner of the permitted vehicle's windshield. Should the permit holder wish to transfer the permit to another vehicle during the term of issuance,

business entity representative will be permitted on the dock at a time at the vessel location.

3. The Federal Government has instituted requirements for a Transportation Worker Identification Credential (TWIC) for all personnel requiring unescorted access to designated secure areas within Port Everglades. The contractor will be responsible for complying with the applicable TWIC requirements. For further information, please call 1-866-347-8371, or go on line to https://universalenroll.dhs.gov/twic-home.

G. Airport Security Program and Aviation Regulations:

1. Consultant/contractor agrees to observe all security requirements and other requirements

limitation, all regulations of the United States Department of Transportation, the Federal Aviation Administration and the Transportation Security Administration, and the Consultant/contractor agrees to comply with the County's Airport Security Program and

to comply with such other rules and regulations as may be reasonably prescribed by the County, and to take such steps as may be necessary or directed by the County to insure that sub lessees, employees, invitees and guests observe these requirements. If required by the Aviation Department, Consultant/contractor shall conduct background checks of its employees in accordance with applicable Federal regulations.

2. If as a result of the acts or omissions of Consultant/contractor, its sub lessees,

any governmental agency, including without limitation, the United States Department of Transportation, the Federal Aviation Administration or the Transportation Security Administration, or any expense in enforcing any federal regulations, including without limitation, airport security regulations, or the rules or regulations of the County, and/or any expense in enforcing the County's Airport Security Program, then consultant/contractor agrees to pay and/or reimburse the County all such costs and expenses, including all costs of administrative proceedings, court costs, and attorneys' fees and all costs

rectify any security deficiency or other deficiency as may be determined as such by the County or the United States Department of Transportation, Federal Aviation Administration, the Transportation Security Administration, or any other federal agency. In the event consultant/contractor fails to remedy any such deficiency, the County may do so at the cost and expense of consultant/contractor. The County reserves the right to take whatever action is necessary to rectify any security deficiency or other deficiency.

3.employee of consultant/contractor or any sub consultant/subcontractor to operate a motor vehicle of any kind or type on the AOA (and unless escorted by an Aviation Department approved escort), the consultant/contractor shall ensure that all such vehicle

any motor vehicles and equipment of consultant/contractor or of any sub consultant/subcontractor operating on the AOA must have an appropriate vehicle identification permit issued by the Aviation Department, which identification must be displayed as required by the Aviation Department.

4. Consent to Search/Inspection: The consultant/contractor agrees that its vehicles, cargo, goods, and other personal property are subject to being inspected and searched when

Exhibit 1 Page 80 of 105

g , p p p y j g p

agrees on behalf of itself and its sub consultant /subcontractors that it shall not authorize any employee or other person to enter the AOA unless and until such employee other person has executed a written consent-to-search/inspection form acceptable to the Aviation Department. Consultant/contractor acknowledges and understands that the forgoing requirements are for the protection of users of the Airport and are intended to reduce incidents of cargo tampering, aircraft sabotage, thefts and other unlawful activities

such consent -to-search / inspec t ion fo rm sha l l no t be emp loyed by the consultant/contractor or by any sub consultant/contractor at the Airport in any position requiring access to the AOA or allowed entry to the AOA by the consultant/contractor or by any sub consultant/contractors.

5. The provisions hereof shall survive the expiration or any other termination of this contract.

H. Water and Wastewater Services (WWS):

1. Contractors/Consultants may receive a WWS ID Badge and/or Access Card and/or Keys while working at WWS facility work sites. These items provide modified access to certain areas and systems otherwise restricted to non-WWS employees and can only be obtained from the WWS Security Manager. These items may be rescinded at the discretion of the WWS Security Officer. The WWS ID Badge, Access Card and/or Keys remain the property of Broward County and must be returned to your WWS contact person at the end of the contract/project.

2. All contractors will complete and sign the WWS Contractor/Consultant Security Memorandum and provide a copy of their Driver s License to be recorded on Schlage Card Access System Profile.

3. A lost or stolen ID Badge and/or Access Card and/or Keys must be reported to the Security Manager immediately.

4. WWS may terminate access to any contractor who acts inappropriately while on County property and has the right to contact BSO if necessary to have the contractor removed and/or file charges against them.

I. Additional Security Requirements for Parks and Recreation:

1. Contractor expressly understands and agrees that a duty is hereby created under this Contract that requires contractor to provide ongoing disclosure throughout the term of this Contract as provided for herein relative to the criminal background screening required by this Section.

2. Contractor shall perform criminal background screening as identified in Item 3 below on its officers, employees, agents, independent contractors and volunteers who will be working under this contract in any County park ( collectively referred to as County Park Property ). Further, if contractor is permitted to utilize subcontractors under this contract, contractor shall perform or ensure that the background screening as required in Item 3 below is conducted on any permitted subcontractor, which term includes the subcontractor s officers, employees, agents, independent contractors and volunteers who will be working under this contract on County Park property.

3. Contractor shall not permit any person who is listed as a sexual predator or sexual offender on the Florida Department of Law Enforcement, Sexual Offenders and Predators Website or the United States Department of Justice, National Sex Offender Public Website, to provide any services for contractor on County Park Property. All persons subject to the criminal background screening under this contract shall be rescreened annually based on the date of initial screening.

4. Contractor shall maintain copies of the results of the criminal background screening required by this Section for the term of this contract and promptly forward copies of same to County, upon its request.

5. Contractor shall be required to furnish to County s Parks and Recreation Project Manager, on a monthly basis, an Affidavit affirming the persons listed in the Affidavit have been background screened as required in Item 3 above and have been deemed eligible by contractor to work on County Park property. Contractor s monthly Affidavit shall update information from the previous Affidavit by reconfirming the status of persons who have previously been deemed eligible as provided for above and updating the list, when

Exhibit 1 Page 81 of 105

p y g p p g ,applicable, to specifically identify new persons providing services for contractor under this Contract who have been background screened as required in Item 3 above and deemed eligible to work on County Park Property. The Contract Administrator may, in his or her discretion, permit contractor to furnish the monthly Affidavit in an electronic format.

6. In the event contractor obtains, or is provided, supplemental criminal background information, including police reports and arrest information, which potentially disqualifies a person previously deemed eligible by contractor to provide services under this contract, contractor shall take immediate action to review the matter; however, during such review time and until a determination of eligibility is made by contractor based on the requirements of this Section, contractor shall immediately cease allowing the person to work on County Park Property. Additionally, contractor shall be required to inform any person background screened pursuant to this Section who is providing services under this contract, to notify contractor within forty-eight (48) hours of any arrest related to sexual misconduct which has occurred after the person was deemed eligible to work on County Park Property.

7. Contractor shall, by written contract, require its permitted subcontractors to agree to the requirements and obligations of this Section.

8. County may terminate this contract immediately for cause, with Notice provided to contractor, for a violation related to contractor s failure to perform the required background screening on its officers, employees, agents, independent contractors and

may also terminate this contract immediately for cause, with Notice provided to contractor, if County determines contractor failed to ensure that its permitted subcontractors, as defined in Item 2 above, have been background screened as required in this section prior to performing any services under this Agreement on County Park Property. Contractor will not be subject to immediate termination in the event County determines a violation of this Section was outside the reasonable control of contractor and contractor has demonstrated to County compliance with the requirements of this Section.

9. County may terminate this contract for cause if contractor fails to provide the monthly Affidavit to County as provided for under Item 5 above, and contractor does not cure said breach within five (5) days of Notice provided to contractor.

Exhibit 1 Page 82 of 105

LOBBYIST REGISTRATION REQUIREMENT CERTIFICATION FORM

The completed form should be submitted with the solicitation response but must be submitted within three business days of County s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

The Vendor certifies that it understands if it has retained a lobbyist(s) to lobby in connection with a competitive solicitation, it shall be deemed non-responsive unless the firm, in responding to the competitive solicitation, certifies that each lobbyist retained has timely filed the registration or amended registration required under Broward County Lobbyist Registration Act, Section 1-262, Broward County Code of Ordinances; and it understands that if, after awarding a contract in connection with the solicitation, the County learns that the certification was erroneous, and upon investigation determines that the error was willful or intentional on the part of the Vendor, the County may, on that basis, exercise any contractual right to terminate the contract for convenience.

The Vendor hereby certifies that: (select one)

the solicitation, the County will be notified.

retained has timely filed the registration or amended registration required under Broward County Lobbyist Registration Act, Section 1-262, Broward County Code of Ordinances.

It is a requirement of this solicitation that the names of any and all lobbyists retained to lobby in connection with this solicitation be listed below:

Lobbyist

Phone:

E-mail:

Name of Lobbyist:

Lobbyist s Firm:

E-

Authorized Signature/Name:

Title:

Vendor Name:

Exhibit 1 Page 83 of 105

DOMESTIC PARTNERSHIP ACT CERTIFICATION FORM (REQUIREMENT AND TIEBREAKER)

Refer to Special Instructions to identify if Domestic Partnership Act is a requirement of the solicitation or acts only as a tiebreaker. If Domestic Partnership is a requirement of the solicitation, the completed and signed form should be returned with the Vendor s submittal. If the form is not provided with submittal, the Vendor must submit within three business days of County s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes. To qualify for the Domestic Partnership tiebreaker criterion, the Vendor must currently offer the Domestic Partnership benefit and the completed and signed form must be returned at time of solicitation submittal.

-157, Broward County Code of Ordinances, requires all Vendors contracting with the County, in an amount over $100,000 provide benefits to Domestic Partners of its employees, on the same basis as it provides benefits to employees spouses, with certain exceptions as provided by the Ordinance.

For all submittals over $100,000.00, the Vendor, by virtue of the signature below, certifies that it is aware of the requirements of Broward County s Domestic Partnership Act, Section 16- -157, Broward County Code of Ordinances; and certifies the following: (check only one below).

1. The Vendor currently complies with the requirements of the County s Domestic Partnership Act and provides benefits to Domestic Partners of its employees on the same basis as it provides benefits to employees spouses

2. The Vendor will comply with the requirements of the County s Domestic Partnership Act at time of contract award and provide benefits to Domestic Partners of its employees on the same basis as it provides benefits to employees spouses.

3. The Vendor will not comply with the requirements of the County s Domestic Partnership Act at time of award.

4. The Vendor does not need to comply with the requirements of the County s Domestic Partnership Act at time of award because the following exception(s) applies: (check only one below).

The Vendor is a governmental entity, not-for-profit corporation, or charitable organization.

The Vendor is a religious organization, association, society, or non -profit charitable or educational institution.

The Vendor provides an employee the cash equivalent of benefits. (Attach an affidavit in compliance with the Act stating the efforts taken to provide such benefits and the amount of the cash equivalent).

The Vendor cannot comply with the provisions of the Domestic Partnership Act because it would violate the laws, rules or regulations of federal or state law or would violate or be inconsistent with the terms or conditions of a grant or contract with the United States or State of Florida. Indicate the law, statute or regulation (State the law, statute or regulation and attach explanation of its applicability).

AuthorizedSignature/Name

Title Vendor Name Date

Exhibit 1 Page 84 of 105

LITIGATION HISTORY FORM

The completed form(s) should be returned with the Vendor s submittal. If not provided with submittal, the Vendor must submit within three business days of County s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

There are no material cases for this Vendor; orMaterial Case(s) are disclosed below:

Is this for a: (check type)Parent, Subsidiary,

orPredecessor Firm?

If Yes, name of Parent/Subsidiary/Predecessor:

Or No Party

Case Number, Name,and Date Filed

Name of Court or other tribunal

Type of Case Bankruptcy Civil Criminal Administrative/RegulatoryClaim or Cause of Action and Brief description of

each CountBrief description of the

Subject Matter and Project Involved

Disposition of Case

(Attach copy of any applicable Judgment,

Settlement Agreement and Satisfaction of Judgment.)

Pending Settled Dismissed

Judgment Vendor s Favor Judgment Against Vendor

If Judgment Against, is Judgment Satisfied? Yes NoOpposing Counsel Name:

Email:

Telephone Number:

Vendor Name:

Exhibit 1 Page 85 of 105

DRUG-FREE WORKPLACE REQUIREMENT CERTIFICATION FORM

The completed and signed form should be returned with the Vendor s submittal. If not provided with submittal, the Vendor must submit within three business days of County s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board Award be made only to firms certifying the establishment of a drug free workplace.

The undersigned vendor hereby certifies that it will provide a drug-free workplace program by:

(1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

(2) Establishing a continuing drug-free awareness program to inform its employees about:i. The dangers of drug abuse in the workplace;ii. The offeror's policy of maintaining a drug-free workplace;iii. Any available drug counseling, rehabilitation, and employee assistance programs; and iv. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace;

(3) Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph (1);

(4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered contract, the employee shall:

i. Abide by the terms of the statement; and ii. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any

violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction.

(5) Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision

(6) Within 30 calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace:

i. Taking appropriate personnel action against such employee, up to and including termination; or ii. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program

approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and

(7) Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs (1) through (6).

AUTHORIZED SIGNATURE/ NAME DATE

Exhibit 1 Page 86 of 105

AGREEMENT EXCEPTION FORM

The completed form(s) should be returned with the Vendor s submittal. If not provided with submittal, it shall be deemed an affirmation by the Vendor that it accepts the terms and conditions of the County s Agreement as disclosed in the solicitation.

The Vendor must either provide specific proposed alternative language on the form below. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

Vendor Name:

There are no exceptions to the terms and conditions of the County Agreement as referenced in the solicitation; or

The following exceptions are disclosed below: (use additional forms as needed; separate each Article/ Section number)

Term or ConditionArticle / Section

Insert version of exception or specific proposed alternative

language

Provide brief justification for change

Exhibit 1 Page 87 of 105

VENDOR QUESTIONNAIRE FORM

The completed Vendor Questionnaire should be submitted with the solicitation response but must be submitted within three business days of County s request. Failure to timely submit may affect Vendor s evaluation.

If a response requires additional information, the Vendor should attach a written detailed response; each response should be numbered to match the question number. The completed questionnaire and attached responses will become part of the procurement record. It is imperative that the person completing the Vendor Questionnaire be knowledgeable about the proposing Vendor s business and operations.

1. Legal business name:

2. Federal Employer I.D. no. (FEIN): Dun and Bradstreet No.:

4. Doing Business As/ Fictitious Name (if applicable):

5. Website address (if applicable):

6. Principal place of business address:

7. Office location responsible for this project:

8. Telephone no.:

9. TYPE OF BUSINESS (check appropriate box):

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious

11. List name and title of each principal, owner, officer, and major shareholder:

a)b)c)d)

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

Corporation (Specify the State of Incorporation):Sole Proprietor Limited Liability Corporation

(LLC)Limited Partnership

General Partnership (State and County filed in)Other Specify

Name: Title:Telephone Number: Fax Number:E-mail:

Name: Title:

Exhibit 1 Page 88 of 105

Telephone Number: Fax Number:E-mail:

13. Has your firm ever failed to complete any services and/or delivery of products If yes, specify details in an attached written

response.

No

14. Is your firm or any of its principals or officers currently principals or officers of another organization? If yes, specify details in an attached written response.

No

15. Have any voluntary or involuntary bankruptcy petitions been filed by or against your firm, its parent or subsidiaries or predecessor organizations during the last three years? If yes, specify details in an attached written response.

No

16. Has your firm, its principals, officers or predecessor organization(s) been debarred or suspended by any government entity within the last three years? Ifyes, specify details in an attached written response.

No

17. Has your firm s surety ever intervened to assist in the completion of a contract or have Performance and/or Payment Bond claims been made to your firm or its predecessor s sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety.

No

18. Has your firm ever failed to complete any work awarded to you, services and/or delivery of products during the last three (3) years? If yes, specify details in an attached written response.

No

19. Has your firm ever been terminated from a contract within the last three years? Ifyes, specify details in an attached written response.

No

20. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a result of the Ordinance for this solicitation, provide the following for informational purposes only. Response is not considered in determining the award of this No

If yes, Living Wage increased the pricing by % or decreased the pricing by

Exhibit 1 Page 89 of 105

STANDARD CERTIFICATIONS

The completed and acknowledged certifications should be submitted with the solicitation response but must be submitted within three business days of County s request. Failure to timely submit may affect Vendor s evaluation.

The Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances, as amended, prohibits certain communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or its joint venturers. After the application of the Cone of Silence, inquiries regarding this solicitaiton should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

Drug-Free Workplace Requirements Certification:Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about:a. The dangers of drug abuse in the workplace;b. The offeror's policy of maintaining a drug-free workplace;c. Any available drug counseling, rehabilitation, and employee assistance programs; and d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition of employment on a covered contract, the employee shall:a. Abide by the terms of the statement; and b. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any

violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace:a. Taking appropriate personnel action against such employee, up to and including termination; or b. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program

approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs

The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances, as amended; and

The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning upon the appointment of the Selection or Evaluation Committee, for communication regarding this solicitation with the County Administrator, Deputy and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or

Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Exhibit 1 Page 90 of 105

g g g p p g g p p g p1 through 6.

The Vendor hereby certifies that: (check box)

Non-Collusion Certification: Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a

officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

The Vendor hereby certifies that: (select one)

Public Entities Crimes Certification: In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list.

The Vendor hereby certifies that: (check box)

Scrutinized Companies List Certification: Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million.

The Vendor hereby certifies that: (check each box)

I hereby certify the information provided in the Vendor Questionnaire Form and Standard Certifications:

Vendor certifies that this offer is made independently and free from collusion; or

Vendor is disclosing names of officers or employees who have a material interest in this procurement and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s) with its submittal.

Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or

The Vendor, owners, or principals are aware of the requirements of Section 287.135, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and

The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and

If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of its principals are placed on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List

Vendor Name:

*AUTHORIZED SIGNATURE/NAME TITLE DATE

Exhibit 1 Page 91 of 105

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate as to Corporate Principal, designation letter by Director/Corporate Officer, or other business authorization to bind on behalf of the Vendor. As the Vendor s authorized representative, I attest that any and all statements, oral, written or otherwise, made in support of the Vendor s response, are accurate, true and correct. I also acknowledge that inaccurate, untruthful, or incorrect statements made in support of the Vendor s response may be used by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify that the Vendor s response is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a response for the same items/services, and is in all respects fair and without collusion or fraud. I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation, acknowledge and accept all of the solicitation pages as well as any special instructions sheet(s).

Exhibit 1 Page 92 of 105

Vendor Reference Verification Form

Vendor is required to submit completed Reference Verification Forms for previous projects referenced in its submittal. Vendor should provide the Vendor Reference Verification Form to its reference organization/firm to complete and return to the Vendor’s attention. Vendor should submit the completed Vendor Reference Form with its response by the solicitation’s deadline. The County will verify references provided as part of the review process. Provide a minimum of three (3) non-Broward County Board of County Commissioners’ references.

Exhibit 1 Page 93 of 105

Vendor Reference Verification Form

Broward County Solicitation No. and Title:

Reference for:

Organization/Firm Name providing reference:

Contact Name: Reference date:

Contact Phone:Contact Email:

Name of Referenced Project:

Contract No. Date Services Provided: Projec Amount:

Vendor’s role in Project: Prime Vendor Subconsultant/Subcontractor

Would you use this vendor again? Yes No

Description of services provided by Vendor:

Please rate your experience with the referenced Vendor:

NeedsImprovement

Satisfactory Excellent Not Applicable

1. Vendor’s Quality of Servicea. Responsiveb. Accuracyc. Deliverables

2. Vendor’s Organization:a. Staff expertiseb. Professionalismc. Turnover

3. Timeliness of:a. Projectb. Deliverables

4. Project completed within budget

5. Cooperation with:a. Your Firmb. Subcontractor(s)/Subconsultant(s)c. Regulatory Agency(ies)

Additional Comments: (provide on additional sheet if needed)

All information provided to Broward County is subject to verification. Vendor acknowledges that inaccurate, untruthful, or incorrect statements made in support of this response may be used by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code.

Exhibit 1 Page 94 of 105

LOCAL VENDOR CERTIFICATION FORM (PREFERENCE AND TIEBREAKER)

The completed and signed form should be returned with the Vendor s submittal to qualify for Local Preference, however it must be returned at timeIf not provided with submittal, the Vendor must submit within three business days o

County s request for evaluation of Local Preference. Proof of a local business tax must be returned at time of solicitation submittal to qualify for theTie Break criteria. Failure to timely submit this form or local business tax receipt may render the business ineligible for application of the Local Preference. Failure to timely submit this form and local business tax receipt at time of submittal will disqualify the Vendor for this Tie Breaker.

In accordance with Section 21.31.d. of the Broward County Procurement Code, to qualify for the Tie Break Criteria, the undersigned Vendorhereby certifies that (check box if applicable):

a. has a valid Broward County local business tax receipt; b. has been in existence for at least six-c. provides services on a day-to-

zoned for such business; and d. services provided from this location are a substantial component of the services offered in the Vendor's proposal.

In accordance with Local Preference, Section 1-74, et. seq., Broward County Code of Ordinances, and Broward County s Interlocal ReciprocityAgreement with Miami- LocaPreference, the undersigned Vendor hereby certifies that (check box if applicable):

-Dade County and:

a. has a valid corresponding County local business tax receipt; b. has been in existence for at least one-c. provides services on a day-to- -Dade

County and in an area zoned for such business; and d. the services provided from this location are a substantial component of the services offered in the Vendor's proposal.

Authorized Signature/Name Title Vendor Name Date

Exhibit 1 Page 95 of 105

RFP-RFQ-RLI LOCATION ATTESTATION FORM (EVALUATION CRITERIA)

The completed and signed form and supporting information (if applicable, for Joint Ventures) should be returned with the Vendor s submittal. If not provided with submittal, the Vendor must submit within three business days of County s request. Failure to timely submit this form and supporting information may affect the Vendor s evaluation. Provided information is subject to verification by the County.

A Vendor s principal place of business location (also known as the nerve center) within Broward County is considered in accordance with Evaluation Criteria. The County s definition of a principal place of business is:

1. As defined by the Broward County Local Preference Ordinance, Principal place of business means the nerve center or center of overall direction, control and coordination of the activities of the bidder [Vendor]. If the bidder has only one (1) business location, such business location shall be considered its principal place of business.

2. A principal place of business refers to the place where a corporation's officers direct, control, and coordinate the corporation's day-to-day activities. It is the corporation's nerve center andin practice it should normally be the place where the corporation maintains its headquarters; provided that the headquarters is the actual center of direction, control, and coordination, i.e., the nerve center , and not simply an office where the corporation holds its board meetings (for example, attended by directors and officers who have traveled there for the occasion).

The Vendor s principal place of business in Broward County shall be the Vendor s Principal Address aindicated with the Florida Department of State Division of Corporations, for at least six months prior to the solicitation

Check one of the following:

The Vendor certifies that it has a principal place of business location (also known as the nerve center) within Broward County, as documented in Florida Department of State Division of Corporations (Sunbiz), and attests to the following statements:

1. Vendor s address listed in its submittal is its principal place of business as defined by Broward County;

2. Vendor s Principal Address listed with the Florida Department of State Division of Corporations is the same as the address listed in its submittal and the address was listed for at least six months prior to the solicitation s opening date. A copy of Florida Department of State Division of Corporations (Sunbiz) is attached as verification.

3. Vendor must be located at the listed nerve center address ( Principal Address ) for at least six (6) months prior to the solicitation s opening date;

4. Vendor has not merged with another firm within the last six months that is not headquartered in Broward County and is not a wholly owned subsidiary or a holding company of another firm that is not headquartered in Broward County;

5. If awarded a contract, it is the intent of the Vendor to remain at the referenced address for the duration of the contract term, including any renewals, extensions or any approved interim contracts for the services provided under this contract; and

6. The Vendor understands that if after contract award, the County learns that the attestation was erroneous, and upon investigation determines that the error was willful or intentional on

Exhibit 1 Page 96 of 105

p gthe part of the Vendor, the County may, on that basis exercise any contractual right to terminate the contract. Further any misleading, inaccurate, false information or documentation submitted by any party affiliated with this procurement may lead to suspension and/or debarment from doing business with Broward County as outlined in the Procurement Code, Section 21.119.

If the Vendor is submitting a response as a Joint Venture, the following information is required to be submitted:

a. Name of the Joint Venture Partnershipb. Percentage of Equity for all Joint Venture Partnersc. A copy of the executed Agreement(s) between the Joint Venture Partners

Vendor does not have a principal place of business location (also known as the nerve center) within Broward County.

Vendor Information:

Vendor Name:

Vendor

The signature below must be by an individual authorized to bind the Vendor. The signature below is an attestation that all information listed above and provided to Broward County is true and accurate.

AuthorizedSignature/Name

Title Vendor Name Date

Exhibit 1 Page 97 of 105

AFFILIATED ENTITIES OF THE PRINCIPAL(S) CERTIFICATION FORM

The completed form should be submitted with the solicitation response but must be submitted within three business days of County s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

a. All Vendors are required to disclose the names and addresses of affiliated entities of the Vendor sprincipal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County.

b. The County will review all affiliated entities of the Vendor s principal(s) for contract performance evaluations and the compliance history with the County s Small Business Program, including CBE,

Affiliated entities of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

The Vendor hereby certifies that: (select one)

No principal of the proposing Vendor has prior affiliations that meet the criteria defined as Affiliated entities

Principal(s) listed below have prior affiliations that meet the criteria defined as Affiliated entities

Principal s Name:

Names of Affiliated Entities:

Principal s Name:

Names of Affiliated Entities:

Principal s Name:

Names of Affiliated Entities:

Authorized Signature Name:

Title:

Vendor Name:

Date:

Exhibit 1 Page 98 of 105

SCRUTINIZED COMPANIES LIST REQUIREMENT CERTIFICATION FORM

The completed and signed form(s) should be returned with the Vendor s submittal. If not provided with submittal, the Vendor must submit within three business days of County s request. Vendor may be deemed non-responsive for failure to fully

Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million.

The Vendor, by virtue of the signature below, certifies that:a. The Vendor, owners, or principals are aware of the requirements of Section 287.135, Florida Statutes, regarding

Companies on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and

b. The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and

c. If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of its principals are placed on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List.

Authorized Signature/Name Title Vendor Name Date

Exhibit 1 Page 99 of 105

VOLUME OF PREVIOUS WORK ATTESTATION FORMThe completed and signed form should be returned with the Vendor s submittal. If not provided with submittal, the Vendor must submit within three business days of County s request. Failure to provide timely may affect the Vendor s evaluation. This completed form must be included with the Vendor s submittal at the time of the opening deadline to be considered for a Tie Breaker criterion (if applicable).

The calculation for Volume of Previous Work is all amounts paid to the prime Vendor by Broward County Board of County Commissioners at the time of the solicitation opening date within a five-year timeframe. The calculation of Volume of Previous Work for a prime Vendor previously awarded a contract as a member of a Joint Venture firm is based on the actual equity ownership of the Joint Venture firm.

In accordance with Section 21.31.d. of the Broward County Procurement Code, the Vendor with the lowest dollar volume of work previously paid by the County over a five-year period from the date of the submittal opening will receive the Tie Breaker.

Vendor must list all projects it received payment from Broward County Board of County Commissioners during the past five years. If the Vendor is submitting as a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture. The Vendor attests to the following:

If Yes, Vendor must submit a Joint Vendor Volume of Work Attestation Form.

ItemNo.

Project Title Solicitation/ContractNumber:

Departmentor Division

DateAwarded

Paid to DateDollar

Amount1

2

3

4

5

Grand Total

Authorized Signature/ Name Title Date

Exhibit 1 Page 100 of 105

VOLUME OF PREVIOUS WORK ATTESTATION JOINT VENTURE FORM

If applicable, this form and additional required documentation should be submitted with the Vendor s submittal. If not provided with submittal, the Vendor must submit within three business days of County s request. Failure to timely submit this form and supporting documentation may affect the Vendor s evaluation.

The calculation of Volume of Previous Work for a prime Vendor previously awarded a contract as a member of a Joint Venture firm is based on the actual equity ownership of the Joint Venture firm. Volume of Previous Work is not

Vendor must list all projects it received payment from Broward County Board of County Commissioners during the past five years as a member of a Joint Venture. The Vendor attests to the following:

Vendor is required to submit an executed Joint Venture agreement(s) and any amendments for each project listed above. Each agreement must be executed prior to the opening date of this solicitation.

ItemNo. Project Title

Solicitation/ContractNumber:

Departmentor Division Date

AwardedJV Equity

%

Paid to Date

DollarAmount

1

2

3

4

5

Grand Total

Authorized Signature/ Name Title Date

Exhibit 1 Page 101 of 105

SUBCONTRACTORS/SUBCONSULTANTS/SUPPLIERS INFORMATION FORM

The following forms and supporting information (if applicable) should be returned with Vendorprovided with submittal, the Vendor must submit within three business days of County s request. Failure to timely submit may affect Vendor s evaluation.

A. The Vendor shall submit a listing of all subcontractors, subconsultants and major material suppliers (firms), if any, and the portion of the contract they will perform. A major material supplier is considered any firm that provides construction material for construction contracts, or commodities for service contracts in excess of $50,000, to the Vendor.

B. If participation goals apply to the contract, only non-certified firms shall be identified on the form. A noncertified firm is a firm that is not listed as a firm for attainment of participation goals (ex. County Business Enterprise or Disadvantaged Business Enterprise), if applicable to the solicitation.

C. This list shall be kept up-to-suppliers are stated, this does not relieve the Vendor from the prime responsibility of full and complete

D. After completion of the contract/final payment, the Vendor shall certify the final list of non-certifiedsubcontractors, subconsultants, and suppliers that performed or provided services to the County for the

If none, state none

s E-

Exhibit 1 Page 102 of 105

s E-

AuthorizedSignature/Name

Title Vendor Name Date

Exhibit 1 Page 103 of 105

Insurance RequirementsThe following coverage is deemed the minimum insurance required for this project. The selected firm must be prepared to provideproof of insurance commensurate with or in excess of this requirement. Any deviation is subject to the approval of Risk Management.

CERTIFICATE HOLDER:Broward County 115 S. Andrews AvenueFt. Lauderdale, Florida 33301Attn: Jose DeZayas - OCT _________________________________

Risk Management DivisionRevised 2015

TYPE OF INSURANCE MINIMUM LIABILITY LIMITS

Each Occurrence AggregateCOMMERCIAL GENERAL LIABILITYBroad form or equivalent

Including coverage for:[x ] Premises–Operations[ ] Explosion, Collapse, Underground Hazards[x ] Products/Completed Operations [x ] Contractual Insurance[x ] Independent Contractors[x ] Personal Injury[ ] Other:

Bodily Injury

Property Damage

Combined single limitBodily Injury &Property Damage

$ 3 mil $ 10 mil

Minimum limits:BUSINESS AUTO LIABILITYCOMPREHENSIVE FORM

Including Coverage for:[x] Owned[x] Hired[x] Non-owned[x] Any Auto

Bodily Injury (each person)

Bodily Injury (each accident)

Property DamageCombined single limitBodily Injury &Property Damage

$ 1 mil

EXCESS/UMBRELLA LIABILITYMay be used to supplement minimumliability coverage requirements.

Follow form basis orAdd’l insd endorse-ment is required

[x ] WORKERS’ COMPENSATION

[x ] EMPLOYERS’ LIABILITY

Chapter 440 FS STATUTORYU.S. Longshoremen & Harbor Workers’ Act & Jones Act is required for any activities on or about navigable water(each accident) $ 1mil / accident

[ X ] PROFESSIONAL LIABILITY – E & O (each accident) $ 5 mil

Extended coverage period

4 years

[X ] CYBER LIABILITY (each accident) $ 1 mil

$ 5 milNotified individuals aggregate

$ 2 mil

DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES

BROWARD COUNTY IS LISTED AS AN ADDITIONAL INSURED ON THE GENERAL LIABILITY POLICY AND THE BUSINESS AUTOMOBILE LIABILITY POLICY. INDICATE BID #,RLL, RFP, & Project Manager on COIREFERENCE: Fire Station Alerting System

VALID FOR ONE YEAR FROM THE DATE OF SIGNATURE

ELIZABETH PLASKA dc=cty, dc=broward, dc=bc, ou=Organization, ou=BCC, ou=RM, ou=Users, cn=ELIZABETH PLASKA 2016.02.16 16:17:27 -05'00'

Exhibit 1 Page 104 of 105

Question and Answers for Bid #R1426611P1 - Fire Station Alerting System

Overall Bid Questions

Exhibit 1 Page 105 of 105