HomeMy WebLinkAbout061410_ca01
Request for Proposals, Contract Documents
and System Requirements for:
JEFFCOM 911 Procurement and Installation of
VHF and UHF Simulcast Radio System Improvements
Jefferson County, Washington
Jefferson County, Washington
Request for Proposals, Contract Documents
and System Requirements for:
JEFFCOM 9-1-1 Procurement and Installation of
VHF and UHF Simulcast Radio System Improvements
______________________________________________
Jefferson County Board of Commissioners
June 2010
NOTICE TO PLAN HOLDER
:
The office to administer this contract is
JEFFCOM 9-1-1
81 Elkins Road
Port Hadlock, WA 98339
Attn: Larry Southwick
Telephone: (360) 379-2878
JEFFCOM 911 Simulcast Radio System Improvements Title Page
TABLE OF CONTENTS
TITLE PAGE
TABLE OF CONTENTS
NOTICE TO CONTRACTORS – REQUEST FOR PROPOSALS
INSTRUCTIONS AND INFORMATION FOR PROPOSERS
EVALUATION AND CONTRACT AWARD
PART 1 – PROPOSAL FORMS
EXHIBIT A – PROPOSAL
EXHIBIT B – PROPOSAL BOND
PART 2 - CONTRACT FORMS
EXHIBIT C – CONTRACT
EXHIBIT D – CONTRACT BOND
EXHIBIT E – PREVAILING WAGE RATES FOR JEFFERSON COUNTY
PART 3 – SCOPE OF EQUIPMENT AND SERVICE REQUIREMENTS
JEFFCOM 911 Simulcast Radio System Improvements Table of Contents
NOTICE TO RADIO SYSTEM CONTRACTORS
REQUEST FOR PROPOSALS FOR THE:
JEFFCOM 9-1-1 Procurement and Installation of
VHF and UHF Simulcast Radio System Improvements
Notice is hereby given that JEFFCOM 9-1-1, Jefferson County, Washington, will receive
9:30 am on Tuesday, July 6, 2010,
sealed proposals up until the hour of at the Jefferson County
Courthouse, Office of the Board of County Commissioners, P.O. Box 1220, 1820 Jefferson
JEFFCOM 911Procurement and Installation of
Street, Port Townsend, WA 98368, for the
VHF and UHF Simulcast Radio System Improvements.
in Jefferson and Kitsap Counties
Proposals may be mailed or delivered but must be received by the previously stated date and
time. Proposals must be submitted in writing and in sealed envelopes. Telephone quotations,
faxed, emailed or electronically transmitted documents will not be accepted. Proposals will be
opened and publicly read at the Board of County Commissioners meeting at or after 10:00 am.
JEFFCOM 9-1-1 is a county-wide emergency dispatch system serving all police, fire and
EMS services within Jefferson County. The goal of this Request for Proposals (RFP) is to solicit
Proposals from firms interested in providing the equipment and installation services needed to
implement a new VHF and UHF simulcast radio system. The JeffCom 9-1-1 public safety radio
system requires an upgraded solution that meets immediate user needs and provides a foundation
for future expansion with advanced radio system technology. The new radio system must meet
FCC narrow-banding mandates.
Specifically, JeffCom 9-1-1 requests proposals to procure for their public safety radio
system the following:
System components will include: timing and synchronization; base station interface and
control; and interface connections to digital microwave backbone (by others). Labor
components will include: installation of the system equipment; system configuration and
optimization; testing and acceptance; and other services as needed to complete the fully
operational system.
Functional requirements include: analog, narrowband (12.5 KHz), VHF (1 channel) and
UHF (1 channel); wide-area simulcast transmit operation at five sites; and wide-area
voted receiver operation at six sites. Re-use of existing Motorola MTR2000 VHF and
UHF base station investments is required to the maximum extent possible.
The VHF and UHF radio infrastructure and central switch equipment will be installed by
the successful proposer at each of the designated radio sites, with site connectivity
provided via digital microwave either currently in place or being installed (having been
purchased separately from the scope of this Contract).
mandatory Pre-Proposal Conference10:00 am onJune
A is scheduled to be held at
21, 2010
, at the Jefferson County Emergency Operations Center (EOC) located at 81 Elkins Rd.,
Port Hadlock, WA, 98339. All proposers are required to attend in person. Proposals submitted
JEFFCOM 911 Simulcast Radio System Improvements Request for Proposals page 1
by firms that have not participated in the Pre-proposal Conference will be rejected as non-
compliant. Written inquiries and challenges to requirements or specifications received prior to
and questions raised during the conference will be discussed and responded to. This conference
will be followed by a tour of the on-site dispatch center and radio equipment room, then the Teal
Lake (CenCom) and South (Coyle Road) sites. Information will be provided regarding the other
three sites without field examination.
A written summary of all Proposer questions and the responses to the questions will be
sent to all Proposers on the Proposers’ list at least five (5) working days prior to the due date.
Written questions may be submitted in advance to the RFP Coordinator. JEFFCOM 9-1-1 shall
be bound only to written answers to questions and any oral responses given at the Pre-Proposal
Conference shall be considered unofficial.
The Contractor agrees to perform the complete work as specified for final completion,
including corrections, testing and acceptance within three (3) months, beginning on the date
given in the Notice to Proceed by JEFFCOM 9-1-1.
Proposals shall be submitted in accordance with the Request for Proposals, Contract
Documents and System Requirements on file at Builders Exchange of Washington, 2607
Wetmore Avenue, Everett, WA 98201, (425) 258-1303. Free-of-charge online access to project
bid documents (plans, specifications, addenda, and bidders list) is provided to Prime Bidders,
www.bxwa.com
Subcontractors, and Vendors by going to and clicking on "Posted Projects",
"Public Works", and "JEFFCOM 9-1-1". This online plan room provides Bidders with fully
:
usable online documents with the ability to download, view, print, order full/partial plan sets
from numerous reprographic sources, and a free online digitizer/take-off tool. It is recommended
that Bidders “Register” in order to receive automatic e-mail notification of future addenda and to
place themselves on the “Self-Registered Bidders List". Bidders that do not register will not be
automatically notified of addenda and will need to periodically check the on-line plan room for
addenda issued on this project. Contact Builders Exchange of Washington at (425) 258-1303
should you require assistance with access or registration.
Each Proposal shall be accompanied by a surety bond, postal money order, cash, cashier's
check or certified check payable to JEFFCOM 9-1-1 in the sum of five percent (5%) of the bid
amount, to be forfeited to JEFFCOM 9-1-1 by the successful proposer if he/she fails to enter into
a contract and file an acceptable surety bond in the amount of one hundred percent (100%) of the
contract price within ten (10) calendar days of the award. JEFFCOM 9-1-1 reserves the right to
reject any and all proposals, to accept the proposal deemed most advantageous to JEFFCOM 9-
1-1 and to waive all informalities in the process.
JEFFCOM 9-1-1 intends to utilize RCW 39.04.270 procedures which state that:
(2) A municipality may acquire electronic data processing or telecommunications equipment,
software, or services through competitive negotiation rather than through competitive bidding.
(3) "Competitive negotiation," for purposes of this section, shall include, as a minimum, the
following requirements:
(a) A request for proposal shall be prepared and submitted to an adequate number of
qualified sources, as determined by the municipality in its discretion, to permit reasonable
JEFFCOM 911 Simulcast Radio System Improvements Request for Proposals page 2
competition consistent with the requirements of the procurement. Notice of the request for the
proposal must be published in a newspaper of general circulation in the municipality at least
thirteen days before the last date upon which proposals will be received. The request for
proposal shall identify significant evaluation factors, including price, and their relative
importance.
(b) The municipality shall provide reasonable procedures for technical evaluation of the
proposals received, identification of qualified sources, and selection for awarding the contract.
(c) The award shall be made to the qualified bidder whose proposal is most advantageous to
the municipality with price and other factors considered. The municipality may reject any and all
proposals for good cause and request new proposals.
Published: June 16 and 23, 2010
Port Townsend/Jefferson County Leader
JEFFCOM 911 Simulcast Radio System Improvements Request for Proposals page 3
INSTRUCTIONS AND INFORMATION FOR PROPOSERS
Definitions. Definitions for the purposes of this Request for Proposals (RFP) include:
JEFFCOM 9-1-1 – a Washington State / Jefferson County public safety organization and owner of
the county-wide dispatch system for police, fire and EMS services that is issuing this RFP.
Proposal – A formal offer submitted in response to this solicitation.
Proposer – An individual or company submitting a proposal in order to attain a contract with
JEFFCOM 9-1-1.
Request for Proposals (RFP) – Formal procurement document in which a service or need is
identified but no specific method to achieve it has been chosen. The purpose of an RFP is to permit
the proposer community to suggest various approaches to meet the need at a given price.
Successful Proposer – Individual or company whose proposal has been accepted by JEFFCOM
9-1-1 and is awarded a fully executed, written contract.
RFP Coordinator. The RFP Coordinator is the sole point of contact in JEFFCOM 9-1-1 for this
procurement. All communication between the proposer and JEFFCOM 9-1-1 upon receipt of this RFP shall
be with the RFP Coordinator, as follows:
JEFFCOM 9-1-1
Attn: Larry Southwick
81 Elkins Road
Port Hadlock, WA 98339
Phone 360-379-2878
Fax 360-385-9357
Email – larrysouth@cablespeed.com
Contact with County staff or its consultants presently involved in the project is prohibited during the RFP
process. Communication directed to parties other than the RFP Coordinator may result in disqualification
of the proposer.
Mandatory Pre-Proposal Conference. A mandatory Pre-Proposal Conference is scheduled to be held at
10:00 am on June 21, 2010 at the Jefferson County Emergency Operations Center (EOC) located at 81
Elkins Rd., Port Hadlock, Washington 98339. All proposers are required to attend in person. Proposals
submitted by firms that have not participated in the Pre-Proposal Conference will be rejected as non-
responsive. This conference will be followed by a tour of the on-site dispatch center and radio equipment
room, then the Teal Lake (CenCom) and South (Coyle Road) sites. Information will be provided regarding
the other three sites without field examination.
Written questions may be submitted in advance of the meeting to the RFP Coordinator or at least eight
working days prior to the due date for proposals. Requests for information, clarifications, or questions shall
include the name, company, address, phone and fax number of the requesting party. Written inquiries
and/or challenges to requirements or specifications received prior to and questions raised during the
conference will be discussed and responded to. A written summary of all questions and the responses to the
questions will be sent to all persons on the proposers’ list at least five (5) working days prior to the due date
for proposals. JEFFCOM 9-1-1 shall be bound only to written answers to questions and any oral responses
JEFFCOM 9-1-1 Simulcast Radio System Improvements Instructions and Information for Proposers page 1
given at the Pre-Proposal Conference or otherwise shall be considered unofficial and non-binding on
JEFFCOM 9-1-1.
Corrections, Interpretations and Addenda. Written addenda to clarify questions, which should arise, will
then be issued if appropriate but only in response to timely requests. All interpretation or explanation of
theRequest forProposals, Contract Documents and System Requirements shall be in the form of an
addenda, and no oral statements by JEFFCOM 9-1-1 or any other officer, employee or other agent or
representative of JEFFCOM 9-1-1 shall in any way modify the contract or proposal documents, whether
made before or after letting the contract.
Receipt of Proposals. Proposals must be submitted on the forms provided herein, Part 1 – Proposal Forms,
in accordance with this Request for Proposals. The proposal must be submitted in a sealed envelope with
the following information: name of the project = "JEFFCOM 9-1-1 Procurement and Installation of VHF
and UHF Simulcast Radio System Improvements", followed by the name of the proposer, proposer's
company, address and date submitted. If forwarded by mail, the proposal must be enclosed in another
envelope addressed to: JEFFCOM 9-1-1, Attn: Larry Southwick, Jefferson County Courthouse, Office of
the Board of County Commissioners, P.O. Box 1220, Port Townsend, WA 98368.
Proposal Documents. The proposal must be fully completed and executed when submitted. Submit five (5)
copies of the proposal along with one complete electronic copy in PDF format on CD. See Exhibit A –
Proposal, and the Scope of Equipment and Service Requirements for specific details about the Proposal
requirements. Each proposal must be accompanied by the following completed forms executed as required.
Exhibit A – Proposal
Exhibit B – Proposal Bond or acceptable alternative Bid Deposit
Proposal Deposit. A deposit of at least five percent (5%) of the total proposal shall accompany each proposal.
This deposit may be made by cash, cashiers check, certified check payable to JEFFCOM 9-1-1, or surety
bond as provided for in Exhibit B – Proposal Bond, which must be signed by the proposer and surety. The
surety must be registered with the Washington State Insurance Commissioner and appear on the current
authorized insurance list in the State of Washington published by the Office of Insurance Commissioner.
Because a proposal deposit is required by the Request for Proposals, the failure to furnish a proposal deposit
of 5 percent of the proposal amount shall make the proposal non-responsive and shall cause the proposal to be
rejected by JEFFCOM 9-1-1.
Document Property and Confidentiality. Materials submitted in response to this competitive procurement
shall become the property of JEFFCOM 9-1-1.
All received proposals shall remain confidential until the public opening of the Proposals as stated in the RFP.
Thereafter, the proposals shall be deemed public records as defined in Ch. 42.56 RCW, “Public Records Act.”
Any information in the proposal that the proposer desires to claim as proprietary and exempt from disclosure
under the provisions of state law shall be clearly designated. Each page claimed to be exempt from disclosure
must be clearly identified by the word “Confidential” printed on it. Marking the entire proposal exempt from
disclosure will not be honored.
JEFFCOM 9-1-1 will consider a proposer’s request for exemption from disclosure; however, JEFFCOM
9-1-1 will make a decision predicated upon state law and regulations. If any information is marked as
proprietary in the proposal, it will not be made available until the affected proposer has been notified.
Proposers may elect to seek a court injunction against the requested disclosure.
JEFFCOM 9-1-1 Simulcast Radio System Improvements Instructions and Information for Proposers page 2
All requests for information should be directed to the RFP Coordinator.
. Proposals must provide sixty (60) days for acceptance by JeffCom 9-1-1 from the due
Acceptance Period
date for the public opening of proposals.
Responsiveness. The proposer is specifically notified that failure to comply with any part of the RFP may
result in rejection of the proposal as non-responsive.
Scope of Equipment and Service Requirements
Specific elements have been established in the section of
this RFP. These are categorized as being in one of three categories; "Required," "Desired" or "Optional."
Failure to meet any of the "Required" elements may be the basis for disqualification of any proposal. It is
particularly important that, should there be any proposer questions related to "Required" elements of this
RFP, clarification be sought through formal submittal of questions at the Pre-Proposal Conference or at least
eight working days prior to the RFP due date.
JEFFCOM 9-1-1 also reserves the right, however, at its sole discretion to waive minor administrative
irregularities.
. JEFFCOM 9-1-1 reserves the right to make an award without further discussion of
Most Favorable Terms
the proposal submitted. Therefore, the proposal should be submitted initially on the most favorable terms
which the proposer can offer. There will be no 'best and final offer' procedure. JEFFCOM 9-1-1 reserves the
right to contact a proposer for clarification of its proposal.
The proposer should be prepared to accept this RFP for incorporation into a contract resulting from this RFP.
Contract negotiations will incorporate some or all or the proposal
Proposer Familiarity with Requirements. Proposers must satisfy themselves of the accuracy of estimated
quantities, specifications and contract requirements, by personal examination of the Scope of Equipment and
Service Requirements, all contract documents, the site or sites or location of the proposed work, and by any
other examination or investigation which they may desire to make as to the nature of the contract
requirements or any difficulties to be encountered.
The failure or omission of any proposer to do any of the foregoing shall in no way relieve any proposer from
any obligation with respect to his/her proposal, and the proposer shall not assert that there was a
misunderstanding concerning the work or of the nature of the work to be done, or of the requirements of the
contract.
Qualifications of Proposers. JEFFCOM 9-1-1 may make such investigations as it deems necessary to
determine the ability of the proposer to perform the work, and the proposer shall furnish to JEFFCOM 9-1-1
all such information and data for this purpose as JEFFCOM 9-1-1 may request. JEFFCOM 9-1-1 reserves the
right to reject any proposal if the evidence is submitted by or an investigation of such proposer fails to satisfy
JEFFCOM 9-1-1 that such proposer is properly qualified to carry out obligations of the contract and to
complete the work contemplated therein.
Conditional or Qualified Proposals. A conditional or qualified proposal will not be accepted.
Costs to Propose. JEFFCOM 9-1-1 will not be liable for any costs incurred by the proposer in preparation of
a proposal submitted in response to this RFP, in conduct of a presentation, or any other activities related to
responding to this RFP
JEFFCOM 9-1-1 Simulcast Radio System Improvements Instructions and Information for Proposers page 3
No Obligation to Contract. This RFP does not obligate JEFFCOM 9-1-1 to contract for services specified
herein. JEFFCOM 9-1-1 also reserves the right to cancel or to re-issue the RFP in whole or in part, prior to
final award of a contract.
Rejection of Proposals. JEFFCOM 9-1-1 reserves the right at its sole discretion to reject any and all
proposals received without penalty and to not issue a contract as a result of this RFP.
. Any proposal may be withdrawn prior to the scheduled time for deposit of
Withdrawal of Proposals
proposals or authorized postponement thereof. No proposal may be withdrawn after the time set for the
deposit of proposals or before award of contract, unless said award is delayed for a period exceeding sixty
(60) days.
Late proposals. Any proposal received after the time and date specified shall not be considered.
Basis of Award. JEFFCOM 9-1-1 intends to utilize Ch. 39.04.270 RCW procedures which state that:
(2) A municipality may acquire electronic data processing or telecommunications equipment, software, or
services through competitive negotiation rather than through competitive bidding.
(3) "Competitive negotiation," for purposes of this section, shall include, as a minimum, the following
requirements:
(a) A request for proposal shall be prepared and submitted to an adequate number of qualified sources,
as determined by the municipality in its discretion, to permit reasonable competition consistent with the
requirements of the procurement. Notice of the request for the proposal must be published in a newspaper of
general circulation in the municipality at least thirteen days before the last date upon which proposals will be
received. The request for proposals shall indentify significant evaluation factors, including price, and their
relative importance.
(b) The municipality shall provide reasonable procedures for technical evaluation of the proposals
received, identification of qualified sources, and selection for awarding the contract.
(c) The award shall be made to the qualified bidder whose proposal is most advantageous to the
municipality with price and other factors considered. The municipality may reject any and all proposals for
good cause and request new proposals.
If at the time this contract is to be awarded, the lowest acceptable proposal exceeds the funds then estimated
by JEFFCOM 9-1-1 as available, JEFFCOM 9-1-1 may reject all proposals or take such other action as best
serves JEFFCOM 9-1-1’s interest.
Responsibility Criteria. In accordance with RCW 39.04.350, before award, the proposer must meet the
following responsibility criteria. The proposer shall provide JEFFCOM 9-1-1 documentation demonstrating
compliance with the criteria. The proposer must:
a)Have a current certificate of registration as a contractor in compliance with chapter 18.27 RCW,
which must have been in effect at the time of bid submittal
;
Before award of contract,
b)have a current Washington Unified Business Identifier (UBI)
number;
Before award of contract,
c)if applicable:
A.Have Industrial Insurance (workers’ compensation) coverage for the bidder’s
employees working in Washington, as required in Title 51 RCW;
B.Have a Washington Employment Security Department number, as required in Title
JEFFCOM 9-1-1 Simulcast Radio System Improvements Instructions and Information for Proposers page 4
50 RCW;
C.Have a Washington Department of Revenue state excise tax registration number, as
required in Title 82 RCW;
At the time of award of contract,
d)not be disqualified from bidding on any public works
contract under RCW 39.06.010 or 39.12.065(3).
Pursuant to Section 3 of SHB 2010/Chapter 133, Laws of Washington 2007), the bidder who is awarded the
contract must verify responsibility criteria as listed in a) – d) above for each first tier subcontractor, and a
subcontractor of any tier that hires other subcontractors must verify responsibility criteria for each of its
subcontractors. Verification shall include that each subcontractor, at the time of subcontract execution,
meets the responsibility listed in a) – d) above and possesses an electrical contractor license, if required by
chapter 19.28 RCW, or an elevator contractor license, if required by Chapter 70.87 RCW. This verification
requirement, as well as the responsibility criteria, must be included in the project contract and in each
subcontract of every tier.
Employee Background Checks. All work sites and the systems that are affected by this RFP are critical
emergency service and security facilities. One site, JeffCom / Port Hadlock is the site of the 911 dispatch
center, the Department of Emergency Management operations center and the County jail facilities, all in one
building. Access to this building in particular requires all personnel to submit for and obtain approval of
background checks prior to access. Employees that are to work at this site must provide their full name and
birth date to JeffCom 911 for these background checks at least one week in advance of access. Approved
workers only will be allowed to work at this site and will be issued temporary security access cards that must
be returned upon completion of their work status at this site.
Award of Contract. Contract award or rejection of proposals will occur within sixty (60) calendar days of the
due date for proposals. Award of Contract will be approved by the JEFFCOM 9-1-1 Administrative Board
(regular meetings on the fourth Thursday of each month).
Execution of Contract. Within 10 calendar days after the award date, the successful proposer shall return the
signed Contract, insurance certifications and Contract Bond as required by the contract documents. The
Contract will then be scheduled for approval and execution at a regular meeting of the Jefferson County
Board of Commissioners (Monday mornings at 9:30 am).
Contract. A sample of the contract form is included in Part 2 of the RFP, marked as Exhibit C. The party to
whom the contract is awarded will be required to execute this contract form, provide insurance as specified in
the sample Contract (Exhibit C), and obtain a Contract Bond (Exhibit D) within 10 calendar days from the
date when Notice of Award is delivered to the bidder.
Insurance Requirements. All proposers will be required, if they are awarded the contract, to provide evidence
of insurance in accordance with the requirements set forth in Exhibit C. Proposers should pay special note to
the insurance requirements and insurance documents required.
Contract Bond. A Contract Bond, in the form attached as Exhibit D, in the amount of one hundred percent
(100%) of the contract price, with a corporate surety approved by JEFFCOM 9-1-1, will be required for the
faithful performance of the contract.
Attorneys-in-Fact. Attorneys-in-fact who sign a Contract Bond must file a certified and effective dated copy
of their Power of Attorney with the bond.
JEFFCOM 9-1-1 Simulcast Radio System Improvements Instructions and Information for Proposers page 5
Notice to Proceed.. A Notice to Proceed shall be issued within 10 days of the formal execution of the
Contract by the Jefferson County Board of Commissioners. Should there be reasons why the Notice to
Proceed cannot be issued within such period, time may be extended by mutual agreement between JEFFCOM
9-1-1 and the Contractor. If the Notice to Proceed has not been issued within 90 days or within the period
mutually agreed upon, the Contractor may terminate the Agreement without further liability on the part of
each party.
Time for Completion. The Contractor agrees to perform the complete contract work as specified for final
completion, including corrections, testing and acceptance within three (3)months, beginning on the date
given in the Notice to Proceed by JEFFCOM 9-1-1.
Payment. Payment shall be made monthly upon submittal of a pay request for work performed to date as
determined by JEFFCOM 9-1-1. Failure to perform any of the obligations under the contract by Contractor
may be decreed by JEFFCOM 9-1-1 to be adequate reason for withholding any payments until compliance is
achieved, including withholding amounts from any payment based on substantial completion to cover
JEFFCOM 9-1-1’s cost to complete any punch list items.
Retainage. Pursuant to RCW 60.28, a five percent (5.0%) retainage will be withheld from progress payments.
will not
State and Local Sales Tax/Use Tax. Under this Contract, the Contractor pay retail sales tax on items
included in the proposal. JEFFCOM 9-1-1 will pay retail sales taxes on the entire amount under this Contract
and the Contractor will be responsible for payment of taxes to the State Department of Revenue.
Retail sales/use tax to be collected from JEFFCOM 9-1-1 on the Contract shall be stated separately in the
Proposal, as applicable, and shall not be included in the unit or lump sum prices stated in the Proposal. The
amount of retail sales tax stated will not be considered as a competitive item and will be considered to be an
estimate only. Sales tax will be added to the Contractor Pay Estimates at the time of payment.
All other federal, state, local or other taxes as required by federal, state, or local laws shall be included in the
unit prices, lump sum price, or other prices stated in the Proposal.
Applicable Law. All applicable laws, ordinances and the rules and regulations of all authorities having
jurisdiction over JEFFCOM 9-1-1 or of the work to be performed by the Contractor shall apply to the contract
throughout, and the proposer shall be required to be familiar with and comply with any such laws, ordinances,
rules and regulations.
Compliance with Labor Standards and Rate of Wage Requirements. The work under this Contract is to be
paid for by public funds; therefore, the Contractor shall comply with the Washington State prevailing wage
laws (RCW 39.04, RCW 39.12, RCW 43.19, and RCW 49.38).Copies of Pamphlet No. F700-032-000 (1-
89) explaining the prevailing wage law are available from the following:
Department of Labor and Industries
ESAC Division
P.O. Box 44540
Olympia, WA 98504-4540
(360) 902-5335
JEFFCOM 9-1-1 does not guarantee that labor can be procured for the minimum wages shown on the
referenced schedules. The rates of wages listed are minimum only, below which the Contractor cannot pay,
and they do not constitute a representation that labor can be procured for the minimum listed.
JEFFCOM 9-1-1 Simulcast Radio System Improvements Instructions and Information for Proposers page 6
Map of Facilities Locations
"JeffCom" is the dispatch center located at 81 Elkins Road, Port Hadlock, WA 98339
"TL" or Teal Lake is a CenCom-owned (Kitsap County) facility at Watson Road off of Teal Lake Road
"South" is a JeffCom-owned facility located at 8640 Coyle Road on the Coyle Peninsula
"Green" or Green Mountain is a PSE-owned facility located 4.4 miles inland from the Lake Tahuyeh Road in
Kitsap County, latitude 47d 33m 41.4s, longitude 122d 48m 30.13s
"Maynard" or Maynard Peak is a JeffCom-owned facility on DNR land west of Discovery Bay on a forest
road beginning at 4303 Casselary Road
"PT" is the City of Port Townsend water reservoir site located at the west end of 20th Street west of Howard
Street
Site tours following the Pre-Proposal Conference will include the JeffCom, Teal Lake and South facilities.
Access to the Green Mountain and Maynard Peak sites is restricted to site inspection. The City water
reservoir site is yet to be constructed – nothing to see there. New Thermo Bond equipment shelters do (or
will) exist at the latter three sites. Detailed information will be provided at the Pre-Proposal Conference.
JEFFCOM 9-1-1 Simulcast Radio System Improvements Instructions and Information for Proposers page 7
EVALUATION AND CONTRACT AWARD
EVALUATION PROCEDURE
Responsive proposals will be evaluated in accordance with the requirements stated in this solicitation
and any addenda issued. Evaluation of proposals shall be accomplished by an evaluation team, to be
designated by JEFFCOM 9-1-1, which will determine the ranking of the proposals. Cost proposals shall
be included in the Proposal, see pages 2 and 5 of Exhibit A – Proposal. Cost proposals will carry equal
weight with the written Proposal and Oral Presentation.
JEFFCOM 9-1-1, at its sole discretion, will require the top-scoring proposer or proposers to provide
comprehensive oral presentation (s) on their proposal.
The RFP Coordinator may contact the proposer for clarification of any portion of the proposer’s
proposal.
EVALUATION WEIGHTING AND SCORING
The following points will be assigned to the written Proposal for evaluation purposes:
Technical Proposal – 50% of Overall Score
Understanding of requirements and overall
responsiveness25 Points (maximum)
Quality of technical solution and compliance
with requirements 50 Points (maximum) 100 points
Ability to reuse existing console systems and
audio switch 25 Points (maximum)
Management Proposal - 25% of Overall Score
Project approach/methodology and quality
of work plan10 Points (Maximum)
Project team structure and internal controls10 Points (Maximum)
50 points
Staff qualifications and experience 20 Points (Maximum)
References10 Points (Maximum)
GRAND TOTAL FOR WRITTEN PROPOSAL 150 POINTS
JEFFCOM 911 Simulcast Radio System Improvements Evaluation and Contract Award
ORAL PRESENTATIONS WILL BE REQUIRED
Written submittals and oral presentations will be utilized in selecting the winning proposal. JEFFCOM
9-1-1, at its sole discretion, may select the top scoring finalists from the written scoring and evaluation for
an oral presentation and final determination of contract award. JEFFCOM 9-1-1 will contact the top-
scoring firm (s) to schedule a date, time and location. Commitments made by the proposer at the oral
interview, if any, will be considered binding. The following weighting and points will be assigned to the
oral presentation for evaluation purposes:
Technical Presentation – 25% of Overall Score
Presentation of technical solution and compliance
with requirements 20 Points (maximum)
Concept for future growth capabilities 10 Points (maximum)
Understanding of requirements 10 Points (maximum) 50 points
Ability to address interviewer questions 10 Points (maximum)
GRAND TOTAL FOR ORAL PRESENTATION 50 POINTS
CONTRACT AWARD
The purpose of this process is to assure JeffCom 9-1-1 that the best overall proposal is selected including
all the factors listed above.
The scores from the written evaluation and the oral presentation together will carry equal weight with the
Cost Proposal, at the sole discretion of JeffCom 9-1-1. Under RCW 39.04.270, JeffCom 9-1-1 is not
obligated to award the contract to the lowest cost proposal.
The successful proposer will be notified of selection and other proposers will be notified of the results. The
successful proposer will then be required to complete the Contract and Contract Bond as specified
elsewhere in this Request for Proposals.
JEFFCOM 911 Simulcast Radio System Improvements Evaluation and Contract Award
NOTICE TO PROSPECTIVE PROPOSERS
JEFFCOM 9-1-1 Procurement and Installation of VHF and UHF
Simulcast Radio System Improvements
No direct contact with prospective proposers should occur during the proposal process. Questions that
are pertinent to the Request for Proposals and are not answered by information contained in the
JEFFCOM 9-1-1 Request for Proposals, Contract Documents and Specifications will be responded to
by submitting them via fax (360) 385-9357, followed by a hard copy to Larry Southwick, 81 Elkins
Road, Port Hadlock, WA 98339.
All faxes must be received at least five working days prior to the date for receipt of proposals for a
response. All questions and JEFFCOM 9-1-1's response will be sent to all Registered Plan Holders
listed on Builders Exchange of Washington at the time of the response.
If you believe the JEFFCOM 9-1-1 Request for Proposals, Contract Documents and Specifications
contain an error(s), it would be appreciated if you would also provide us with that information via fax.
If there is an error(s) that requires remedial action, an addendum will be issued to all prospective
bidders.
I have the following question(s): ________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
I believe the Request for Proposals, Contract Documents and Specifications are erroneous at: _______
__________________________________________________________________________________
__________________________________________________________________________________
Please respond to:
______________________________________________
Name
______________________________________________
Representing
______________________________________________
______________________________________________
Address
______________________________________________
______________________________________________
Fax Number
Simulcast Radio System Improvements Notice to Prospective
Proposers
PART 1 – PROPOSAL FORMS
Submit all forms in this Part 1 with your Proposal
Exhibit A – Proposal
JEFFCOM 9-1-1
Procurement and Installation of VHF and UHF
Simulcast Radio System Improvements
ALL FORMS INCLUDED IN THIS PROPOSAL PACKAGE MUST BE COMPLETED AND
SUBMITTED. FAILURE TO DO SO MAY RESULT IN REJECTION OF THE PROPOSAL.
Sealed proposals will be received at the Jefferson County Courthouse, Office of the Board of County
Commissioners, P.O. Box 1220, 1820 Jefferson Street, Port Townsend, WA 98368, until 9:30 am on
the date scheduled in the Request for Proposals.
JEFFCOM 911 Simulcast Radio System Improvements Proposal page 1
Exhibit A – Proposal
TO: JEFFCOM 9-1-1
This certifies that the undersigned has examined the Request for Proposals, Contract Documents and
:
System Requirements for
JEFFCOM 9-1-1 Procurement and Installation of
VHF and UHF Simulcast Radio System Improvements
These documents govern the work embraced in these improvements and the method by which payment will
be made for said work is understood by the undersigned. The undersigned hereby proposes to undertake
and complete the work embraced in these improvements, or as much thereof as can be completed with the
money available in accordance with the said Request for Proposals, Contract Documents and System
Requirements and the following Proposal.
Proposal Documents. The Proposal must be fully completed and executed when submitted. Submit five (5)
signed copies of the Proposal along with one complete electronic copy in PDF format on CD. Each
proposal must be accompanied by the following completed forms executed as required.
Exhibit A – Proposal
Exhibit B – Proposal Bond or acceptable alternative Proposal Deposit
Time for Completion: The Contractor agrees to perform the complete contract work as specified through
final acceptance testing, including corrections, finish and cleanup within three (3)months, beginning on the
date given in the Notice to Proceed by JEFFCOM 9-1-1.
Award of Contract: For this project, points will be awarded based upon meeting the requirements
established in this RFP, the total cost of the project and upon the reasonable allocation of costs within the
project in accordance with Ch, 39.04.270 RCW which states, "The award shall be made to the qualified
bidder whose proposal is most advantageous to the municipality with price and other factors considered.
The municipality may reject any and all proposals for good cause and request new proposals."
PROPOSAL CONTENTS
Proposals shall be submitted on eight and one-half by eleven inch (8” 1/2 x 11”) paper with tabs separating
the major sections of the proposal. Specific sections may require use of eleven by seventeen inch (11” x
17”) fold-out sheets and such sections are acceptable provided the narrative description of the proposal is
provided on eight and one-half by eleven inch (8” 1/2 x 11”) paper. The major sections of the proposal are
to be submitted in the order noted below:
1.Letter of Submittal
2.Technical Proposal
3.Project Management Proposal
4.Experience of the Proposer
5.References
6.Cost Proposal Worksheet
7.Sample Field System Acceptance Test Plan
8.Contract Termination / Default Information (if any)
JEFFCOM 911 Simulcast Radio System Improvements Proposal page 2
Exhibit A – Proposal
Proposals shall provide information in exactly the same order as presented in this document with the same
section headings. This will not only be helpful to the evaluators of the proposal, but should assist the
proposer in preparing a thorough response to each of the required and desired capabilities and
characteristics.
LETTER OF SUBMITTAL
The Letter of Submittal shall be signed and dated by a person authorized to legally bind the proposer to a
contractual relationship, e.g., the president or executive director if a corporation, the managing partner if a
partnership, or the proprietor if a sole proprietorship. Along with introductory remarks, the Letter of
Submittal is to include the following information about the proposer and any proposed subcontractors:
1.Name, address, principal place of business, telephone number, and fax number/e-mail address of
legal entity or individual with whom contract would be written.
2.Legal status of the proposer (sole proprietorship, partnership, corporation, etc.).
3.Location of the facility from which the proposer would operate.
4.Identify any current or former JEFFCOM 9-1-1 employees employed by or on the proposers
governing board as of the date of the proposal or during the previous twelve (12) months.
5.Proof of signers authority to bind the Proposer, e.g., corporate resolution
TECHNICAL PROPOSAL
The Technical Proposal shall contain a comprehensive description of services including each of the
elements identified in the Scope of Equipment and Service Requirements Section of this RFP:
VHF AND UHF SIMULCAST/VOTED RADIO SYSTEM – Include a complete description of the
proposed radio system based on the requirements established in Sections 1.1 through 1.3 of this RFP.
SERVICES – Include a complete description of the required and optional services required to design,
stage, install, configure and optimize the VHF and UHF Simulcast/Voted Radio System based on the
requirements established in Sections 1.4 through 1.6 of this RFP.
POST-INSTALLATION SUPPORT CAPABILITIES – Include a complete description of the proposed
support capabilities based on the requirements established in Section 1.8 of this RFP.
COMPLIANCE AND STANDARDS – Include a complete description of the proposed systems
compliance based on the requirements established in Section 2 of this RFP.
PROJECT MANAGEMENT PROPOSAL
Specific project management requirements are outlined in the Scope of Equipment and Service
Requirements, Section 1.7 of this RFP. Additionally, proposers are to provide a description of the proposed
project team structure and internal controls to be used during the course of the project, including any
subcontractors. Proposers shall provide an organizational chart of the firm indicating lines of authority for
personnel involved in performance of this potential contract and relationships of this staff to other current
projects. This chart must also show lines of authority to the next senior level of management. Include who
within the firm will have primary project manager responsibility and final authority for the work.
STAFF QUALIFICATIONS / EXPERIENCE – Identify staff, including subcontractors, who will be
assigned to the potential contract, indicating the responsibilities and qualifications of such personnel,
and include the amount of time each will be assigned to the project. Provide resumes' (not to exceed
one (1) page per person) for the named staff, which include information on the individual’s particular
JEFFCOM 911 Simulcast Radio System Improvements Proposal page 3
Exhibit A – Proposal
skills related to this project, education, experience, significant accomplishments and any other pertinent
information. The proposer shall commit that staff identified in its proposal will actually perform the
assigned work. Any staff substitution must have the prior approval of JEFFCOM 9-1-1. Proposers are
cautioned that all subcontractors must be suitably qualified to perform the work identified in the
proposal as the responsibility of the subcontractor.
PROJECT APPROACH / METHODOLOGY – Include a complete description of the proposer’s
approach and methodology for the project. This section should convey the proposers understanding of
the proposed project.
WORK PLAN – Include all project requirements and the proposed tasks, services, activities, etc.
necessary to accomplish the scope of the project defined in this RFP. This section of the Management
Proposal shall contain sufficient detail to convey to members of the evaluation team the proposer’s
knowledge of the subjects and skills necessary to successfully complete the project. Include any
required involvement of County staff.
PROJECT SCHEDULE – Include a project schedule indicating when the elements of the work will be
completed and when deliverables, will be provided.
DELIVERABLES – Fully describe deliverables to be submitted under the proposed contract.
EXPERIENCE OF THE PROPOSER
Indicate the experience the proposer and any subcontractors have in the following areas:
Harris Synchrocast™ digital channel bank system technology
Tait QuasiSync™ simulcast systems
JPS Raytheon SNV-12 voted receiver radio system technology
Microwave radio system technology (TDM and Ethernet/IP)
Simulcast radio system design and optimization
GPS-slaved timing and frequency reference technology
Indicate other relevant experience that indicates the qualifications of the proposer, and any subcontractors,
for the performance of the potential contract. Include a list with detailed narrative description of at least one
(1) contract the proposer has had during the last five (5) years that relate to the proposer’s ability to deploy
the systems needed under this RFP. Please indicate period of contract performance.
REFERENCES
Attach a list with contact names, addresses, telephone numbers, and fax numbers/e-mail addresses of one
(1) reference or more of which a similar simulcast transmission radio system has been constructed and
briefly describe the type of system deployed. By submitting a response to this RFP, the proposer grants
permission to JEFFCOM 9-1-1 to contact the references. Do not include current JEFFCOM 9-1-1 staff as
references. JEFFCOM 9-1-1 may evaluate other project references at its discretion.
SAMPLE FIELD SYSTEM ACCEPTANCE TEST PLAN
Attach a Sample Field System Acceptance Test Plan based on the requirements established in Section
1.4.1.4 of this RFP.
JEFFCOM 911 Simulcast Radio System Improvements Proposal page 4
Exhibit A – Proposal
CONTRACT TERMINATION/DEFAULT INFORMATION (IF ANY)
If the proposer has had a contract terminated for default in the last five (5) years, describe such incident.
Termination for default is defined as notice to stop performance due to the proposer’s non-performance or
poor performance and the issue of performance was either (a) not litigated due to inaction on the part of the
proposer, or (b) litigated and such litigation determined that the proposer was in default.
Submit full details of the terms for default including the other party's name, address, and phone number.
Present the proposer’s position on the matter. JEFFCOM 9-1-1 will evaluate the facts and may, at its sole
discretion, reject the proposal on the grounds of the past experience. If no such termination for default has
been experienced by the proposer in the past five (5) years, so indicate.
COST PROPOSAL
The evaluation process is designed to award this procurement not necessarily to the proposer of least cost,
but rather to the proposer whose proposal best meets the requirements of this RFP at the sole discretion of
JEFFCOM 9-1-1.
IDENTIFICATION OF COSTS – Identify all costs including expenses to be charged for providing
Attach
equipment and performing the services necessary to accomplish the objectives of the contract.
to this proposal
a fully detailed budget including all services and project staff costs and any expenses
necessary to accomplish the tasks and to produce the deliverables under the contract. Include all
will not
shipping costs. Under this Contract, the Contractor pay retail sales tax on items included in the
proposal. JEFFCOM 9-1-1 will pay retail sales taxes on the entire amount under this Contract and the
Contractor will be responsible for payment of taxes to the State Department of Revenue.
Costs for subcontractors are to be broken out separately.
COST PROPOSAL WORKSHEET
(Must be completed by Proposer)
SIMULCAST INFRASTRUCTURECOST
FIRE SYSTEM
Multiple site narrowband analog (12.5 KHz) VHF
simulcast system (5 transmit and 6 receive sites)
LAW SYSTEM
Multiple site narrowband analog (12.5 KHz) UHF
simulcast system (5 transmit and 6 receive sites)
SERVICES
MANUFACTURER DESIGN SERVICES
FACTORY SYSTEM STAGING (if required)
SYSTEM OPTIMIZATION
MANUFACTURER PROJECT MANAGEMENT
OTHER REQUIRED SERVICES
(specify)
OTHER OPTIONAL SERVICES
(specify)
JEFFCOM 911 Simulcast Radio System Improvements Proposal page 5
Exhibit A – Proposal
TRAINING
TECHNICIAN AND SYSTEM MANAGER TRAINING
DISPATCHER TRAINING
SYSTEM SPARES
LIST SPARES
(specify, attach list)
NON-COLLUSION DECLARATION
I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the
United States that the following statements are true and correct:
1. That the undersigned person(s), firm, association or corporation has (have) not, either
directly or indirectly, entered into any agreement, participated in any collusion, or otherwise
taken any action in restraint of free competitive bidding in connection with the project for
which this proposal is submitted.
2. That by signing the signature page of this proposal, I am deemed to have signed and have
agreed to the provisions of this declaration.
RESPONSIBLE BIDDER’S CRITERIA
Contractor’s License # ______________________________________________
UBI# ______________________________________________
Do you have industrial Coverage? Yes___ No ___
Employment Security Department # ________________________________________
State Excise Tax Registration # ________________________________________
Is your firm currently disqualified from bidding? Yes ___ No ___
The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all
requirements and signed all certificates contained herein.
PROPOSAL GUARANTY
A proposal guaranty in an amount of five percent (5%) of the total Proposal, based upon the approximated
estimate of quantities at the above prices and in the form as indicated below, is attached hereto:
CASH IN THE AMOUNT OF _________________________ DOLLARS
CASHIER'S CHECK IN THE AMOUNT OF _________________________ DOLLARS
CERTIFIED CHECK ($ ) PAYABLE TO JEFFCOM 9-1-1
PROPOSAL BOND IN THE AMOUNT OF 5% OF THE BID
JEFFCOM 911 Simulcast Radio System Improvements Proposal page 6
Exhibit A – Proposal
addendum(s) no(s).,, &
*Receipt is hereby acknowledged of .
PROPOSAL SUBMITTED BY
(print or type)
Contractor / Company Name: ______________________________________________________________
Address: ______________________________________________________________________________
City / State / Zip: _______________________________________________________________________
Telephone: ______________________________ Fax: ________________________________________
By: ________________________________________ (printed)
By: ________________________________________ (signed)
Title: _______________________________________
Email of Contact Person: ______________________________________
JEFFCOM 911 Simulcast Radio System Improvements Proposal page 7
SUBMIT THE
ENCLOSED PROPOSAL BOND
FORM WITH YOUR PROPOSAL
USE OF OTHER
FORMS MAY SUBJECT
YOUR BID TO REJECTION
JEFFCOM 9-1-1 Radio System Improvements Proposal Bond page 1
EXHIBIT B – PROPOSAL BOND
KNOW ALL MEN BY THESE PRESENTS, That we,
of as principal, and the
,
a corporation duly organized under the laws of the state of,
and authorized to do business in the State of Washington, as surety, are held and firmly bound
unto JEFFCOM 9-1-1 in the full sum of five (5) percent of the total amount of the Proposal of
said principal for the work hereinafter described, for the payment of which, well and truly to be
made, we bind our heirs, executors, administrators and assigns, and successors and assigns,
firmly by these presents.
The condition of this bond is such, that whereas the principal herein is herewith
submitting his or its sealed Proposal for the following construction, to wit:
JEFFCOM 9-1-1 is a county-wide emergency dispatch system serving all police, fire and
EMS services within Jefferson County. The goal of this Request for Proposals (RFP) is to
procure the equipment and installation services needed to implement a new VHF and UHF
simulcast radio system. The JeffCom 9-1-1 public safety radio system requires an upgraded
solution that meets immediate user needs and provides a foundation for future expansion with
advanced radio system technology. The new radio system must meet FCC narrow-banding
mandates.
said Proposal, by reference thereto, being made a part hereof.
NOW, THEREFORE, If the said Proposal by said principal be accepted, and the Contract
be awarded to said principal, and if said principal shall duly make and enter into and execute said
Contract and shall furnish bond as required by JEFFCOM 9-1-1 within a period of ten (10) days
from and after said award, exclusive of the day of such award, then this obligation shall be null
and void, otherwise it shall remain and be in full force and effect.
IN TESTIMONY WHEREOF, The principal and surety have caused these presents to be
signed and sealed this day of , 2010
____________________________________________________
(Principal)
____________________________________________________
(Surety)
___________________________________________________
(Attorney-in-fact)
JEFFCOM 9-1-1 Radio System Improvements Proposal Bond page 2
PART 2 – CONTRACT FORMS
These forms will be completed only by the successful bidder after award.
EXHIBIT C – CONTRACT
JEFFCOM 9-1-1
JEFFERSON COUNTY, WASHINGTON
THIS AGREEMENT, made and entered into this ________ day of ________________, 2010, between JEFFCOM 9-1-1,
a Jefferson County, Washington, local government department ("JEFFCOM 9-1-1") under and by virtue of Title 36,
RCW, as amended and __________________________________ of __________________________________________
hereinafter called the Contractor.
WITNESSETH:
Thatin consideration of the terms and conditions contained herein and attached and made a part of this agreement, the
parties hereto covenant and agree as follows:
1. The Contractor agrees to furnish all labor and equipment and do certain work, to-wit: That the Contractor herein
will undertake and complete the following described work:
JEFFCOM 911 Simulcast Radio System Improvements
for the total sumof ________________________________________________________________________________
dollars ($ ) in accordance with and as described in the attached Request for Proposals, Contract Documents
and System Requirements which are by this reference incorporated herein and made a part hereof. The Contractor shall
perform any alteration in or addition to the work provided in this contract and every part thereof.
The Contractor agrees to perform the complete contract work as specified for final completion, including
corrections, finish and cleanup within three (3) months, beginning on the date given in the Notice to Proceed by
JEFFCOM 9-1-1.
The Contractor shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that
may be required for the transfer of materials and for constructing and completing the work provided for in this contract
and every part thereof.
Payment shall be made by JEFFCOM 9-1-1 upon submittal of a request for payment by the Contractor for work
Contractor has performed to date. The request for payment will be subject to review by JEFFCOM 9-1-1 and payment
of approved amounts owing to the Contractor will be paid within 45 business days of the date of the request for payment.
Upon failure by the Contractor to perform any of its obligations under this Contract, JEFFCOM 9-1-1 is authorized to
notify Contractor in writing of the alleged failure to perform and that it will withhold any payment unless substantial
compliance with the contract term in question or a remedy for the alleged failure is achieved within 10 business days or
any longer time frame agreed to in writing by the parties. The right of JEFFCOM 9-1-1 to withhold any payment shall
include the cost incurred by JEFFCOM 9-1-1 to complete any punch list items.
COORDINATION OF CONTRACT DOCUMENTS
The complete contract includes these parts: the Request for Proposals, Contract Documents and Specifications;
completed Proposal forms; Exhibit C – Contract; Exhibit D – Contract Bond; Exhibit E – Prevailing Wage Rates;
addenda, various certifications and affidavits; supplemental agreements and change orders (if any). These parts
complement each other in describing a complete work. Any requirement in one part binds as if stated in all parts. The
Contractor shall provide any work or materials clearly implied in the contract even if the contract does not mention it
specifically.
Any inconsistency in the parts of the contract shall be resolved by following this order of precedence:
1. Contract
2. Addenda
3. Proposal Forms
JEFFCOM 911 Simulcast Radio System ImprovementsContract page 1
EXHIBIT C – CONTRACT
4. Request for Proposals, Contract Documents and System Requirements
This order of precedence shall not apply when work is required by one part of the contract but omitted from
another part or parts of the contract. The work required in one part must be furnished even if not mentioned in other parts
of the contract.
If any part of the contract requires work that does not include a description for how the work is to be performed,
the work shall be performed in accordance with standard trade practice(s). For purposes of the contract, a standard trade
practice is one having such regularity of observance in the trade as to justify an expectation that it will be observed by the
Contractor in doing the work.
In case of any ambiguity or dispute over interpreting the contract, JeffCom 9-1-1 or its designated representative's
decision will be final.
2.JEFFCOM 9-1-1 hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to
furnish the goods and equipment described and to furnish the same according to the attached specifications and the terms
and conditions herein contained, and hereby contracts to pay for the same according to the attached specifications and the
schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the condition provided for in
this contract. JEFFCOM 9-1-1 further agrees to employ the Contractor to perform any alterations in or additions to the
work provided for in this contract that may be ordered and to pay for the same under the terms of this contract and the
attached specifications at the time and in the manner and upon the conditions provided for in this contract.
3. The Contractor for himself, and for his heirs, executor, administrators, successors, and assigns, does hereby agree
to the full performance of all the covenants herein contained upon the part of the Contractor.
4. Prior to commencing work, the Contractor shall obtain at its own cost and expense the following insurance from
companies licensed in the State with a Best’s rating of no less than A:VII. The Contractor shall provide to JEFFCOM 9-
1-1 certificates of insurance with original endorsements affecting insurance required by this clause prior to the
commencement of work to be performed.
The insurance policies required shall provide that thirty (30) days prior to cancellation, suspension, reduction or
material change in the policy, notice of same shall be given to JEFFCOM 9-1-1 by registered mail, return receipt
requested, for all of the following stated insurance policies.
If any of the insurance requirements are not complied with at the renewal date of the insurance policy, payments
to the Contractor shall be withheld until all such requirements have been met, or at the option of JEFFCOM 9-1-1,
JEFFCOM 9-1-1 may pay the renewal premium and withhold such payments from the moneys due the Contractor.
All notices shall name the Contractor and identify the agreement by contract number or some other form of
identification necessary to inform JEFFCOM 9-1-1 of the particular contract affected.
A. Workers Compensation and Employers Liability Insurance. The Contractor shall procure and maintain
for the life of the contract, Workers Compensation Insurance, including Employers Liability Coverage, in
accordance with the laws of the State of Washington.
B. General Liability(1) - with a minimum limit per occurrence of one million dollars ($1,000,000) and an
aggregate of not less than two million dollars ($2,000,000) for bodily injury, death and property damage unless
otherwise specified in the contract specifications. This insurance coverage shall contain no limitations on the
scope of the protection provided and indicate on the certificate of insurance the following coverage:
1. Broad Form Property Damage with no employee exclusion;
2. Personal Injury Liability, including extended bodily injury;
3. Broad Form Contractual/Commercial Liability including completed operations (contractors only);
JEFFCOM 911 Simulcast Radio System ImprovementsContract page 2
EXHIBIT C – CONTRACT
4. Premises - Operations Liability (M&C);
5. Independent Contractors and Subcontractors; and
6. Blanket Contractual Liability.
(1)Note: JEFFCOM 9-1-1 shall be named as an additional insured party under this policy.
C. Automobile (2) - with a minimum limit per occurrence of $1,000,000 for bodily injury, death and
property damage unless otherwise specified in the contract specifications. This insurance shall indicate on the
certificate of insurance the following coverage:
1. Owned automobiles;
2. Hired automobiles; and,
3. Non-owned automobiles.
(2) Note: JEFFCOM 9-1-1 shall be named as an additional insured party under this policy.
D. Builders Risk insurance covering interests of JEFFCOM 9-1-1, the Contractor, Subcontractors, and Sub-
subcontractors in the work. Builders Risk insurance shall be on an all-risk policy form and shall insure against
the perils of fire and extended coverage and physical loss or damage including flood and earthquake, theft,
vandalism, malicious mischief, collapse, temporary buildings and debris removal. This Builders Risk insurance
covering the work will have a deductible of not more than $5,000 for each occurrence, which will be the
responsibility of the Contractor. Higher deductibles for flood and earthquake perils may be accepted by
JEFFCOM 9-1-1 upon written request by the Contractor and written acceptance by JEFFCOM 911. Any
increased deductibles accepted by JEFFCOM 9-1-1 will remain the responsibility of the Contractor. The Builders
Risk insurance shall be maintained until final acceptance of the work by JEFFCOM 9-1-1. Builders Risk
insurance shall be written in the amount of the completed value of the project with no coinsurance provisions.
Any deductibles or self-insured retention shall be declared to and approved by JEFFCOM 9-1-1 prior to the
approval of the contract by JEFFCOM 9-1-1. At the option of JEFFCOM 9-1-1, the insurer shall reduce or eliminate
deductibles or self-insured retention or the Contractor shall procure a bond guaranteeing payment of losses and related
investigations, claim administration and defense expenses.
The Contractor shall include all subcontractors as insured under its insurance policies or shall furnish separate
certificates and endorsements for each subcontractor. All insurance provisions for subcontractors shall be subject to all of
the requirements stated herein.
Failure of the Contractor to take out and/or maintain any required insurance shall not relieve the Contractor from
any liability under the Agreement, nor shall the insurance requirements be construed to conflict with or otherwise limit the
obligations concerning indemnification.
It is agreed by the parties that insurers shall have no right of recovery or subrogation against JEFFCOM 9-1-1
(including its employees and other agents and agencies), it being the intention of the parties that the insurance policies so
affected shall protect both parties and be primary coverage for any and all losses covered by the above described
insurance. It is further agreed by the parties that insurance companies issuing the policy or policies shall have no recourse
against JEFFCOM 9-1-1 (including its employees and other agents and agencies) for payment of any premiums or for
assessments under any form of policy. It is further agreed by the parties that any and all deductibles in the above
described insurance policies shall be assumed by and be at the sole risk of the Contractor.
It is agreed by the parties that judgments for which JEFFCOM 9-1-1 may be liable, in excess of insured amounts
provided herein, or any portion thereof, may be withheld from payment due, or to become due, to the Contractor until
such time as the Contractor shall furnish additional security covering such judgment as may be determined to be
satisfactory by JEFFCOM 9-1-1.
JEFFCOM 9-1-1 reserves the right to request additional insurance on an individual basis for extra hazardous
contracts and specific service agreements.
JEFFCOM 911 Simulcast Radio System ImprovementsContract page 3
EXHIBIT C – CONTRACT
5. The Contractor shall comply with all Federal, State, and local laws and ordinances applicable to the work to be
done under this Agreement. This Agreement shall be interpreted and construed in accord with the laws of the State of
Washington and venue shall be in Jefferson County, WA.
The Contractor shall indemnify and hold JEFFCOM 9-1-1, and its officers, employees, and agents harmless from
and shall process and defend at its own expense, including all costs, attorney fees and expenses relating thereto, all claims,
demands, or suits at law or equity arising in whole or in part, directly or indirectly, from the Contractor’s negligence or
breach of any of its obligations under this Agreement; provided that nothing herein shall require a Contractor to indemnify
JEFFCOM 9-1-1 against and hold harmless JEFFCOM 9-1-1 from claims, demands or suits based solely upon the conduct
of JEFFCOM 9-1-1, its officers, employees and agents, and; provided further that if the claims or suits are caused by or
result from the concurrent negligence of: (a) the Contractor's agents or employees; and, (b) JEFFCOM 9-1-1, its officers,
employees and agents, this indemnity provision with respect to claims or suits based upon such negligence, and/or the
costs to JEFFCOM 9-1-1 of defending such claims and suits, etc., shall be valid and enforceable only to the extent of the
Contractor's negligence, or the negligence of the Contractor's agents or employees.
Claims against JEFFCOM 9-1-1 shall include, but not be limited to assertions that the use and transfer of any
software, book, document, report, film, tape, or sound reproduction of material of any kind, delivered hereunder,
constitutes an infringement of any copyright, patent, trademark, trade name, or otherwise results in an unfair trade practice
or an unlawful restraint of competition.
The Contractor specifically assumes potential liability for actions brought against JEFFCOM 9-1-1 by
Contractor's employees, including all other persons engaged in the performance of any work or service required of the
Contractor under this Agreement and, solely for the purpose of this indemnification and defense, the Contractor
specifically waives any immunity under the state industrial insurance law, Title 51 R.C.W. The Contractor recognizes
that this waiver was specifically entered into pursuant to provisions of R.C.W. 4.24.115 and was subject of mutual
negotiation.
6. The Parties intend that an independent Contractor relationship will be created by this Contract. No agent,
employee, servant or otherwise of the Contractor shall be or shall be deemed to be an employee, agent, servant or
otherwise of JEFFCOM 9-1-1 for any purpose, and the employees of the Contractor are not entitled to any of the benefits
that JEFFCOM 9-1-1 provides for JEFFCOM 9-1-1 employees. The Contractor will be solely and entirely responsible for
its acts and for the acts of its agents, employees, servants, subcontractors, or otherwise during the performance of this
contract. This Contract is for the employment of the Contractor as an independent contractor. The Contractor holds itself
out as an independent contractor doing business as listed above and is solely responsible for paying any and all taxes
associated with the work of this Contract including but not necessarily limited to income and social security taxes. In the
performance of the services herein contemplated, the Contractor is an independent Contractor with the authority to control
and direct the performance and details of the work, JEFFCOM 9-1-1 being interested only in the results obtained;
however, the work contemplated herein shall meet the approval of JEFFCOM 9-1-1 pursuant to the provisions of the
Contract under which the services and work were let to the Contractor.
7. The Contractor shall not sublet or assign any of the services covered by this contract without the express written
consent of JEFFCOM 9-1-1 or its authorized representative. Assignment does not include printing or other customary
reimbursable expenses that may be provided in an agreement.
8. Nothing in the foregoing clause shall prevent JEFFCOM 9-1-1, at its option, from additionally requesting that the
Contractor deliver to JEFFCOM 9-1-1 an executed bond as security for the faithful performance of this contract and for
payment of all obligations of the Contractor.
9. No modification or amendment to this Contract shall be valid until the same is reduced to writing, in the form of
an amendment/change order, executed with the same formalities as this present Contract.
JEFFCOM 911 Simulcast Radio System ImprovementsContract page 4
EXHIBIT C – CONTRACT
10. The Contractor shall not be considered in default by reason of any failure in performance if such failure arises out
of causes reasonably beyond the Contractor's control and without its fault or negligence. Such causes may include, but are
not limited to: acts of God; natural or public health emergencies; labor disputes; freight embargoes; and severe weather
conditions. Upon the Contractor's request, JEFFCOM 9-1-1 shall consider the facts and extent of any failure to perform
the work and, if the Contractor's failure to perform was without it or its subcontractors fault or negligence, the Contract
schedule and/or any other affected provision of this Contract shall be revised accordingly; subject to JEFFCOM 9-1-1's
rights to change, terminate, or stop any or all of the work at any time.
11.This Contract may be terminated in whole or in part under the following conditions: 1) by mutual written
amendment; 2) by JEFFCOM 9-1-1 for breach by the Contractor of any of the obligations and the failure of the Contractor
to timely (defined as 'within not more than ten (10) business days') remedy the breach or satisfy the obligation that was
allegedly not met; 3) for the convenience of JEFFCOM 9-1-1; or 4) by JEFFCOM 9-1-1 for non-appropriation of funds.
Unless the Contractor is in breach of this Contract, the Contractor shall be paid for services rendered to JEFFCOM 9-1-1's
satisfaction through the date of termination.
After receipt of a Termination Notice and except as otherwise directed by JEFFCOM 9-1-1 the Contractor shall:
a. Stop work on the date and to the extent specified; and
b. Terminate and settle all orders and subcontracts relating to the performance of the terminated work; and
c. Transfer all work in process, completed work, and other material related to the terminated work to JEFFCOM
9-1-1; and
d. Continue and complete all parts of the work that have not been terminated.
12. No officer, employee, agent or otherwise of JEFFCOM 9-1-1, has the power, right or authority to waive any of
the conditions or provisions of this Contract. No waiver of any breach of this Contract shall be held to be a waiver of any
other or subsequent breach. All remedies afforded in this Contract or a law shall be taken and construed as cumulative,
that is, in addition to every other remedy provided herein or by law. Failure of JEFFCOM 9-1-1 to enforce at any time any
of the provisions of this Contract or to require at any time performance by the Contractor of any provision hereof, shall in
no way be construed to be a waiver of such provisions, nor in any way affect the validity of this Contract or any part
hereof, or the right of JEFFCOM 9-1-1 to hereafter enforce each and every such provision.
13. In the event any term or condition of this Contract or application thereof to any person or circumstance is held
invalid, such invalidity shall not affect other terms, conditions, or applications of this Contract which can be given effect
without the invalid term, condition, or application. To this end the terms and conditions of this Contract are declared
severable.
14. Time is of the essence in the performance of the contract. Because JEFFCOM 9-1-1 finds it impractical to
calculate the actual costs of delays, the parties agree that liquidated damages running to JEFFCOM 9-1-1 shall accrue in
the amount of zero point twenty five percent (0.25%) of the total contract amount for each day beyond the agreed-upon
completion date that the satisfactory (to JEFFCOM 9-1-1) completion of the JEFFCOM 9-1-1 Radio System
Improvements are delayed. Liquidated damages will not be assessed for any days for which an extension of time is
granted. No deduction or payments of liquidated damages will in any degree, release the Contractor from further
obligation and liabilities to complete the entire work.
15. The Contractor hereby represents and warrants that it has and will continue to maintain all licenses and approvals
required to conduct its business, and that it will at times conduct its business activities in a reputable manner. Proof of
such licenses and approvals shall be submitted to JEFFCOM 9-1-1 upon request.
16. The Contractor will declare one of the following management options for the statutory retained percentage.
JEFFCOM 911 Simulcast Radio System ImprovementsContract page 5
EXHIBIT C – CONTRACT
CONTRACTOR'S DECLARATION OF OPTION FOR MANAGEMENT OF
STATUTORY RETAINED PERCENTAGE
A. I hereby elect to have the retained percentage of this contract held in a fund by the Owner until (30) days
following final acceptance of the work.
Date _______________ Signed ______________________
B. I hereby elect to have the Owner deposit the retained percentage of this contract in an interest bearing account, not
subject to withdrawal until after final acceptance of the work.
Date _______________ Signed ______________________
C. I hereby elect to have the Owner invest the retained percentage of this contract from time to time as such retained
percentage accrues.
I hereby designate _________________________________________ as the repository for the escrow of said funds.
I hereby further agree to be fully responsible for payment of all costs or fees incurred as a result of placing said retained
percentage in escrow and investing it as authorized by statute. The Owner shall not be liable in any way for any costs or
fees in connection therewith.
Date ________________ Signed ______________________
JEFFCOM 911 Simulcast Radio System ImprovementsContract page 6
EXHIBIT C – CONTRACT
IN WITNESS WHEREOF, the Contractor has executed this instrument on the day and year first below written,
and the Board of County Commissioners has caused this instrument to be executed by and in the name of said
County of Jefferson the day and year first above written.
Executed by the Contractor this _________ day of _____________, 2010
Contractor
By:
State of Washington, Contractor Registration Number
SEAL: COUNTY OF JEFFERSON
BOARD OF COMMISSIONERS
_____________________________
David W. Sullivan, Chair
_____________________________
Phil Johnson, Member
_____________________________
John Austin, Member
ATTEST:
__________________________________
Erin Lundgren, Deputy Clerk of the Board
JEFFCOM 911 Simulcast Radio System ImprovementsContract page 7
EXHIBIT D - CONTRACT BOND
JEFFERSON COUNTY, WASHINGTON
KNOW ALL MEN BY THESE PRESENTS:
That , of , as Principal, and
______________________________, as Surety, are jointly and severally held and bound unto the JEFFCOM 9-1-1, the penal
sum of Dollars ($ ), for the payment of which
we jointly and severally bind ourselves, or heirs, executors, administrators, and assigns, and successors and assigns, firmly by
these presents.
The condition of this bond is such that WHEREAS, on the ______ day of ________________, A.D., 2010, the said
_________________________________, Principal herein, executed a certain contract with JEFFCOM 9-1-1, by the terms,
conditions and provisions of which contract the said , Principal herewith, agrees to furnish
all materials and do certain work, to-wit: That the said Principal herein will undertake and complete the following described
JEFFCOM 9-1-1 Simulcast Radio System Improvements
work: in Jefferson and Kitsap Counties, Washington, as per Bid
and Contract Documents, Specifications and Plans and the Washington State Department of Transportation 2008 Standard
Specifications for Road, Bridge and Municipal Construction, made a part of said contract, which contract as so executed, is
hereunto attached, and is now referred to and by this reference is incorporated herein and made a part hereof as full for all
purposes as if here set forth at length.
NOW THEREFORE, if the Principal herein shall faithfully and truly observe and comply with the terms, conditions
and provisions of said contract, in all respects and shall well and truly and fully do and perform all matters and things by the
said Principal undertaken to be performed under said contract, upon the terms proposed therein, and within the time prescribed
therein, and until the same is accepted, and shall pay all laborers, mechanics, subcontractors and material men, and all persons
who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work, and shall in
all respects faithfully perform said contract according to law, then this obligation to be void, otherwise to remain in full force
and effect.
WITNESS our hands this _____ day of ________________, 2010.
______________________________________________
PRINCIPAL SURETY COMPANY
By: ___________________________ By:___________________________________________
By:___________________________________________
Attorney-in-fact
Address of local office and agent
of surety company:
______________________________________________
______________________________________________
______________________________________________
________________________________________
JEFFCOM 9-1-1 Radio System Improvements Contract Bond
EXHIBIT E – PREVAILING WAGE RATES
STATE OF WASHINGTON
PREVAILING WAGE RATES
Issued by
DEPARTMENT OF LABOR AND INDUSTRIES
P.O. Box 44540
Olympia, WA 98504-4540
(360)902-5335
Please follow this link to print the current prevailing wages for Jefferson County.
http://www.lni.wa.gov/prevailingwage/jwages/20101/jeffersonjw.pdf
Compliance with Labor Standards and Rate of Wage Requirements. The work under this Contract is to be paid for by
public funds; therefore, the Contractor shall comply with the Washington State prevailing wage laws (RCW 39.04,
RCW 39.12, RCW 43.19, and RCW 49.38). Copies of Pamphlet No. F700-032-000 (1-89) explaining the prevailing
wage law are available from the following:
Department of Labor and Industries
ESAC Division
P.O. Box 44540
Olympia, WA 98504-4540
(360) 902-5335
JEFFCOM 9-1-1 does not guarantee that labor can be procured for the minimum wages shown on the referenced
schedules. The rates of wages listed are minimum only, below which the Contractor cannot pay, and they do not
constitute a representation that labor can be procured for the minimum listed.
JEFFCOM 911 Simulcast Radio System Improvements Prevailing Wage Rates
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section - Telephone (360) 902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits.
On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description
of overtime calculation requirements is provided on the Benefit Code Key.
JEFFERSONCOUNTY
EFFECTIVE 3-03-2010
**********************************************************************************************************
(See Benefit Code Key)
Over
TimeHolidayNote
PREVAILING
CodeCodeCode
ClassificationWAGE
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL1H5D
$40.03
BOILERMAKERS
JOURNEY LEVEL1C5N
$56.53
BRICK MASON
BRICK AND BLOCK FINISHER1M5A
$39.49
JOURNEY LEVEL1M5A
$46.35
BUILDING SERVICE EMPLOYEES
JANITOR1
$8.55
SHAMPOOER1
$8.97
WAXER1
$8.97
WINDOW CLEANER1
$13.22
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL1
$14.10
CARPENTERS
ACOUSTICAL WORKER1H5D
$48.60
BRIDGE, DOCK AND WARF CARPENTERS1H5D
$48.47
CARPENTER1H5D
$48.47
CREOSOTED MATERIAL1H5D
$48.57
DRYWALL APPLICATOR1H5D
$48.74
FLOOR FINISHER1H5D
$48.60
FLOOR LAYER1H5D
$48.60
FLOOR SANDER1H5D
$48.60
MILLWRIGHT AND MACHINE ERECTORS1H5D
$49.47
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING1H5D
$48.67
SAWFILER1H5D
$48.60
SHINGLER1H5D
$48.60
STATIONARY POWER SAW OPERATOR1H5D
$48.60
STATIONARY WOODWORKING TOOLS1H5D
$48.60
CEMENT MASONS
JOURNEY LEVEL1H5D
$40.03
DIVERS & TENDERS
DIVER1M5D8A
$100.28
DIVER ON STANDBY$56.68 1M5D
DIVER TENDER$52.23 1M5D
SURFACE RCV & ROV OPERATOR1M5D
$52.23
SURFACE RCV & ROV OPERATOR TENDER$48.85 1B5A
DREDGE WORKERS
ASSISTANT ENGINEER1T5D8L
$49.57
ASSISTANT MATE (DECKHAND)1T5D8L
$49.06
BOATMEN1T5D8L
$49.57
ENGINEER WELDER1T5D8L
$49.62
Page1
JEFFERSONCOUNTY
EFFECTIVE 3-03-2010
**********************************************************************************************************
(See Benefit Code Key)
Over
TimeHolidayNote
PREVAILING
CodeCodeCode
ClassificationWAGE
LEVERMAN, HYDRAULIC1T5D8L
$51.19
MAINTENANCE1T5D8L
$49.06
MATES1T5D8L
$49.57
OILER1T5D8L
$49.19
DRYWALL TAPERS
JOURNEY LEVEL1E5P
$48.79
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL1
$9.37
ELECTRICIANS - INSIDE
CABLE SPLICER2W5L
$61.95
CABLE SPLICER (TUNNEL)2W5L
$66.57
CERTIFIED WELDER2W5L
$59.85
CERTIFIED WELDER (TUNNEL)2W5L
$64.25
CONSTRUCTION STOCK PERSON2W5L
$31.83
JOURNEY LEVEL2W5L
$57.74
JOURNEY LEVEL (TUNNEL)2W5L
$61.95
ELECTRICIANS - MOTOR SHOP
CRAFTSMAN2A6C
$15.37
JOURNEY LEVEL2A6C
$14.69
ELECTRICIANS - POWERLINE CONSTRUCTION
CABLE SPLICER4A5A
$59.79
CERTIFIED LINE WELDER4A5A
$54.59
GROUNDPERSON4A5A
$39.07
HEAD GROUNDPERSON4A5A
$41.22
HEAVY LINE EQUIPMENT OPERATOR4A5A
$54.59
JACKHAMMER OPERATOR4A5A
$41.22
JOURNEY LEVEL LINEPERSON4A5A
$54.59
LINE EQUIPMENT OPERATOR4A5A
$46.32
POLE SPRAYER4A5A
$54.59
POWDERPERSON4A5A
$41.22
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL1
$12.07
ELEVATOR CONSTRUCTORS
MECHANIC4A6Q
$67.91
MECHANIC IN CHARGE4A6Q
$73.87
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS1
$13.50
FENCE ERECTORS
FENCE ERECTOR1
$13.80
FENCE LABORER1
$11.60
FLAGGERS
JOURNEY LEVEL1H5D
$33.93
GLAZIERS
JOURNEY LEVEL$48.61 1Y5G
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC1S5J
$50.28
HEATING EQUIPMENT MECHANICS
MECHANIC$25.22 1
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL1H5D
$41.28
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC1
$15.65
Page2
JEFFERSONCOUNTY
EFFECTIVE 3-03-2010
**********************************************************************************************************
(See Benefit Code Key)
Over
TimeHolidayNote
PREVAILING
CodeCodeCode
ClassificationWAGE
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL1
$9.24
INLAND BOATMEN
CAPTAIN1K5B
$48.39
COOK1K5B
$45.36
DECKHAND1K5B
$45.36
ENGINEER/DECKHAND1K5B
$46.25
MATE, LAUNCH OPERATOR1K5B
$47.35
INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY
REMOTE CONTROL
CLEANER OPERATOR, FOAMER OPERATOR1
$9.73
GROUT TRUCK OPERATOR1
$11.48
HEAD OPERATOR1
$12.78
TECHNICIAN1
$8.55
TV TRUCK OPERATOR1
$10.53
INSULATION APPLICATORS
JOURNEY LEVEL1M5D
$48.47
IRONWORKERS
JOURNEY LEVEL1
$19.55
LABORERS
ASPHALT RAKER1H5D
$41.28
BALLAST REGULATOR MACHINE1H5D
$40.03
BATCH WEIGHMAN1H5D
$33.93
BRUSH CUTTER1H5D
$40.03
BRUSH HOG FEEDER1H5D
$40.03
BURNERS1H5D
$40.03
CARPENTER TENDER1H5D
$40.03
CASSION WORKER1H5D
$41.28
CEMENT DUMPER/PAVING1H5D
$40.77
CEMENT FINISHER TENDER1H5D
$40.03
CHANGE-HOUSE MAN OR DRY SHACKMAN1H5D
$40.03
CHIPPING GUN (OVER 30 LBS)1H5D
$40.77
CHIPPING GUN (UNDER 30 LBS)1H5D
$40.03
CHOKER SETTER1H5D
$40.03
CHUCK TENDER1H5D
$40.03
CLEAN-UP LABORER1H5D
$40.03
CONCRETE DUMPER/CHUTE OPERATOR1H5D
$40.77
CONCRETE FORM STRIPPER1H5D
$40.03
CONCRETE SAW OPERATOR1H5D
$40.77
CRUSHER FEEDER1H5D
$33.93
CURING LABORER1H5D
$40.03
DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS)1H5D
$40.03
DITCH DIGGER1H5D
$40.03
DIVER$41.28 1H5D
DRILL OPERATOR (HYDRAULIC, DIAMOND)$40.77 1H5D
DRILL OPERATOR, AIRTRAC1H5D
$41.28
DUMPMAN1H5D
$40.03
EPOXY TECHNICIAN$40.03 1H5D
EROSION CONTROL WORKER1H5D
$40.03
FALLER/BUCKER, CHAIN SAW1H5D
$40.77
FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT 1H5D
$30.84
construction debris cleanup)
Page3
JEFFERSONCOUNTY
EFFECTIVE 3-03-2010
**********************************************************************************************************
(See Benefit Code Key)
Over
TimeHolidayNote
PREVAILING
CodeCodeCode
ClassificationWAGE
FINE GRADERS1H5D
$40.03
FIRE WATCH1H5D
$33.93
FORM SETTER1H5D
$40.03
GABION BASKET BUILDER1H5D
$40.03
GENERAL LABORER1H5D
$40.03
GRADE CHECKER & TRANSIT PERSON1H5D
$41.28
GRINDERS1H5D
$40.03
GROUT MACHINE TENDER1H5D
$40.03
GUARDRAIL ERECTOR1H5D
$40.03
HAZARDOUS WASTE WORKER LEVEL A1H5D
$41.28
HAZARDOUS WASTE WORKER LEVEL B1H5D
$40.77
HAZARDOUS WASTE WORKER LEVEL C1H5D
$40.03
HIGH SCALER1H5D
$41.28
HOD CARRIER/MORTARMAN1H5D
$41.28
JACKHAMMER1H5D
$40.77
LASER BEAM OPERATOR1H5D
$40.77
MANHOLE BUILDER-MUDMAN1H5D
$40.77
MATERIAL YARDMAN1H5D
$40.03
MINER1H5D
$41.28
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH 1H5D
$40.77
PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST,
GUNITE, SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER1H5D
$40.77
PILOT CAR1H5D
$33.93
PIPE POT TENDER1H5D
$40.77
PIPE RELINER (NOT INSERT TYPE)1H5D
$40.77
PIPELAYER & CAULKER1H5D
$40.77
PIPELAYER & CAULKER (LEAD)1H5D
$41.28
PIPEWRAPPER1H5D
$40.77
POT TENDER1H5D
$40.03
POWDERMAN1H5D
$41.28
POWDERMAN HELPER1H5D
$40.03
POWERJACKS1H5D
$40.77
RAILROAD SPIKE PULLER (POWER)1H5D
$40.77
RE-TIMBERMAN1H5D
$41.28
RIPRAP MAN1H5D
$40.03
RODDER1H5D
$40.77
SCAFFOLD ERECTOR1H5D
$40.03
SCALE PERSON1H5D
$40.03
SIGNALMAN1H5D
$40.03
SLOPER (OVER 20")1H5D
$40.77
SLOPER SPRAYMAN1H5D
$40.03
SPREADER (CLARY POWER OR SIMILAR TYPES)1H5D
$40.77
SPREADER (CONCRETE)1H5D
$40.77
STAKE HOPPER1H5D
$40.03
STOCKPILER1H5D
$40.03
TAMPER & SIMILAR ELECTRIC, AIR & GAS1H5D
$40.77
TAMPER (MULTIPLE & SELF PROPELLED)1H5D
$40.77
TOOLROOM MAN (AT JOB SITE)1H5D
$40.03
TOPPER-TAILER1H5D
$40.03
TRACK LABORER1H5D
$40.03
TRACK LINER (POWER)1H5D
$40.77
Page4
JEFFERSONCOUNTY
EFFECTIVE 3-03-2010
**********************************************************************************************************
(See Benefit Code Key)
Over
TimeHolidayNote
PREVAILING
CodeCodeCode
ClassificationWAGE
TRUCK SPOTTER1H5D
$40.03
TUGGER OPERATOR1H5D
$40.77
VIBRATING SCREED (AIR, GAS, OR ELECTRIC)1H5D
$40.03
VIBRATOR1H5D
$40.77
VINYL SEAMER1H5D
$40.03
WELDER1H5D
$40.03
WELL-POINT LABORER1H5D
$40.77
LABORERS - UNDERGROUND SEWER & WATER
GENERAL LABORER & TOPMAN1H5D
$40.03
PIPE LAYER1H5D
$40.77
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS1
$11.42
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS1
$8.55
LANDSCAPING OR PLANTING LABORERS1
$8.55
LATHERS
JOURNEY LEVEL1H5D
$48.74
MARBLE SETTERS
JOURNEY LEVEL1M5A
$46.35
METAL FABRICATION (IN SHOP)
FITTER/WELDER1
$15.16
LABORER1
$11.13
MACHINE OPERATOR1
$10.66
PAINTER1
$11.41
MODULAR BUILDINGS
JOURNEY LEVEL1
$8.55
PAINTERS
JOURNEY LEVEL2B6Z
$34.87
PLASTERERS
JOURNEY LEVEL1R5B
$46.63
PLAYGROUND & PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL1
$8.55
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL1G5A
$66.44
POWER EQUIPMENT OPERATORS
ASPHALT PLANT OPERATOR1T5D8P
$50.39
ASSISTANT ENGINEERS1T5D8P
$47.12
BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC 1T5D8P
$50.94
TONS
BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS1T5D8P
$51.51
BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 1T5D8P
$50.39
METRIC TONS
BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS1T5D8P
$49.48
BACKHOE, EXCAVATOR, SHOVEL, TRACTORS: 15 TO 30 METRIC TONS1T5D8P
$49.90
BARRIER MACHINE (ZIPPER)1T5D8P
$49.90
BATCH PLANT OPERATOR, CONCRETE$49.90 1T5D8P
BELT LOADERS (ELEVATING TYPE )1T5D8P
$49.48
BOBCAT (SKID STEER)1T5D8P
$47.12
BROKK-REMOTE DEMOLITION EQUIPMENT$47.12 1T5D8P
BROOMS1T5D8P
$47.12
BUMP CUTTER1T5D8P
$49.90
CABLEWAYS1T5D8P
$50.39
CHIPPER1T5D8P
$49.90
Page5
JEFFERSONCOUNTY
EFFECTIVE 3-03-2010
**********************************************************************************************************
(See Benefit Code Key)
Over
TimeHolidayNote
PREVAILING
CodeCodeCode
ClassificationWAGE
COMPRESSORS1T5D8P
$47.12
CONCRETE FINISH MACHINE - LASER SCREED1T5D8P
$47.12
CONCRETE PUMPS1T5D8P
$49.48
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT1T5D8P
$49.90
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT OVER 42 1T5D8P
$50.39
METERS
CONVEYORS1T5D8P
$49.48
CRANE, FRICTION 100 TONS THROUGH 199 TONS1T5D8P
$51.51
CRANE, FRICTION OVER 200 TONS1T5D8P
$52.07
CRANES, THRU 19 TONS, WITH ATTACHMENTS1T5D8P
$49.48
CRANES, 20 - 44 TONS, WITH ATTACHMENTS1T5D8P
$49.90
CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB 1T5D8P
$50.39
WITH ATACHMENTS)
CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB 1T5D8P
$50.94
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB 1T5D8P
$51.51
WITH ATTACHMENTS)
CRANES, A-FRAME, 10 TON AND UNDER1T5D8P
$47.12
CRANES, A-FRAME, OVER 10 TON1T5D8P
$49.48
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH 1T5D8P
$52.07
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS)1T5D8P
$49.90
CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS)1T5D8P
$50.39
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER)1T5D8P
$50.94
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM1T5D8P
$50.94
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM1T5D8P
$51.51
CRUSHERS1T5D8P
$49.90
DECK ENGINEER/DECK WINCHES (POWER)1T5D8P
$49.90
DERRICK, BUILDING1T5D8P
$50.39
DOZER, QUAD 9, D-10, AND HD-411T5D8P
$50.39
DOZERS, D-9 & UNDER1T5D8P
$49.48
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT1T5D8P
$49.48
DRILLING MACHINE1T5D8P
$49.90
ELEVATOR AND MANLIFT, PERMANENT AND SHAFT-TYPE1T5D8P
$47.12
EQUIPMENT SERVICE ENGINEER (OILER)1T5D8P
$49.48
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP1T5D8P
$49.90
FORK LIFTS, (3000 LBS AND OVER)1T5D8P
$49.48
FORK LIFTS, (UNDER 3000 LBS)1T5D8P
$47.12
GRADE ENGINEER1T5D8P
$49.90
GRADECHECKER AND STAKEMAN1T5D8P
$47.12
GUARDRAIL PUNCH1T5D8P
$49.90
HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS1T5D8P
$49.48
HORIZONTAL/DIRECTIONAL DRILL LOCATOR1T5D8P
$49.48
HORIZONTAL/DIRECTIONAL DRILL OPERATOR$49.90 1T5D8P
HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER)$47.12 1T5D8P
HYDRALIFTS/BOOM TRUCKS (OVER 10 TON)$49.48 1T5D8P
LOADERS, OVERHEAD (6 YD UP TO 8 YD)1T5D8P
$50.39
LOADERS, OVERHEAD (8 YD & OVER)1T5D8P
$50.94
LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED$49.90 1T5D8P
LOCOMOTIVES, ALL1T5D8P
$49.90
MECHANICS, ALL1T5D8P
$50.94
MIXERS, ASPHALT PLANT1T5D8P
$49.90
MOTOR PATROL GRADER (FINISHING)1T5D8P
$50.39
Page6
JEFFERSONCOUNTY
EFFECTIVE 3-03-2010
**********************************************************************************************************
(See Benefit Code Key)
Over
TimeHolidayNote
PREVAILING
CodeCodeCode
ClassificationWAGE
MOTOR PATROL GRADER (NON-FINISHING)1T5D8P
$49.48
MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD 1T5D8P
$50.39
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING 1T5D8P
$47.12
OPERATOR
PAVEMENT BREAKER1T5D8P
$47.12
PILEDRIVER (OTHER THAN CRANE MOUNT)1T5D8P
$49.90
PLANT OILER (ASPHALT, CRUSHER)1T5D8P
$49.48
POSTHOLE DIGGER, MECHANICAL 1T5D8P
$47.12
POWER PLANT1T5D8P
$47.12
PUMPS, WATER1T5D8P
$47.12
QUICK TOWER-NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM1T5D8P
$47.12
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING 1T5D8P
$50.39
EQUIP
RIGGER AND BELLMAN1T5D8P
$47.12
ROLLAGON1T5D8P
$50.39
ROLLER, OTHER THAN PLANT ROAD MIX 1T5D8P
$47.12
ROLLERS, PLANTMIX OR MULTILIFT MATERIALS1T5D8P
$49.48
ROTO-MILL, ROTO-GRINDER1T5D8P
$49.90
SAWS, CONCRETE1T5D8P
$49.48
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING 1T5D8P
$50.39
OFF-ROAD EQUIPMENT (45 YD AND OVER)
SCRAPERS, CONCRETE AND CARRY ALL1T5D8P
$49.48
SCRAPER-SELF PROPELLED, HARD-TAIL END DUMP, ARTICULATING 1T5D8P
$49.90
OFF-ROAD EQUIPMENT (UNDER 45 YARDS)
SHOTCRETE GUNITE 1T5D8P
$47.12
SLIPFORM PAVERS1T5D8P
$50.39
SPREADER, TOPSIDER & SCREEDMAN1T5D8P
$50.39
SUBGRADE TRIMMER1T5D8P
$49.90
TOWER BUCKET ELEVATORS1T5D8P
$49.48
TRACTORS, (75 HP & UNDER )1T5D8P
$49.48
TRACTORS, (OVER 75 HP)1T5D8P
$49.90
TRANSFER MATERIAL SERVICE MACHINE1T5D8P
$49.90
TRANSPORTERS, ALL TRACK OR TRUCK TYPE 1T5D8P
$50.39
TRENCHING MACHINES1T5D8P
$49.48
TRUCK CRANE OILER/DRIVER ( UNDER 100 TON)1T5D8P
$49.48
TRUCK CRANE OILER/DRIVER (100 TON & OVER)1T5D8P
$49.90
TRUCK MOUNT PORTABLE CONVEYER1T5D8P
$49.90
WELDER1T5D8P
$50.39
WHEEL TRACTORS, FARMALL TYPE1T5D8P
$47.12
YO YO PAY DOZER1T5D8P
$49.90
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE4A5A
$40.79
SPRAY PERSON4A5A
$38.73
TREE EQUIPMENT OPERATOR4A5A
$39.25
TREE TRIMMER$36.50 4A5A
TREE TRIMMER GROUNDPERSON$27.55 4A5A
REFRIGERATION & AIR CONDITIONING MECHANICS
MECHANIC$27.68 1
RESIDENTIAL BRICK MASON
JOURNEY LEVEL1M5A
$46.35
RESIDENTIAL CARPENTERS
JOURNEY LEVEL1
$18.00
Page7
JEFFERSONCOUNTY
EFFECTIVE 3-03-2010
**********************************************************************************************************
(See Benefit Code Key)
Over
TimeHolidayNote
PREVAILING
CodeCodeCode
ClassificationWAGE
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL1
$18.00
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL1
$18.95
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL1
$21.00
RESIDENTIAL GLAZIERS
JOURNEY LEVEL1H5G
$34.54
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL1
$13.96
RESIDENTIAL LABORERS
JOURNEY LEVEL1
$19.91
RESIDENTIAL MARBLE SETTERS
JOURNEY LEVEL1M5A
$46.35
RESIDENTIAL PAINTERS
JOURNEY LEVEL1
$17.56
RESIDENTIAL PLUMBERS & PIPEFITTERS
JOURNEY LEVEL1G5A
$40.67
RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS
JOURNEY LEVEL1G5A
$62.56
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)1R6L
$35.25
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL2X5A
$39.19
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL1
$8.55
RESIDENTIAL STONE MASONS
JOURNEY LEVEL1M5A
$46.35
RESIDENTIAL TERRAZZO WORKERS
JOURNEY LEVEL1
$8.55
RESIDENTIAL TERRAZZO/TILE FINISHERS
JOURNEY LEVEL1
$8.55
RESIDENTIAL TILE SETTERS
JOURNEY LEVEL1
$8.55
ROOFERS
JOURNEY LEVEL1R5A
$40.05
USING IRRITABLE BITUMINOUS MATERIALS1R5A
$43.05
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)1E6L
$59.32
SHIPBUILDING & SHIP REPAIR
HEAT & FROST INSULATOR1S5J
$50.28
SIGN MAKERS & INSTALLERS (ELECTRICAL)
JOURNEY LEVEL1
$19.29
SIGN MAKERS & INSTALLERS (NON-ELECTRICAL)
JOURNEY LEVEL$12.15 1
SOFT FLOOR LAYERS
JOURNEY LEVEL$24.89 1
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL1B5O
$10.31
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL1
$19.67
Page8
JEFFERSONCOUNTY
EFFECTIVE 3-03-2010
**********************************************************************************************************
(See Benefit Code Key)
Over
TimeHolidayNote
PREVAILING
CodeCodeCode
ClassificationWAGE
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL1
$13.23
STONE MASONS
JOURNEY LEVEL1M5A
$46.35
STREET AND PARKING LOT SWEEPER WORKERS
JOURNEY LEVEL1
$16.00
SURVEYORS
CHAIN PERSON1
$9.35
INSTRUMENT PERSON1
$11.40
PARTY CHIEF1
$13.40
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL1E5A
$34.09
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER2B5A
$32.27
HOLE DIGGER/GROUND PERSON2B5A
$18.10
INSTALLER (REPAIRER)2B5A
$30.94
JOURNEY LEVEL TELEPHONE LINEPERSON2B5A
$30.02
SPECIAL APPARATUS INSTALLER I2B5A
$32.27
SPECIAL APPARATUS INSTALLER II2B5A
$31.62
TELEPHONE EQUIPMENT OPERATOR (HEAVY)2B5A
$32.27
TELEPHONE EQUIPMENT OPERATOR (LIGHT)2B5A
$30.02
TELEVISION GROUND PERSON2B5A
$17.18
TELEVISION LINEPERSON/INSTALLER2B5A
$22.73
TELEVISION SYSTEM TECHNICIAN2B5A
$27.09
TELEVISION TECHNICIAN2B5A
$24.35
TREE TRIMMER2B5A
$30.02
TERRAZZO WORKERS
JOURNEY LEVEL1M5A
$45.26
TILE SETTERS
JOURNEY LEVEL1M5A
$45.26
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER1B5A
$39.09
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL1K5A
$38.90
TRUCK DRIVERS
ASPHALT MIX ( TO 16 YARDS)1T5D8L
$45.63
ASPHALT MIX (OVER 16 YARDS)1T5D8L
$46.47
DUMP TRUCK1
$19.61
DUMP TRUCK & TRAILER1
$19.61
OTHER TRUCKS1T5D8L
$46.47
TRANSIT MIXER1
$14.47
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER1
$11.77
OILER$9.45 1
WELL DRILLER$11.60 1
Page9
PART 3 –
SCOPE OF EQUIPMENT AND SERVICE
REQUIREMENTS
1SCOPE OF EQUIPMENT AND SERVICE REQUIREMENTS
1.1FUNCTIONAL AND TECHNICAL REQUIREMENTS
The key components required by this RFP are:
VHF and UHF Narrow-Band Analog Simulcast Transmission/Voted Radio Subsystem
Detailed Design, Staging, Installation, Optimization and Other Services
The functional and technical requirements for the VHF and UHF narrow-band analog simulcast
transmission/voted radio system, and installation and other services follow.
1.2PURPOSE/BACKGROUND INFORMATION
1.2.1Background
JeffCom911 is finalizing a multi-year project to design, develop and bring into operational
status a multi-agency, wide-area communications system that will support effective radio voice
communications for first responder agencies. The future system has been designed in detail
and will utilize regional funding allocated for this purpose.
1.2.1.1Radio Systems Design
The required system shall be capable of supporting analog narrowband (12.5 kHz) VHF
and UHF radio system users on conventional channels on the proposed system.
1.2.1.2Microwave Transport / Data Transport Connectivity
A new digital microwave radio system is presently under construction and will provide
network connectivity between all sites in the JeffCom911 system. The infrastructure is
comprised of Alcatel Lucent model MDR-8000 series digital transceivers capable of both
TDM and IP modes of operation. Additional technical information on the equipment can
be down-loaded from the manufacturer's website: http://www.alcatel-lucent.com/
The installed variants are MDR-8706E-24 which provide 24 Mb/s Ethernet forwarding
capacity and allows DS1s to be individually provisioned to carry TDM traffic alongside the
Ethernet bandwidth. Thus the successful proposer will have the flexibility of proposing a
TDM or IP based simulcast control infrastructure.
The desire and preference is to utilize the existing TDM channels with inherently minimal
delay in the infrastructure for the simulcast system, and allow the remaining Ethernet IP
bandwidth to be reserved for future migration paths and projects should they be required
by Jefferson County.
A minimum of 1 x T1 (DS1) circuit will be available per site although it is estimated that
simulcast operation for TX & RX for VHF & UHF should not require more than 8 x DS0
equivalent circuits per site.
JeffCom 911 Simulcast Radio System Improvements Scope of Equipment and Service Requirements page 1
1.2.2Present Environment
The current
requirement for a VHF and UHF simulcast transmit radio system is the final step in
the deployment of an upgraded and much-improved regional conventional radio system. This
project is preceded by a civil upgrade and technology improvements project that added
additional radio sites, new towers, equipment shelters, upgraded electronics, standby power
systems, Motorola R-56 grounding, as well as a complete digital IP-capable microwave
transport backbone.
1.2.3Need for Simulcast Transmission Technology
Based on the very limited availability of VHF and UHF radio spectrum in western Washington
and topography that increases the likelihood of co-channel and adjacent channel interference
to wide-area VHF and UHF radio, JeffCom911 does not have the availability of pools of
licensable channel pools from which to design and implement a trunked radio system.
Given this consideration and as the result of extensive research conducted by retained
engineering consulting firms, a reasonable solution to meet the needs of JeffCom911 was
determined to be simulcast transmission technology.
1.2.4Future Environment
The desire
is to lay the framework for both a microwave transport and simulcast control system
that has the ability to meet the current JeffCom911 communications requirements, and also
support future technology should JeffCom911 choose to transition to APCO P25 or other digital
radio solution in conventional or trunked modes of operation. By implementing a digital
Ethernet microwave transport and simulcast control infrastructure capable of supporting TDM
or IP connectivity, this prevents early obsolescence of equipment and technology while
increasing future upgrade (or replacement) options.
1.2.5Existing Base Station Reuse
In preparation for the FCC mandated transition to narrowband (12.5 kHz) requirements prior to
January 1, 2013, JeffCom911 (beginning in 2007) replaced its entire base station inventory with
Motorola MTR2000 VHF and UHF base stations.
All proposed simulcast transmission infrastructure should reuse these investments to the
greatest extent possible.
Proposals that suggest replacement must provide an approach that addresses the cost of such
replacement.
JeffCom 911 Simulcast Radio System Improvements Scope of Equipment and Service Requirements page 2
These base stations, when fitted with the high stability option are suitable for use in the analog
simulcast radio system being proposed. Specifically, the proposer shall include in their proposal
the following cost options to the Motorola MTR2000 base stations:
X747 External Reference Capability
- Adds an external reference cable that
extends the control board external reference (5/10 MHz) connector to the rear of the
station. External High Stability reference must be ordered separately.
U178 EFR bracket
- replaces the standard mounting rack hardware required for the
installation of the EFR into a Motorola cabinet
1.2.6Existing Base Station Inventory Harmonization (hardware and software)
1.2.6.1Base Station Inventory
A core tech
nical requirement in simulcast design is that all base stations within a given
system are of the same manufacturer and model, and most importantly, exhibit transmitter
stability, transmitter carrier rise-time, and audio response characteristics that are as
closely matched as possible.
The successful proposer shall, as part of the scope of work, perform an inventory of all
JeffCom911 MTR2000 base station equipment. The inventory shall record the following
information:
Serial number
Approximate Date of Manufacture (derived from S/N)
Current Hardware revision of base station
Current Software/Firmware revision of base station
Current Hardware revision of the station control board (TCN6273)
1.2.6.2Harmonization and Upgrade
Based upon the data derived from the inventory, the successful proposer shall report to
JeffCom911 any variances in hardware and software/firmware revision found across the
fleet of MTR2000 base station, and the total cost for any necessary hardware or software
upgrades needed to harmonize the entire inventory to commonality and use in a simulcast
environment. JeffCom911 shall negotiate with the Proposer to purchase and procure any
additional items needed for system harmonization.
JeffCom 911 Simulcast Radio System Improvements Scope of Equipment and Service Requirements page 3
1.2.6.3MTR2000 TCN6273 Station Card Revision Upgrade
A Motorola technical bulletin on the MTR2000 base station is available that references
potential issues and recommended fixes when using the base station in high-stability
applications (such as simulcast operation). They are noted below.
To improve performance and address potential issues with MTR2000 stations not
locking onto the external frequency reference standard (X747).
To address a impedance mismatch between the EFR unit (X747) and station control
board that may cause a distortion of the waveform input to the MTR2000.
The recommendation is that all MTR2000 equipped with station control board (TCN6273)
shall be of revision D or later. The successful proposer shall, based upon the data
compiled in the required equipment inventory, verify station cards revision level and report
any stations needing a new station card option. The cost to perform this shall be included
in the Proposal.
1.3CURRENT RFP REQUIREMENTS
1.3.1Simulcast Transmission Control Infrastructure
1.3.1.1Radio System Overview
The Proposers will incl
ude a proposal and pricing for the additional radio components
necessary for a dual VHF and UHF Simulcast subsystem. The following are the minimum
required and desired characteristics for the VHF Simulcast/Voted Radio Subsystem:
The system will be developed as a five (5) site narrowband analog simulcast
transmission subsystem using a 12.5 KHz narrowband channel assignment.
The system will be developed as a six (6) site narrowband analog voted receive
subsystem using a 12.5 KHz narrowband channel assignment.
This system will make use of the following Jefferson County frequencies:
Sheriff's Office UHF "LAW" channel, presently licensed on 453.575 MHz base TX and
458.575 MHz base RX.
County VHF "FIRE" channel, presently licensed on 153.860 MHz base TX and
155.115 MHz base RX.
These channels will be operated as a repeater with base station direct PTT control in
narrowband analog mode (12.5 KHz) with EIA standard CTCSS on both base TX and
base RX frequencies. The CTCSS to be used has shall be between 100.0 Hz and 203.5
Hz.
1.3.1.2Site Design and Topology
The following transmit/receive sites are to be used as part of a final simulcast system
design: JeffCom / Port Hadlock, Teal Lake, South (Coyle Road), Green Mountain,
JeffCom 911 Simulcast Radio System Improvements Scope of Equipment and Service Requirements page 4
Maynard Peak and Port Townsend. The Maynard Peak site however, shall be voted
receive only with no FIRE or LAW transmissions at the facility.
Proposers are expected to configure and optimize the installed solution to provide
simulcast operation that provides for time delay spread differentials between any adjacent
µ
sites of no more than 60 s, with lower values desired in all developed areas within
Jefferson County. Maps illustrating simulcast delay spread based on the specified sites
are to be provided as a part of the proposal submittal.
The successful Proposer will provide all required antenna, feed lines, duplexers or RF
filtering components and required installation materials separate of the actual simulcast
control equipment. Installation of this site equipment, antennas and materials in addition
to the simulcast system commissioning and optimization will be performed by the
successful Proposer.
The following is a listing of the current equipment at each site. This list is only for the
purposes of this RFP. The final list and design shall be the responsibility of the successful
Proposer. All proposed simulcast transmission infrastructure should reuse these
investments to the greatest extent possible.
JeffCom / Port Hadlock Site
1 Law Enforcement.
A. MTR2000 Base Station
B. TX/RX Duplexer
C. Andrew DB636 6dBd Omni Antenna
2.Fire
A. MTR2000 Base Station
B. Older Telwave Duplexer
C. Older Celwave Omni Antenna (6?dBd)
Teal Lake (CenCom) Site
1 Law Enforcement.
A. MTR2000 Base Station
B. TX/RX Duplexer
C. Andrew DB636 6dBd Omni Antenna
2.Fire
A. MTR2000 Base Station
B. TX/RX Passcans, Crystal Filter, TX/RX preamp
C. RX Antenna Andrew 6dBd
D. TX Antenna Andrew 6dBd
3.Mednet
A. MTR2000 Base Station
B. Cellwave Duplexer
C. Andrew DB636 Omni Antenna
Wilmore -48vdc to 24vdc converter.
JeffCom 911 Simulcast Radio System Improvements Scope of Equipment and Service Requirements page 5
South (Coyle Road) Site
1 Law Enforcement.
A. MTR2000 Base Station
B. TX/RX Duplexer
C. Andrew DB636 6dBd Omni Antenna
2.Fire
A. MTR2000 Base Station
B. TX/RX Duplexer
C. Older Celwave Omni Antenna (6?dBd)
3.Mednet
A. MTR2000 Base Station
B. Cellwave Duplexer
C. Andrew DB636 6dBd Omni Antenna
Green Mountain (PSE) Site
1 Law Enforcement.
A. MTR2000 Receiver
B. Telwave Passcan
C. Andrew DB636 6dBd Omni Antenna
2.Fire
A. MTR2000 Base Station
B. Comprod Duplexer
C. RX Antenna Andrew 6dBd
D. TX Antenna Telwave 2 Bay Dipole
3.Mednet
A. MSF5000 Base Station (needs replacement due to narrowband requirement)
B. Older Cellwave Duplexer
C. Telwave 2 Bay Dipole
Maynard Peak
This is a newly developed site that will function as a voted receive VHF and UHF
facility. It will pass FIRE and LAW receive audio via 6 GHz microwave to the
JeffCom site for input to the installed JPS SNV-12 voting comparator. No simulcast
transmission at this site is planned for FIRE and LAW operations.
This site will require a VHF (150 – 170 MHz) and UHF (450 – 470 MHz) FCC Part
90 type accepted base station. For continuity with other JeffCom911 infrastructure,
the Motorola MTR-2000 model series is highly preferred, but not a requirement. A
professional grade omni-directional ground plane antenna with 3db – 6db of gain is
requested. Transmission line shall be semi-rigid 50-ohm 7/8" diameter or better
utilizing N connectors. Professional grade antenna and transmission line galvanized
hardware shall be used for installation of tower mounted components. A receiver
pre-selector w/notch filter with transmitter band-pass filter consistent with WWCIC
Engineering Standard #6 REV. C (02-97) for radio transmitting and receiving
devices shall be procured and installed. Proposed filter design shall be submitted for
JeffCom 911 Simulcast Radio System Improvements Scope of Equipment and Service Requirements page 6
review and approval by JeffCom911 consulting engineer prior to purchase and
installation.
All audio interfaces are expected to be made to a provided 4-wire audio channel
bank termination through industry standard connections (50-pair punch-down block
or DB- style connectors).
Port Townsend (Water Reservoir) Site
This is a newly developed site that will function as a simulcast transmit and voted
receive VHF and UHF facility. It will pass FIRE and LAW receive audio via 6 GHz
microwave to the JeffCom site for input to the installed JPS SNV-12 voting
comparator. Simulcast transmission at this site is planned for FIRE and LAW
operations.
This site will reuse a VHF (150 – 170 MHz) and UHF (450 – 470 MHz) FCC Part 90
type accepted 100 watt RF output base station from the Morgan Hill site (see
below). For continuity with other JeffCom911 infrastructure, the Motorola MTR-2000
model series is highly preferred, but not a requirement. A professional grade, UHF
only, omni-directional ground plane antenna with 3db – 6db of gain is requested.
Transmission line shall be semi-rigid 50-ohm 7/8" diameter or better utilizing N
connectors. Professional grade antenna and transmission line galvanized hardware
shall be used for installation of tower mounted components.
To support high-stability transmit reference oscillator and simulcast transmission
technology, a GPS-slaved receiver/master oscillator with both 10 MHz and 1 PPS
outputs shall be provided with externally mounted antenna. Spectracom GPS
receivers model series are preferred but not required.
All audio interfaces are expected to be made to a provided 4-wire audio channel
bank termination through industry standard connections (50-pair punch-down block
or DB- style connectors).
There is an existing radio facility at Morgan Hill in the City of Port Townsend. The
radio equipment from that facility will be relocated to the new City Water Reservoir
Site facility which is currently in design and permitting (nothing exists at this time).
1 Law Enforcement.
A. MTR2000 Base Station
B. TX/RX Duplexer
C. Andrew DB636 6dBd Omni Antenna (reuse)
2.Fire
A. MTR2000 Base Station
B. TX/RX Duplexer
C. Older Sinclair Omni Antenna (6?dBd) (provide replacement)
3.Mednet
A. MTR2000 Base Station
B. Cellwave Duplexer
C. Telwave single Dipole
JeffCom 911 Simulcast Radio System Improvements Scope of Equipment and Service Requirements page 7
Preliminary coverage mapping of selected sites has already been conducted and selected
sites to be used for preliminary system design are provided in Table 2.
JeffCom 911 Simulcast Radio System Improvements Scope of Equipment and Service Requirements page 8
Table 2. Selected JeffCom911 Simulcast Radio System Sites
Tower
NameFunctionInterior Space Availability Digital Microwave
Loading
Green Mt Tx & Rx Y, adequate space Y N
(Kitsap
County PSE site)
SouthTx & Rx Y, very limited space YY
(Coyle Rd.)
Teal Lake Tx & Rx Y, limited space YY
(Kitsap County)
Port Hadlock Tx & Rx Y, adequate space YY
(JeffCom 911 Center)
Maynard Peak Rx only Y, adequate space YY
('Byln'))
Tx & Rx Y, adequate space Y Y
Port Townsend
(Reservoir)
1.3.2Site Components -Typical Design
1.3.2.1Simulcast Infrastructure Manufacturers
JeffCom911 understands that simulcast transmission technology has evolved over
several decades based upon state-of-the-art advances in hardware and software
implementation of a proven design of linking and synchronizing multiple transmitters.
Several equipment manufacturers have been successful in offering products providing this
solution. The intent of this RFP is for the successful proposer to recommend a best
solution that meets the specific needs, uses the installed equipment base, and fits the
project budget of JeffCom911. Thus, evaluation and final selection from proposed
solutions from multiple equipment manufacturers is acceptable (i.e., JeffCom911 is not
'locked' to accepting any single or particular vendor's solution).
JeffCom 911 Simulcast Radio System Improvements Scope of Equipment and Service Requirements page 9
1.3.2.2JeffCom911 (Port Hadlock) Transmit "Launch" Site
The drawing below shows a basic component-level block diagram of typical simulcast
equipment expected to comprise the transmitter "launch site" at the Port Hadlock JeffCom
911 dispatch facility.
Note - the drawings provided below denote system design from a functional, block-
diagram level, and while part and model numbers are depicted, actual, final design may
differ based upon specific requirements or recommendations.
JeffCom 911 Simulcast Radio System Improvements Scope of Equipment and Service Requirements page 10
1.3.2.3Other "Pass-Through" Satellite Sites
The drawing below shows a basic component block diagram of typical simulcast
equipment expected to comprise the transmitter satellite sites typical of Green Mountain,
Maynard Peak, Port Townsend, South, and Teal Lake, generally those other than the Pt
Hadlock 'launch' site.
Note - the drawings provided above denote system design from a functional, block-diagram
level, and while part and model numbers are depicted, actual, final design may differ based
upon specific requirements or recommendations.
1.3.3Simulcast Controller Requirements and Specifications
SPECIFICATIONS - Simulcast Automatic Delay
Automatic GPS aligned audio delay equipment is used in simulcast radio systems to match
multiple transmission paths to prevent garbled reception in areas where multiple transmitters
"overlap". This system shall connect two (2) channels at six (6) sites which are interconnected
via Alcatel-Lucent MDR-8000 series digital microwave radio system.
JeffCom 911 Simulcast Radio System Improvements Scope of Equipment and Service Requirements page 11
Multiple overlapping transmitters operating on the same frequency achieve greater coverage.
System shall lock signals together using precise time from Global Positioning System satellites
(GPS) and digitally induced delays.
Timing reference and audio are sent to the transmitter over native TDM DS1 circuits provided
by the digital IP/Ethernet microwave backhaul. At the transmitter, GPS receivers lock the
carrier frequencies to the universal GPS time reference signal. The audio and timing signals
are compared with the local timing reference and precision digital delay shall be introduced to
correct the audio timing difference between transmitters. Once the signals are synchronized,
the system shall operate automatically to keep the preset delay constant, even if the signal is
rerouted over an alternate DS1 line. The result is that the signals broadcast from all
transmitters work together, reducing or eliminating any unwanted artifacts at the listener's
receiver. Operation shall be automatic. System shall continually monitor the timing and adjusts
for any path changes.
1.3.4GPS-Slaved Frequency and Timing Source Technical Requirements
Master Oscillator Specifications
Simulcast site master oscillators are highly accurate frequency sources with an internal oven-
stabilized crystal oscillator. Their outputs are locked to the United States Naval Observatory
via the NAVSTAR Global Positioning System to provide continual automatic frequency control,
compensating for aging and temperature drift.
They are ideally suited as a site master oscillator for communication systems. In simulcast
systems, the precision frequency offset feature minimizes carrier phase cancellation in VHF
and UHF overlap areas.
If power fails, an optional battery maintains even temperature and keeps the GPS
receiver active, allowing immediate operation after power restoration.
1.3.5Voted Receive System Cut-Over and Integration
1.3.5.1Receiver Voting System Background
JeffCom911 presently utilizes a receiver voting comparator to automatically evaluate,
select and route best-quality audio from all incorporated radio sites to the dispatch
operators' consoles. This is presently used to assist the dispatch operator in manually
deciding which transmit site to select upon returning a received call.
The immediate benefit from adopting a simulcast transmit system is that voted receive
audio will not only be heard at the console positions but will also be automatically re-
broadcast across all JeffCom sites via simulcast transmission technology, reducing the
possibility of first responders missing call information, and reducing the requirement for
dispatchers to ascertain and select the best transmit site for replying based upon a
determination (or assumption) of a calling units geographic location.
JeffCom 911 Simulcast Radio System Improvements Scope of Equipment and Service Requirements page 12
1.3.5.2Receiver Voting System Transition and Cut-Over
The JeffCom911 voting system utilizes a JPS (Raytheon) SNV-12 comparator located at
the Port Hadlock dispatch facility equipment room. Receive audio circuits from all sites
are back-hauled to this central location via leased (analog 4-W) copper circuits from
commercial carrier. Transmitter audio is likewise distributed to all sites via the same
leased analog circuits.
JPS Raytheon SNV-12
With the installation of the system-wide Alcatel Lucent digital microwave network, the
project objective is to transition all existing analog copper circuits to the private digital
microwave system - specifically utilizing the native TDM (wayside DS-1) circuits in the
network for lowest latency and delay. The IP bandwidth portion of the microwave network
shall be reserved for future system use, expansion or overlay of future technology to be
determined by JeffCom911 or Jefferson County.
This RFP shall include the transition and cutover of both transmit and receive analog
circuits from leased line to microwave as part of the scope of work. This shall include
electrical and mechanical interfacing from leased line channel adapters to microwave
MUX and channel banks, interface card configuration, level adjustments and optimization
as needed for optimum performance.
1.4PROJECT PROCESS
1.4.1DETAILED DESIGN, STAGING, INSTALLATION, OPTIMIZATION AND OTHER SERVICES
1.4.1.1Post-Contract Detailed Design and Approval (required)
At the time of award of this RFP, the JeffCom911 system build-out will still be work-in-
progress as microwave transport is overlaid on to sites that are sequentially brought on-
line as each construction is finished. The successful proposer shall understand this
challenge and will have flexibility in working under these dynamic conditions.
It is expected that following contract execution, additional detailed design development
will be required on the part of the Successful Proposer and JeffCom911. Upon completion
of the Detailed Design process, JeffCom911 will be provided with a final system design by
the Successful Proposer. Only after review and approval, will that design be placed into
production by the Successful Proposer. Proposers should detail their understanding of
JeffCom 911 Simulcast Radio System Improvements Scope of Equipment and Service Requirements page 13
how this Detailed Design process is to be conducted, shall detail any deliverables and
shall identify any associated costs.
1.4.1.2System Staging and Acceptance (required)
The System Staging process is intended to ensure that all system components have been
properly configured and integrated prior to the field delivery of system components.
Staging provides an opportunity for the system vendor to resolve any technical issues
while located in a controlled environment with ready access to factory engineering
support and manufacturing resources. Inclusion of the factory staging process is required
as a part of the response to this RFP and should be indicated on the proposal schedule.
Staging shall also include customer review of system operation and basic functional
testing. This operational testing should include the following basic test procedures:
Verify that all equipment is configured in a workman-like manner in accordance with
the Contract and that all system levels are properly set.
Demonstrate that all equipment features function as specified in the system design
and manufacturer's specification documents.
Demonstrate that the system performs as specified by examination of sample test
data and the re-running of specific tests if deemed appropriate.
Proposer shall submit with the proposal a sample Acceptance Test Plan. This factory
acceptance test plan will define the tests to be performed by the vendor for each phase of
Acceptance to verify that the equipment and system perform in accordance with the
contract specifications. Proposers should detail their understanding of how this process is
to be conducted, should detail any deliverables and should identify any associated costs.
1.4.1.3Field Installation and Optimization (required)
Field installation is broken into two areas of responsibility, "cold" or physical installation
and final configuration and optimization. For purposes of this RFP, the Proposer shall
have responsibility for physical installation, configuration and optimization of the central
switch and any required central simulcast control equipment. The remote site equipment
including VHF and UHF simulcast base stations, any required channel banks, timing or
synchronization equipment, VHF and UHF antennas, feed lines, duplexers or combiners
will be procured and installed by the successful Proposer as well as have responsibility
for configuration and optimization of the remote site RF equipment.
The Proposer will have responsibility for site and system configuration and optimization
and testing necessary to deliver a fully functioning simulcast subsystem and a fully
functioning controller that seamlessly works with JeffCom911's installed dispatch system
(Zetron Series 4000). This includes any required work to properly configure consoles to
utilize the added channel resource and patching capabilities.
The Proposer shall describe the Field Installation and Optimization process proposed and
will isolate each of the major cost areas associated with the Field Installation and
Optimization process described in the proposal. The proposal shall fully identify
technician, engineering, or project management efforts required for all installation and
optimization tasks.
JeffCom 911 Simulcast Radio System Improvements Scope of Equipment and Service Requirements page 14
1.4.1.4Field System Acceptance (required)
The Field System Acceptance process is intended to ensure that all system components
have been properly configured and integrated after delivery to JeffCom911 facilities. Field
System Acceptance shall include a complete customer review of all aspects of system
operation and basic functional testing. This operational testing should include the
following basic test procedures:
Verify that all equipment is installed and configured at each radio site, microwave
facility, dispatch center and central equipment location in a workman-like manner in
accordance with the Contract and that all system levels are properly set.
Demonstrate that all equipment features function as specified in the system design
and manufacturer's specification documents.
Demonstrate that the system performs to specification by examination of sample test
data and the re-running of specific tests if deemed appropriate.
The Proposer shall describe the Field System Acceptance process proposed and will
isolate each of the major cost areas associated with the Field System Acceptance
process in the proposal.
Proposer shall submit with the proposal a sample Field System Acceptance Test Plan.
The selected vendor shall provide a final detailed Field System Acceptance Test Plan to
JeffCom911 for approval at least twenty (20) days prior to the planned start of the
acceptance test. This test plan will define the tests to be performed by the vendor for
each phase to verify that the equipment and system perform in accordance with the
contract specifications.
1.5DESIGN REQUIREMENTS
1.5.1System Performance
It is essential that the
performance of the proposed simulcast system be clearly identified.
These performance characteristics include system reliability, area coverage and acceptable
audio quality.
1.5.1.1System Reliability
The proposed system design should be such that it will ensure a high degree of system
reliability. Aside from MTBF (Mean Time Between Failure) for individual system
components and uncontrollable events (i.e. lightning strikes, etc.), an important factor in
this will be the microwave backbone, which is dependent upon stable and quality link
paths between all sites on the system. Microwave system commissioning, optimization
and performance will be addressed separately and is not part of the successful Proposer's
scope of work.
1.5.1.2Area Coverage
The JeffCom911 system design and expected RF coverage area was engineered and
approved by the owner's consulting engineering firm. Documentation and expected RF
coverage modeling maps will be provided upon request at the scheduled Pre-Proposal
Conference to those participating in the meeting.
JeffCom 911 Simulcast Radio System Improvements Scope of Equipment and Service Requirements page 15
1.5.1.3Audio Quality
Simulcast transmission design strives to ensure full signal capture in non-overlap areas,
and to minimize audio distortion to levels offering acceptable and useful service via
specialized RF engineering in non-capture (overlap) areas. This includes high-stability
transmitters phase-locked to external GPS-based frequency references, audio delay
(buffering) and synchronization of transmitter launch-time based upon relative terrestrial
distances as well as modeled coverage areas using ERP and antenna patterns as needed
to minimize overlap areas.
Acceptable analog voice quality for VHF and UHF operation shall be defined for
purposes of this RFP as being the minimum signal required to provide Delivered
Audio Quality 3.4 (DAQ 3.4) voice quality transmissions, as defined in TSB-88 as
“Speech understandable with repetition only rarely required. Some Noise/Distortion.”
Acceptable analog paging (VHF Fire operations) for the purposes of fire station
alerting shall be qualified as all stations successfully decoding a two-tone sequence
and alerting to five (5) successive tone-outs of five (5) differing cap-code
combinations with at least one lowest-tone and one highest-tone being part of the
cap-code combination.
1.5.1.4Existing Jefferson County Microwave Network (desired)
The Proposer shall use existing JeffCom911 radios facilities and microwave system
resources owned and operated by Jefferson County is desirable. Additional transport
resources may be proposed and used upon approval by the JeffCom911 retained
engineer
1.5.1.5Multiplex Equipment
The County's existing digital microwave backbone is under construction and will use a
combination of channel banks and various networking devices operating at with by
Ethernet (IP) and native TDM (DS1 level). Details about the availability of existing DS1s
as well as available DS0s within utilized DS1s will be provided upon request. Proposers
are advised to review this data in an effort to utilize existing microwave capacity wherever
possible.
1.5.1.6Puget Sound Energy (PSE) Connectivity
At the Green MT and Maynard Peak sites, connectivity forming the Green-Maynard
T1/DS1 link will be provided specifically via fiber optic link to Puget Sound Energy (PSE)
microwave transport. This will involve a fiber optic cable link from the JeffCom to PSE
equipment shelter at Green MT, as well as between equipment shelters at Maynard Peak.
PSE, as the provider and property owner, has reserved the right to specify and install their
approved fiber termination cards and multiplexer equipment. PSE has standardized on
equipment manufactured by FiberOpticLink® (RL Industries, Inc.). T1 termination card
equipment can be viewed at www.fiberopticlink.com.
PSE will provide DS1/T1 physical layer connectivity for JeffCom911 using industry
standard termination/connections. The physical termination will be located and affixed on
the outside of the JeffCom911 equipment shelters in a NEMA-class enclosure.
JeffCom 911 Simulcast Radio System Improvements Scope of Equipment and Service Requirements page 16
1.5.1.7Special Design Requirement: Adherence to Standards (desired)
Section 2 provides a list of potentially applicable standards for development and
deployment of a modern public safety radio system. Proposer designs, equipment and
installation are expected to comply with all of these standards at the time of the proposal
submittal unless specific exceptions are noted in the RFP response. Proposers are
cautioned that some JeffCom911 radio sites may not comply with all aspects of all of the
standards. Proposers may not take exception in proposals where radios sites are not fully
compliant with current site standards.
1.6RESPONSIBILITY FOR SYSTEM PERFORMANCE
1.6.1System Optimization and Commissioning
1.6.1.1Responsibility
The successful Proposer shall have primary responsibility for proving that the simulcast
transmission system, as installed, meets the design criteria as closely as possible and
has been installed with good engineering practice. The intent of this RFP is to qualify and
select a Proposer specifically based upon their successful understanding of simulcast
transmission technology and successful implementation of similar simulcast networks
using comparable equipment, methods and technology. As such the successful Proposer
shall understand that they will be expected to have expert knowledge and will be called
upon to utilize this skill in the successful design, installation, optimization and
commissioning of the outlined system.
1.6.1.2Assistance
It is understood and expected that the successfully Proposer will, during the project, wish
to consult, coordinate and liaison with the client's system design engineer during the
implementation to assist in resolving any technical challenges encountered during the
project. This is planned for and the successful Proposer is expected and encouraged to
utilize a close professional working relationship with the engineering consultant as
needed.
1.7PROJECT MANAGEMENT
1.7.1Project Management Approach
Proposers are to clearly identify in their proposal their project management approach. This
includes a clear and unambiguous description of project management techniques used by the
Proposer, typical project team staffing, schedule management techniques and any other
pertinent aspect of project management approach. Additionally, Proposers shall describe in
detail their change order process and provide sample documentation which details the forms
used and basis for change order requests.
1.7.1.1Project Implementation Plan (required)
A detailed implementation plan with correlated schedule is to be provided in the
Proposer's response to this RFP. Each phase of project implementation is to be clearly
identified with a detailed description of the tasks, roles, responsibilities, milestones and
JeffCom 911 Simulcast Radio System Improvements Scope of Equipment and Service Requirements page 17
deliverables associated with each phase of the project clearly stated. All significant
characteristics of this plan should be correlated with a detailed project schedule. The
infrastructure design, installation, commissioning and optimization timeline shall be
described in complete detail. Similarly, all radio equipment installation and user training
timelines shall be described in detail. In addition, the project implementation plan shall
ensure no disruption of existing communications systems or dispatch operations. A
complete plan that recognizes the impact of such disruptions is a critical part of the
response to this RFP and must be fully described.
1.7.1.2Project Schedule and Project Payment Profile (required)
Proposersshould provide a sample project schedule outlining in sufficient detail to
determine a complete and thorough understanding of what is required to execute a
complex region-wide radio system project. All aspects, critical junctures, timing, project
milestones and payment milestones for JeffCom 911 project should be detailed within the
sample schedule.
A simplified sample payment profile will also be provided as part of the RFP response.
This will illustrate only those milestones and related deliverables that include a progress
payment. The percentage of project payment due at each stage shall be clearly identified,
along with the actual dollar amount.
The RFP will become a part of the Contract with the successful proposer. The successful
proposer shall provide an updated project schedule and payment profile with the detailed
design required in section 1.4.1.1 of this RFP.
1.7.1.3Project Documentation-General
Detailed co
nstruction drawing sets shall be provided of all system and facility wiring,
coaxial cabling, grounding and interior diagrams. Construction drawings will be provided
to JeffCom911 ten (10) days prior to the commencement of any Work at any specified
location. All documentation files will be user modifiable (unlocked) to allow for system
changes and additions.
Detailed as-built drawing sets shall be provided of all system and facility wiring, coaxial
cabling, grounding and interior diagrams. These drawings will be provided in draft form
within 30 days of the completion of any project phase. A final, fully integrated as-built
drawing set will be provided 90 days following completion of the project and prior to
issuance of any final payment. All documentation files will be user modifiable (unlocked)
to allow for system changes and additions.
The successful proposer shall, as part of the scope of work, provide a complete inventory
of all existing and newly installed equipment upon completion of the project. The inventory
shall record the following information:
Serial number
Approximate or actual Date of Manufacture (derived from S/N)
Current Hardware revision
Current Software/Firmware revision
Other detailed information not listed here that is appropriate for asset management
JeffCom 911 Simulcast Radio System Improvements Scope of Equipment and Service Requirements page 18
1.7.1.4Documentation and System Block Diagrams (required)
Proposer shall provide a complete high-level block diagram for the entire proposed
system showing the location and interconnections to all proposed sites, wide area
controllers, interoperability gateway switch, existing audio switch and dispatch consoles,
and any other major system components.
Proposer shall provide block and rack diagrams for the equipment at each dispatch center
location, showing all major components and the quantity and type of communication
circuits required to connect the dispatch center equipment to the wide area controllers.
Proposer shall provide a table of all network bandwidth and site space, power and air
conditioning requirements for all equipment.
Proposer shall provide block and rack diagrams for each wide area controller location,
showing all major components and the quantity and type of communication circuits
required, including required network bandwidth, to connect the wide area controller to
remote repeater sites, remotely located audio switch and back-up dispatch center
dispatch consoles, conventional interoperability repeaters, other wide area controllers and
wireless data networks.
Proposer shall provide a block diagram for each repeater site, showing all major
components at the site and the quantity, required bandwidth and type of communication
circuits required to connect the site to the wide area controller. Proposer shall provide a
table of all power and air conditioning requirements for the repeater equipment.
1.7.1.5System Maintenance Equipment and Support Agency Training (required)
All test equipment or craft interface equipment required to properly support the proposed
system shall be specified. At a minimum, this will include data network diagnostic tools,
service monitor, laptop computer and all required software and programming hardware
(RIBs, cables, etc.). Any additional specialized equipment required to support the system
proposed shall be identified in the proposal. All equipment costs related to support
equipment shall be isolated as optional equipment and shall not be incorporated in the
core cost of the proposal.
The Proposer shall provide a description of and costs for training on the operation and
maintenance of all equipment provided with the radio system. Training for third party
systems and equipment shall also be clearly identified and costs included.
The Proposer shall support training as follows:
Technology and capability overview training of simulcast conventional radio systems,
interoperability technology.
System technical management training for administrative and management
personnel.
Console equipment operator training for dispatch lead trainers and their supervisors.
The Proposer shall provide a description of each course including the material to be
covered, number of hours or days of training per course and prerequisites. All training will
JeffCom 911 Simulcast Radio System Improvements Scope of Equipment and Service Requirements page 19
be held in Jefferson County at locations to be determined. Participants will bear all travel
and living costs for any training at the designated locations.
1.8POST-INSTALLATION SUPPORT CAPABILITIES
1.8.1System Warranty (required)
The basic system pricing will be based on a 12 month parts and labor warranty (or better) from
the date of final system acceptance.
Warranty start dates for system components will be based upon all systems being available for
beneficial use and meeting contracted levels of performance. Beneficial use milestones will be
agreed upon as part of the Detailed Design process. Proposers are cautioned that all system
and subscriber equipment features and functions identified in the proposal must be functional
for initiation of beneficial use.
All third party equipment and work supplied as part of the contract shall be provided with
warranty coverage meeting the same requirements. If warranty coverage in excess of that
provided by the primary system vendor is offered by the third party manufacturers, such excess
coverage will be honored by the successful Proposer.
1.8.2Extended System Warranty (required)
Extended warranty options shall be priced as part of the proposal based on one year
extensions to the provisions of the System Warranty.
1.8.3Software Support Agreement (required)
System equipment, and all third party items for which software support agreements are
available shall be clearly identified and priced in the Cost Proposal.
Proposer shall quote pricing for software features and functional updates that shall extend the
functionality of the system beyond the functionality provided at the time of contract execution.
Software updates shall be released on a regular basis after final system acceptance for the
licensed software programs contained within their proposed system and shall include the
following:
Enhancements to existing features for all designated system backbone components
and subscriber radios
New features implemented via the system components already contained within the
system
Software for product migrations where a new generation of software is developed for
the designated system component, rather than the older generation of software being
updated.
JeffCom 911 Simulcast Radio System Improvements Scope of Equipment and Service Requirements page 20
The Proposer shall offer software support contracting options that include the ability to contract
for software support at a rate fixed/determined at the time of contract execution, to purchase
such software support annually or to pay for software upgrades as they become available.
Pricing for each of these options shall be clearly stated in the proposal.
1.8.4Hardware Support Agreement (required)
While it is anticipated that JeffCom911 will have responsibility for the maintenance of all
supplied systems following the end of the basic warranty period, pricing shall be provided which
clearly and completely identifies the costs associated with full system maintenance (including
all subscriber equipment), fixed infrastructure maintenance alone and subscriber equipment
maintenance alone. The pricing proposed will be based upon the response times identified in
the Cost Proposal. For this system support scenario, all system management, configuration
and inventory functions would remain with JeffCom911.
1.8.5Radio System Product Lifetime (required)
Proposers
shall indicate their ability to provide comprehensive support for all purchased
systems for a period of 10 years following system completion, including but not limited to
hardware repair, spare parts, software and equipment repair. Proposer may substitute precisely
equivalent products beginning 7 years after system completion provided there is no incremental
expense to JeffCom911 .
1.8.6Maintenance Spares and Repair Parts (optional)
Proposers shall include in their proposal, as an option, a complete recommended spare parts
package for all infrastructure components that will support maintenance by JeffCom911 during
the first year following system acceptance. It is expected that maintenance of the system
following the end of the manufacturer’s one year warranty will be at the unit (FRU) or board
replacement level with return of units or boards to Proposer’s service facilities for repair and
return. Spare parts for the fixed backbone system will be broken down by types of equipment,
i.e., repeater equipment, console equipment, etc.
All infrastructure spares purchased pursuant to a contract resulting from this RFP shall remain
the property of JeffCom911. No spares purchased for this purpose shall be used to provide
system maintenance support during the system warranty period.
JeffCom 911 Simulcast Radio System Improvements Scope of Equipment and Service Requirements page 21
2COMPLIANCE AND STANDARDS
2.1COMPLIANCE WITH STANDARDS
Proposers should state clearly in their proposal their ability to comply with the following
standards.Variance from any of these established standards must be clearly noted in the
proposal.
2.1.1IEEE Telecommunications Grounding Standards/Motorola R56/M/A-COM Standards
All proposals must adhere to the requirements established in the IEEE Std. 1100-1992 IEEE
Recommended Practice for Powering and Grounding Sensitive Electronic Equipment (IEEE
'Emerald Book'), Motorola R56 Standards and Guidelines for Communications Sites and M/A-
COM AE/LZT123 4618/1 R3A Site Grounding and Lightning Protection.
2.1.2Applicable Washington State and Local Codes
The following code and standards are hereby referenced. Perform all work and provide
materials and equipment in accordance with the latest referenced codes and standards of the
following organizations:
American National Standards Institute (ANSI)
National Electrical Manufacturer’s Association (NEMA)
National Fire Protection Association (NFPA)
Underwriter’s Laboratories (UL)
2.1.3Electrical System Installation
Install the electrical systems based on the following:
NFPA 70: National Electrical Code as adopted and amended by the Local
Jurisdiction
IBC: International Building Code as adopted and amended by the Local
Jurisdiction.
The referenced codes establish a minimum level of requirements. Where provision of the various codes
conflict with each other, the more stringent provision shall govern. If any conflict occurs between referenced
codes and this specification, the codes are to govern.
JeffCom 911 Simulcast Radio System Improvements Scope of Equipment and Service Requirements page 22