Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
COOKE COUNTY RFP FY19-02 Public Safety Radio System
SECTION I: TERMS AND CONDITIONS
SECTION II: CONFLICT OF INTEREST QUESTIONNAIRE
SECTION III: ETHICS STATEMENT
SECTION IV: NOTICE TO PROPOSER
SECTION V: PROPOSAL SPECIFICATIONS
SECTION VI: W-9/HB1295/HB89
SECTION VII: LEGAL NOTICE
COOKE COUNTY, TEXAS TERMS AND CONDITIONS
1. Proposals must give full company name and address of the proposers. Failure to manually sign proposal
will disqualify proposal.
2. All proposers must complete the “Conflict of Interest Questionnaire”. Chapter 176 of the Texas Local Government code requires that any vendor or person conducting business or wishing to conduct business with a county complete the questionnaire. It must be filed with the Cooke County Clerk. It is a Class C misdemeanor offense if a person violates Section 176.006, Local Government Code. Any questions can be directed to the Texas Ethics Commission in Austin.
3. It is understood that Cooke County, Texas reserves the right to accept or reject any and/or all Proposals for any or all products and/or services covered in an Invitation for Proposal, to waive informalities or defects in submittals or to accept such submittals as it shall deem to be in the best interest of Cooke County. All proposers must complete W-9.
4. All Invitation for Proposals shall be submitted in hard copy paper form and shall be submitted in a sealed envelope, plainly marked on the outside with the proposal number and name. A hard copy paper form submittal shall be manually signed in ink by a person having the authority to bind the firm in a contract. Submittals shall be mailed or hand delivered to the Cooke County Auditor’s Office.
5. Sealed Proposals will be opened on the date set forth in the Notice to Proposers and/or the Legal Notice.
6. Any explanation, clarification, or interpretation desired by a proposer regarding any part of the proposal must be requested in writing from the Auditor’s Office not less than five (5) business days before proposal closing. Interpretations, corrections, or changes to the proposal made in any other manner are not binding upon the County, and proposers shall not rely upon such interpretations, corrections or changes. Oral explanations or instructions given before the award of the contract are not binding. Request for
explanations or clarifications may be e-mailed to [email protected] or faxed to Cooke
County at 940.668.5442. The fax must clearly identify the proposer’s company name, point of contact and proposal number. Any written information given to one proposer concerning a proposal will be furnished as an addendum to all proposers who have been issued a proposal.
7. The requirement to furnish a Security Bond and/or Performance Bond, when necessary, will be stated elsewhere in the Specifications.
8. If ownership of your firm should change during the term of this contract, Cooke County must be notified (Novation) in writing within ten (10) days and a new declaration of relationships submitted immediately to the Cooke County Auditor’s Office. Failure by the vendor to provide written notification of change of ownership may result in cancellation of the contract.
9. Cooke County is exempt from State Sales Tax and Federal Excise Tax; therefore, the prices submitted shall not include taxes.
10. All delivery and freight charges, please include quotes with F.O.B., are to be included as part of the proposal/quote/proposal price. All components required to render the item complete, installed, and operational shall be included in the total proposal price. Cooke County will pay no additional freight/delivery/installation/set up fees.
11. The title and risk of loss of the goods shall not pass to County until County takes possession of the goods at the point(s) of delivery.
12. Escalation and De-escalation: It is agreed the unit price proposal is based, in part, on prices charged or quoted at the time of this proposal by a product supplier to the vendor. The unit price proposal may be increased or decreased when a product supplier increases or decreases their price to the vendor; however, the increase or decrease in the unit price shall be limited to the amount of the increase or decrease in price a product supplier charges the vendor. Any change in the unit price proposal shall be accompanied by supporting documents from the vendor’s product supplier. The vendor shall provide notice to the county auditor at least two (2) days in advance of any increase in the unit price proposal. The two- (2) day period shall begin upon receipt of the notice by the county auditor. Cooke County reserves the rights to cease purchase of the product, purchase from the secondary proposers, re-proposal or continue purchasing from the primary vendor if the unit price proposal increases.
13. If delay is foreseen, vendor shall give written notice to the county auditor. Cooke County has the right to extend delivery date if reasons appear valid. Vendor must keep the county advised at all times of status of order. Default in promised delivery (without accepted reasons) or failure to meet specifications, authorizes the county to purchase supplies elsewhere and charge full increase in cost and handling to defaulting vendor.
14. All items proposed shall be new, in first class condition, including containers suitable for shipment and storage, unless otherwise indicated in proposal. Verbal agreements to the contrary will not be recognized. All materials and services shall be subject to County’s approval. Unsatisfactory material will be returned at Proposer’s expense.
15. Specifications may reference name brands, make, and/or model numbers. Any reference made to model/make and /or manufacturer used in specifications is for descriptive purposes only. Products/ materials of like quality will be considered. Cooke County shall act as sole judge in determining equality and acceptability of products offered.
16. The apparent silence of specifications as to any detail, or the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practice is to prevail and that only material and workmanship of the finest quality are to be used. All interpretations of specifications shall be made on the basis of this statement. The items furnished under this contract shall be new, unused of the latest product in production to commercial trade and shall be of the highest quality as to materials used and workmanship. Manufacturer furnishing these items shall be experienced in design and construction of such items and shall be an established supplier of the item proposal.
17. Proposers are responsible for including all pertinent product data in the returned proposal package. Literature, brochures, data sheets, specification information, completed forms requested as part of the proposal package and any other facts which may affect the evaluation and subsequent contract award
should be included. Materials such as legal documents and contractual agreements, which the proposers wishes to include as a condition of the proposal, must also be in the returned proposal package. Failure to include all necessary and proper supplemental materials may be cause to reject the entire Proposal.
18. The proposal will be awarded to the lowest and best proposal and in the best interest of Cooke County. Contracts may be awarded to more than one proposer if it is in the best interest of Cooke County.
19. All proposers will comply with all Federal, State, and local laws relative to conducting business in Cooke County including, but not limited to licensing, labor and health laws. The laws of the State of Texas will govern as to the interpretation, validity and effect of this proposal, its award, and any contract entered into.
20. The successful proposers agrees, by entering into this contract, to defend, indemnify and hold Cooke County harmless from any and all courses of action of claims of damages arising out of or related to proposer’s performance under this contract.
21. Upon signing this proposal document, an proposers offering to sell supplies, materials, services, or equipment to Cooke County certifies that the proposers has not violated the antitrust laws of this state codified in Texas Business and Commerce Code §15.01, et seq., as amended, or the federal antitrust laws, and has not communicated directly or indirectly the proposal made to any competitor or any other person engaged in such line of business. Any or all Proposals may be rejected if the County believes that collusion exists among the proposers. Proposals in which the prices are obviously unbalanced may be rejected. If multiple Proposals are submitted by a proposers and after the Proposals are opened, one of the Proposals is withdrawn, the result will be that all of the Proposals submitted by that proposers will be withdrawn; however, nothing herein prohibits a vendor from submitting multiple Proposals for different products or services.
22. Acceptance of and final payment for the item will be contingent upon satisfactory performance of the product received by Cooke County.
23. Successful Proposers shall submit separate invoices, on each purchase order. Invoices shall be itemized and transportation charges, if any, shall be listed separately. Mail to Cooke County, Accounts Payable, 101 S. Dixon, Gainesville, Texas 76240. Payments shall not be due until the above instruments are submitted after delivery.
24. It is expressly understood and agreed that in case Cooke County should need any item(s) not available within the time frame requested from the successful vendor during the term of this contract, Cooke County reserves the right to purchase these items from other than the successful vendor. This shall not be in violation of any terms or conditions of said contract. Further, Cooke County reserves the right to seek another vendor if, any time, vendor’s prices do not conform to public pricing.
25. The price to be paid by Cooke County shall be that contained in Proposer’s proposal which Proposers warrants to be no higher than the Proposer’s current prices on orders by others for products of the same kind and specification covered by this agreement for similar quantities under similar or like conditions and methods of purchase. In the event Seller breaches this warranty, the prices of the items shall be reduced
to the Proposer’s current prices on order by others, or the alternative, Cooke County may cancel this contract without liability to Proposers for breach or Proposer’s actual expense.
26. Proposers shall not limit or exclude any implied warranties and any attempt to do so shall render this contract voidable at the option of the County. Proposer’s warrants that the goods furnished will conform to the specifications, drawings and descriptions listed in the proposal invitation, and to the sample(s) furnished by Proposers, if any. In the event of a conflict between the specifications, drawings, and descriptions, the specifications shall govern.
27. Proposer’s warrants that the product sold to County shall conform to the standards promulgated by the U.S. Department of Labor under the Occupational Safety and Health Act of 1970. In the event the product does not conform to OSHA standards, buyer may return the product for correction or replacement at the Sellers expense. In the event Seller fails to make the appropriate correction within a reasonable time, correction made by County will be at Proposer’s expense.
28. Proposers and proposer’s insurance carrier waive any and all rights whatsoever with regard to subrogation against Cooke County as an indirect party to any suit arising out of personal or property damages resulting from proposer’s performance under this agreement.
29. No officer or employee of the County shall have a financial interest, direct or indirect, in any contract with the County, or shall be financially interested, directly or indirectly, in the sale to the County of any land, materials, supplies or service, except on behalf of the County as an officer or employee. Any willful violation of this section shall constitute malfeasance in office and any officer or employee guilty thereof shall be subject to removal from his office or position. Any violation of this section, with the knowledge, expressively implied, of the person or corporation contracting with the County shall render the contract voidable by the Commissioners’ Court.
30. Any interpretation, corrections or changes to these specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the Cooke County Auditor, authorized to do so by the Commissioners Court. Addenda will be mailed to all who are known to have received a copy of the specifications. Proposers shall acknowledge receipt of all addenda.
31. All proposers must complete the forms 1295 Certificate of Interested Parties electronic application on the Texas Ethics Commission Website https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm. It must be notarized and submitted with proposal packet.
SIGNATURE PAGE I hereby certify that the items offered meet all of the requirements of the proposal conditions and specifications and I hereby accept the provisions of the terms and conditions included in the proposal specifications. Respectfully submitted: ______________________________________________________________________________ Legal Name of Proposers ______________________________________________________________________________ Authorized Representative Signature ______________________________________________________________________________ Print or Type Authorized Representative’s Name and Title ______________________________________________________________________________ Complete Mailing Address (for Correspondence) City State Zip Code ______________________________________________________________________________ Complete Remittance Address (if different from above) City State Zip Code ______________________________________________________________________________ Telephone Number Fax Number ______________________________________________________________________________ Authorized Representative’s Email Address ______________________________________________________________________________ Federal ID Number (Proposers or Corporation) or Social Security Number (Individual) Cooke County does not discriminate on the basis of race, color, national origin, sex, religion, age and disability in employment or the provision of services.
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor or other person doing business with local governmental entity
This questionnaire is being filed in accordance with chapter 176 of the Local
Government Code by a person doing business with the governmental entity.
By law this questionnaire must be filed with the records administrator of the
local government not later than the 7th business day after the date the person
becomes aware of facts that require the statement to be filed. See Section
176.006, Local Government Code.
A person commits an offense if the person violates Section 176.006, Local
Government Code. An offense under this section is a Class C misdemeanor.
1. Name of person doing business with local governmental entity.
2.
Check this box if you are filing an update to a previously filed questionnaire.
(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for
which an activity described in Section 176.006(a), Local Government Code, is pending and not later than the 7th business day after the date the
originally filed questionnaire becomes incomplete or inaccurate.)
3. Describe each affiliation or business relationship with an employee or contractor of the local governmental
entity who makes recommendations to a local government officer of the local governmental entity with respect
to expenditure of money.
4. Describe each affiliation or business relationship with a person who is a local government officer and who
appoints or employs a local government officer of the local governmental entity that is the subject of this
questionnaire.
OFFICE USE
ONLY
____________
Date Received
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor or other person doing business with local governmental entity
5. Name of local government officer with whom filer has affiliation or business relationship. (Complete this
section only if the answer to A, B, or C is YES.)
This section, item 5 including subparts A, B, C & D, must be completed for each officer with whom the filer has
affiliation or business relationship. Attach additional pages to this Form CIQ as necessary.
A. Is the local government officer named in this section receiving or likely to receive taxable income from the filer
of the questionnaire?
Yes No
B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local
government officer named in this section AND the taxable income is not from the local governmental entity?
Yes No
C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government
officer serves as an officer or director, or holds an ownership of 10 percent or more?
Yes No
D. Describe each affiliation or business relationship.
6. Describe any other affiliation or business relationship that might cause a conflict of interest.
7.
____________________________________________________ _______________
Signature of person doing business with the governmental entity Date
Texas Legislature passed House Bill 1295 that went into effect January 1, 2016. It requires contracts that
are approved by Commissioner’s Court to have a notarized ethics statement submitted to the County.
Here is the link to the website with the video explaining how to do this.
https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm
Please submit your completed form with your proposal packet.
House Bill 89 VERIFICATION
I, ______________________________________(Person name), the undersigned
representative of_(Company or Business name)___________________________
______________________________________________________________________________
_____________ ______________(hereafter referred to as company) being an adult over the
age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do
hereby depose and verify under oath that the company named-above, under the provisions
of Subtitle F, Title 10, Government Code Chapter 2270::
1. Does not boycott Israel currently; and 2. Will not boycott Israel during the term of the contract the above-named
Company, business or individual with Cooke County, Texas.
Pursuant to Section 2270.001, Texas Government Code:
1. “Boycott Israel” means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes; and
2. “Company” means a for-profit sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or any limited liability company, including a wholly owned subsidiary, majority-owned subsidiary, parent company or affiliate of those entities or business associations that exist to make a profit.
______________________ ________________________
DATE SIGNATURE OF COMPANY REPRESENTATIVE
ON THIS THE _____ day of _________________________, 20____, personally appeared
________________________________________, the above-named person, who after by me
being duly sworn, did swear and confirm that the above is true and correct.
NOTARY SEAL ____________________________________
Cooke County, Texas
REQUEST FOR PROPOSAL #FY19-02
PUBLIC SAFETY RADIO SYSTEM
PROPOSAL FROM
____________________________
(Insert Vendor Name)
DUE NO LATER THAN July 1st, 2019:
i
TABLE OF CONTENTS
1.0 INFORMATION FOR VENDORS ................................................................................... 5 1.1 Notice ....................................................................................................................... 5 1.2 Background Information ............................................................................................ 6 1.3 Definition Of Terms ................................................................................................... 7 1.4 Turnkey Approach .................................................................................................... 8 1.5 RFP Requirements ................................................................................................... 8
1.5.1 Acceptance of General Requirements ................................................................. 8 1.5.2 RFP Notice ......................................................................................................... 9 1.5.3 RFP Procedural & Content Questions ................................................................. 9 1.5.4 RFP Addenda ....................................................................................................10 1.5.5 Deadline for Proposals .......................................................................................10 1.5.6 Opening of Proposals ........................................................................................11 1.5.7 Disclosure of Proposal Contents ........................................................................11 1.5.8 Signing of Proposals ..........................................................................................12 1.5.9 Cost of Proposal ................................................................................................12 1.5.10 Rights to Proposal and Contractual Material ......................................................13 1.5.11 Use of County Logo ...........................................................................................13 1.5.12 Disqualification or Rejection of Proposals ..........................................................13 1.5.13 Conflict of Interest ..............................................................................................14 1.5.14 Rejection of Proposals .......................................................................................14 1.5.15 Right to Waive Irregularities ...............................................................................14 1.5.16 Withdrawal of Proposal ......................................................................................14 1.5.17 Amending of Proposals ......................................................................................14 1.5.18 Proposal Offer Firm ............................................................................................15 1.5.19 Exceptions to RFP Specifications ......................................................................15 1.5.20 Consideration of Proposals ................................................................................15 1.5.21 Discovery ...........................................................................................................15 1.5.22 RFP Termination ................................................................................................16 1.5.23 Security Bond ....................................................................................................16 1.5.24 Risk of Loss .......................................................................................................16 1.5.25 No Obligation .....................................................................................................16 1.5.26 Cost/Pricing Information .....................................................................................17
1.6 Vendor Qualifications ...............................................................................................17 1.7 Obligation of Proposer .............................................................................................17 1.8 Project Manager ......................................................................................................18 1.9 Proposal Contents ...................................................................................................18
1.9.1 Vendor Profile ....................................................................................................19 1.9.2 Technical Proposal ............................................................................................20 1.9.3 Cost/Pricing Proposal ........................................................................................20
1.10 Review and Evaluation of Proposals ........................................................................21 1.11 Evaluation Criteria ...................................................................................................21 1.12 Pre-Proposal Conference ........................................................................................22 1.13 Award of Contract ....................................................................................................23
2.0 GENERAL TERMS AND CONDITIONS ........................................................................24
ii
2.1 General ....................................................................................................................24 2.2 Intent .......................................................................................................................24 2.3 Contract Document Hierarchy ..................................................................................25 2.4 Notices ....................................................................................................................25 2.5 Performance Bond ...................................................................................................25 2.6 Assignment ..............................................................................................................25 2.7 Errors or Omissions .................................................................................................26 2.8 Governing Laws .......................................................................................................26 2.9 Laws, Statutes and Other Governmental Requirements ..........................................26 2.10 Disability ..................................................................................................................26 2.11 No Obligation ...........................................................................................................27 2.12 Fiscal Funding Limitation .........................................................................................27 2.13 Texas Sales Tax ......................................................................................................27 2.14 Total Payment to Vendor .........................................................................................27 2.15 Payment Terms .......................................................................................................27 2.16 Termination..............................................................................................................28 2.17 Abandonment ..........................................................................................................29 2.18 Statement of Liability ...............................................................................................29 2.19 Copyrights and Patents ...........................................................................................29 2.20 Right to Publish .......................................................................................................30 2.21 Applicable Codes and Regulations ..........................................................................30 2.22 Construction Permits ...............................................................................................30 2.23 Configuration Responsibility ....................................................................................30 2.24 Prime Contractor Responsibility ...............................................................................31 2.25 Detailed Design Review ...........................................................................................32 2.26 Work by County or County's Vendors ......................................................................32 2.27 Warranties ...............................................................................................................33
2.27.1 General ..............................................................................................................33 2.27.2 Warranty of Title.................................................................................................33 2.27.3 Warranty of Specifications and Performance .....................................................33 2.27.4 Equipment Warranty and Maintenance ..............................................................33
2.28 Final Acceptance .....................................................................................................33 3.0 TECHNICAL AND PERFORMANCE REQUIREMENTS .....................................................35
3.1 General Requirements .............................................................................................35 3.2 Description of Desired System .................................................................................35 3.3 System Configuration Concept ................................................................................36 3.4 Coverage Requirements ..........................................................................................38 3.5 System Facilities ......................................................................................................40
3.5.1 General ..............................................................................................................40 3.5.2 Site Locations ....................................................................................................40 3.5.3 Base Station Antenna Configuration ..................................................................41 3.5.5 Dispatch Center .................................................................................................41
3.6 Dispatch Console Requirements ..............................................................................41 3.6.1 General ..............................................................................................................41 3.6.2 Existing Console System ...................................................................................41
3.7 Simulcast Control and Distribution ...........................................................................42 3.8 AES Encryption .......................................................................................................42 3.9 Logging Recorder ....................................................................................................42 3.10 System Interconnection ...........................................................................................42 3.11 System Protection Features .....................................................................................43
3.11.1 General Protection .............................................................................................43
iii
3.11.2 UPS Equipment .................................................................................................43 3.11.4 Interference Protection .......................................................................................43 3.11.5 System Failure Modes .......................................................................................44
3.12 User Equipment .......................................................................................................44 3.13 System Options .......................................................................................................44
3.13.1 P25 Phase 2 Infrastructure ................................................................................45 3.13.2 User Radio Retuning & Reprograming ...............................................................45 3.13.3 User Equipment .................................................................................................45 3.13.4 Add-on Voted Receive only site .........................................................................45 3.13.5 Maintenance Contract ........................................................................................46 3.13.6 Microwave Backhaul ..........................................................................................46 3.13.7 Add-on Generator ..............................................................................................47
3.14 Design Reviews .......................................................................................................48 3.14.1 Preliminary Design Review ................................................................................48 3.14.2 Final Design Review ..........................................................................................49
4.0 SYSTEM EQUIPMENT SPECIFICATIONS ...................................................................50 4.1 General ....................................................................................................................50 4.2 Simulcast Equipment ...............................................................................................50 4.3 Base Station Equipment ..........................................................................................50 4.4 Transmit Combiners ................................................................................................52 4.5 Receiver Multicoupler/TTA Equipment .....................................................................52 4.6 Transmission Line....................................................................................................52 4.7 Base Station Antennas ............................................................................................53 4.8 Backup Generators (Option) ....................................................................................54
5.0 INSTALLATION, TESTING, MAINTENANCE & WARRANTY .......................................56 5.1 Equipment Delivery ..................................................................................................56 5.2 Installation ...............................................................................................................56
5.2.1 Installation Criteria .............................................................................................56 5.2.2 Installation Procedures / Implementation Schedule ............................................57
5.3 System Acceptance .................................................................................................58 5.3.1 Testing ...............................................................................................................58 5.3.2 System Installation Compliance .........................................................................59 5.3.3 Equipment Tests ................................................................................................60 5.3.3 System Operational Tests ..................................................................................60 5.3.3 Coverage Verification Tests ...............................................................................60 5.3.4 Thirty-Day Performance Test .............................................................................61
5.4 Documentation ........................................................................................................62 5.5 Training ...................................................................................................................63 5.6 Final Cleaning & Equipment Removal/Disposal .......................................................64 5.7 Initial Warranty and Maintenance .............................................................................64 5.8 Maintenance / Extended Support .............................................................................65
iv
KEY DATES / MEETINGS / INFORMATION
PROJECT NAME: PUBLIC SAFETY RADIO SYSTEM
PRE-PROPOSAL
CONFERENCE & SITE VISIT(S): Cooke County EMS Office
Time & Date: May 1st, 2019 / 9:00 AM CST
Location: Cooke County EMS Office
301 West Church Street, Gainesville, TX 76240
RFP DEADLINE DATE & TIME: July 1st, 2019 / 4:00 PM CST
RFP DELIVERY LOCATION: Cooke County Auditor Office
101 South Dixon Street
Gainesville, TX 76240
RFP SECURITY: 5% of the Proposal amount in the form of a Surety Bond
payable to Cooke County, Texas
NOTICE
RESPONSES THAT ARE NOT SIGNED OR THAT ARE RECEIVED IN THE COUNTY EMC OFFICE AFTER THE
DUE DATE AND TIME WILL NOT BE CONSIDERED.
ALL QUESTIONS RELATED TO THE RFP ARE TO BE SUBMITTED BY EMAIL NO LATER THAN May 8th, 2019
at 4:00 PM CST.
Ray Fletcher
Email: [email protected]
NO TELEPHONE QUESTIONS WILL BE ACCEPTED.
COOKE COUNTY
Proposal Specifications Aggregates Page 5
1.0 INFORMATION FOR VENDORS
1.1 Notice
Cooke County, Texas is requesting sealed proposals from qualified suppliers of Public Safety Radio
Systems, to provide equipment and services for a P25, conventional, simulcast, 5-channel VHF radio
system.
Cooke County is committed to maintaining fair and open competition. Every effort is made to maintain
the highest level of ethical conduct in every aspect of the procurement process. Qualification and
selection of vendors is based on those vendors who share the same high standards of ethical conduct.
The County requests proposals for the detailed design and implementation of an integrated system on a
“turnkey” basis. This turnkey system shall include all hardware, software, installation, system design and
engineering, warranty and maintenance, testing, training and documentation and all costs associated
with providing a fully functional, turnkey communications system as described in this Request for
Proposals (“RFP”).
The terms and conditions specified in this document will apply to the RFP as a whole, including all
options addressed by the RFP. Only those vendors fully capable of complying with the terms and
conditions stated herein will be considered qualified for an award and subsequent contract.
It is the intention of Cooke County to execute a final contract with the vendor whose proposal is
deemed most advantageous in accordance with the evaluation criteria specified in this RFP. The County
may conduct post-proposal discussions with any or all vendors deemed to be reasonably qualified for
selection for award. "Post-Proposal discussions" may include, but are not limited to: requests for
additional information, interviews, requests for proposal modifications or revisions and requests for
"best-and-final" offers. Cooke County may reject any part of any, or all, proposals.
COOKE COUNTY
Proposal Specifications Aggregates Page 6
1.2 Background Information
The Cooke County (County) Emergency Management Coordinator (EMC) manages the Sheriff’s Office
(CCSO), Cooke County Firefighters Association (CC FFA), Cooke County EMS (CC EMS), the County
Commissioner’s (CC Commissioner) system, and its own Emergency Management (CC EMC)
communications system. These systems all operate in the VHF frequency band via single-site repeaters,
except for the CC FFA. The CC FFA has split their system into East and West zones that transmit from
separate repeater sites but share the same VHF frequency pair. The CCSO system is a conventional P25
Phase 1 digital system while the others are conventional analog systems. The existing repeater sites for
the County and where each system is located are shown below in Table 1. Table 4 in §3.5.2 provides the
site parameters for each existing transmit location.
County System Transmit
Location(s) Callsign
Antenna Height
(meter) Transmit (MHz) Receive (MHz)
CCSO Pentex KNHD981 120.7 155.1300 155.9700
CC FFA Rice Ave WPKV449 106.7
154.2950 150.7900
CC FFA Pentex WPKV449 104.9
CC EMS Rice Ave KNAE663 106.7 155.5650 153.7400
CC EMC EMC
Monopole WQJQ455 70.7 155.5275 153.8525
CC Commissioners Rice Ave KNGY937 79 155.9400 154.1000
Table 1
The existing County radio systems are facing two primary issues: equipment obsolescence and the need
for increased portable radio coverage. The County and its first responders seek to improve their
COOKE COUNTY
Proposal Specifications Aggregates Page 7
communication abilities to the extent that they can reliably communicate via their portable radios over
95% of the geographical areas within the County. Currently, users report reliable communications over
90% of the county with their mobile radios only, with much lower reliability for portable radios.
Therefore, existing communications conditions tether the user to their vehicles.
All of the repeaters, except for the East CC FFA, are Motorola Quantar models. The East CC FFA repeater
is a Kenwood NX-700. All repeaters are no longer produced and/or supported.
There are 450 radios in the existing subscriber fleet for the County, comprised of a mix of Motorola
XTS/XTL radios, Motorola APX radios, and Kenwood TK-5720/5220 radios. The Motorola APX and the
Kenwood TK radios are current production models with no end of support issues from their
manufacturers. However, the Motorola XTS / XTL series radios are no longer produced by Motorola and
their end-of-support date is 12/31/2019.
All of the County’s mobile and portable radios are capable of mixed-mode operations; they can be
operated in analog and P25 Phase 1 digital modes. Mixed-mode functionality allows the CC EMC,
CC EMS, and CC FFA users, which currently operate on analog radio systems, to program the CCSO
channel into their radios for intraoperability purposes.
1.3 Definition Of Terms
“RFP” shall refer to this Request for Proposals. “Proposal” shall mean a written offer to provide the
equipment and services in accordance with requirements specified herein.
“Proposer“ or “Vendor” shall mean a person, firm or corporation who submits a Proposal to provide
equipment, material, and/or services necessary in the performance of the requirements specified
herein.
“County”, “Purchaser”, or “Owner” shall refer to Cooke County, Texas.
"System" shall refer to an integrated collection of equipment, hardware, software that if fully functional
and capable of delivering the performance and features required.
COOKE COUNTY
Proposal Specifications Aggregates Page 8
“Furnish”, “provide”, “propose”, or “offer” shall mean to supply, equip, and deliver the specified
equipment, material and/or services to the Purchaser.
“Must”, “shall”, “will”, “is required”, and “are required” are terms that identify a mandatory item or
factor. Failure to comply with a mandatory item or factor may result in the elimination of the Vendor’s
Proposal from future consideration.
“Agreement” or “Contract” shall refer to the PUBLIC SAFETY RADIO SYSTEM purchase contract that will
be negotiated with the selected Vendor per Section 1.11.
1.4 Turnkey Approach
The desired proposal is one in which the vendor delivers, installs, and configures specified equipment
and provides training and documentation. This RFP specifies equipment and performance standards. It is
the vendor’s responsibility to determine the specific hardware, software, accessories, and services
required to deliver a fully functional system. The County will not issue change orders based on the fact
that a detail was omitted from the Vendor’s proposal.
1.5 RFP Requirements
The County views this RFP as the framework to be used by the Vendor in preparing and submitting the
proposal, and as an integral part of the final contractual agreement to be negotiated with the Vendor. It
is important for the Vendor to become familiar with the paragraph items within this section, as they will
prevail in the event of any discrepancies or differences between project-related or contractual
documents.
The Vendor must submit three (3) hardcopies and one electronic copy of their response to the RFP to
the County. All responses must be complete and accurate.
1.5.1 Acceptance of General Requirements
The Vendor must accept the mandatory requirements by paragraph number contained
specifically within this section in the letter of transmittal. Should a vendor object to any of the
COOKE COUNTY
Proposal Specifications Aggregates Page 9
County’s requirements as contained herein, the Vendor may propose specific language that it
believes would be acceptable to the County. Acceptance of alternative language is solely at the
County's discretion.
Vendors should be aware that the contents of the successful Proposal will become a part of the
subsequent contractual documents. Failure of the Vendor to accept this obligation may result in
the cancellation of any award. Any damages occurring to the County as a result of the Vendor’s
failure to contract may be recovered from the Vendor.
1.5.2 RFP Notice
A notice of this RFP will initially be published in the Gainesville Daily Register and the Weekly
News of Cooke County sixty (60) days prior to its deadline on April 12, 2019. The RFP and any
subsequent addenda can be found at
www.co.cooke.tx.us/page/cooke.ProposalsRFPSpecifications.
1.5.3 RFP Procedural & Content Questions
Any vendor requiring further clarification of the RFP procedure contained herein should submit
specific questions, in writing, to the County EMC.
During the review of the RFP and preparation of the Proposal, certain errors, omissions or
ambiguities may be discovered. Any explanation, clarification, or interpretation desired by a
vendor regarding any part of this RFP must be requested in writing from the County EMC at
least 14 days prior to the published submission deadline, as referenced in this RFP or addenda.
Interpretations, corrections or changes to the RFP made in any other manner are not binding
upon the County, and vendors shall not rely upon such interpretations, corrections or changes.
Oral explanations or instructions given before the award of the Contract are not binding. The
attempt to question other County staff or representatives may result in the Vendor’s
disqualification.
Requests for explanations or clarifications may be submitted to Ray Fletcher at
[email protected]. The email must clearly identify the RFP by title. Answers to
questions will be provided via addenda per §1.5.4.
COOKE COUNTY
Proposal Specifications Aggregates Page 10
1.5.4 RFP Addenda
Any interpretations, corrections, changes, or answers to questions regarding the RFP will be
made by addendum. Sole issuing authority of addendum shall be vested in the Cooke County
EMC. Addenda will be provided to all vendors who are known to have received this RFP and will
be published at www.co.cooke.tx.us/page/cooke.ProposalsRFPSpecifications. Only information
supplied by the County, in writing, through the County EMC or in this RFP should be used in the
preparation of proposals.
1.5.5 Deadline for Proposals
Proposals must be submitted in a sealed package or container marked “PUBLIC SAFETY
COMMUNICATION SYSTEM” along with the Vendor’s name and address. Three hard copies and
one electronic copy of the proposal will be submitted. Facsimile transmittals or offers
communicated by telephone or email will not be accepted or considered. Proposals that are not
submitted in a sealed package or container will not be considered. Proposals will be received
until July 1st, 2019, at 4:00 PM local time. The Vendor can mail or deliver the proposal to the
following address:
Cooke County Auditor
101 South Dixon Street
Gainesville, TX 76240
The County will record and time-stamp receipt of the proposal. The Vendor is responsible for
the means of delivering the proposal documents to the location listed above on time. Delays
due to any instrumentality used to transmit the proposal including delay occasioned by the
Vendor’s or the Cooke County's internal mailing system will be the responsibility of the Vendor.
The proposal must be completed and delivered in time to avoid disqualification for lateness due
to difficulties in delivery. The time clock in the County Auditor's office is the official clock for
determining whether proposals are submitted timely. Late proposals will not be accepted under
any circumstances.
COOKE COUNTY
Proposal Specifications Aggregates Page 11
1.5.6 Opening of Proposals
A public “Opening of Proposals” will take place as follows:
Date: July 1, 2019
Time: 4:00 PM CST
Location: Cooke County Courthouse
Commissioners Courtroom
101 South Dixon Street, Gainesville, TX 76240
The name of all vendors submitting a Proposal will be read aloud but no contents of the
proposals will be disclosed.
1.5.7 Disclosure of Proposal Contents
Proposals will be opened in a manner that avoids disclosure of the contents to competing
vendors and keeps the proposals secret during negotiations. All proposals are open for public
inspection after the contract award, but trade secrets and confidential information in the
proposals are not open for public inspection if such data is clearly identified as such. This
identification will be done by individually marking each page with the words “Proprietary
Information” on which such proprietary information is found. If the Vendor fails to identify
proprietary information, they agree that by submission of their proposal that those sections
shall be deemed non-proprietary and made available upon public request.
Vendors are advised that the confidentiality of the proposals will be protected by the County to
the extent permitted by law. Vendors are advised to consider the implications of the Texas Open
Records Act, particularly after the Proposal process has ceased and the contract has been
awarded. While there is provision in the Texas Open Records Act to protect proprietary
information, particularly under Section 3(9) and Section 3(10) of this act where the Vendor can
meet certain evidentiary standards, Vendor’s are advised that a determination on whether
those standards have been met will not be decided by Cooke County, but by the Office of the
Attorney General of the State of Texas.
COOKE COUNTY
Proposal Specifications Aggregates Page 12
1.5.8 Signing of Proposals
Proposals must show the full firm name and address of the Vendor, and be manually signed.
Failure to do so will disqualify the proposal. Person signing the proposal must show title or
AUTHORITY TO BIND THE FIRM IN A CONTRACT. The submission and signature of a proposal will
indicate the intention of the Vendor to adhere to the provisions in this RFP.
Proposals which are signed for a partnership must be signed in the firm’s name by at least one
partner of the firm or by an attorney-in-fact. If signed by an attorney-in-fact, there should be,
attached to the proposal, a Power of Attorney evidencing authority to sign proposals, dated the
same date as the proposal, and executed in accordance with legal requirements of the firm.
Proposals which are signed for a corporation must have the correct corporate name thereon
and signature of the authorized company official. The title of the office held by the person
signing for the corporation must appear below the signature of the officer.
Proposals which are signed by an individual doing business under a firm name must be signed in
the name of the individual doing business under the proper firm name.
1.5.9 Cost of Proposal
This RFP does not commit the County to pay any costs incurred by any vendor in preparation
and/or submission of a proposal, or for procuring or contracting for the items to be furnished
under this RFP. All costs directly or indirectly related to responding to this RFP, including all costs
incurred in providing supplementary documentation or presentation which may be required by
the County, will be borne by the Vendor.
Each vendor will be responsible for all costs incurred in preparing or responding to this RFP. The
Vendor agrees to bear all risks for loss, injury, or destruction of hardware, software or goods
and materials (ordered or supplied as the result of the eventual contract) which might occur
prior to delivery to the County, and such loss, injury, or destruction shall not release the Vendor
from any obligations under this RFP or any resulting contract.
COOKE COUNTY
Proposal Specifications Aggregates Page 13
1.5.10 Rights to Proposal and Contractual Material
All reports, charts, schedules, or other appended documentation to any proposal, content of
basic proposal, or contracts and any responses, inquiries, correspondence, and related material
submitted by the Vendor shall become property of the County upon receipt.
1.5.11 Use of County Logo
Cooke County Logos and Images (hereinafter “Logo”) are registered trademarks with the State
of Texas Secretary of State and Cooke County is the owner of all rights to the Logo.
Unauthorized use of the Logo is strictly prohibited.
1.5.12 Disqualification or Rejection of Proposals
Vendors may be disqualified for any of the following reasons:
1. There is reason to believe that collusion exists among the vendors.
2. The Vendor is involved in any litigation against the County.
3. The Vendor is in arrears on an existing contract or has defaulted on a previous contract
with the County.
4. The Vendor lacks financial stability.
5. The Vendor has failed to perform under previous or present contracts with the County.
6. The Vendor failed to use the forms attached to this RFP.
7. The Vendor failed to adhere to one or more of the provisions established in this RFP.
8. The Vendor failed to submit its proposal in the format specified herein.
9. If, in the opinion of the County, a proposal contains false or misleading statements.
10. Any attempt by the Vendor to negotiate or give information concerning the contents of
its proposal to the County or its representatives other than as officially requested by the
County EMC.
11. If it is determined by the County that gratuities in the form of entertainment, gifts, or
otherwise, were offered or given by the Vendor, or any agent or representative of the
Vendor, to any officer or employee of the County with a view toward securing or
amending, or the making of any determinations with respect to the RFP or contract.
COOKE COUNTY
Proposal Specifications Aggregates Page 14
1.5.13 Conflict of Interest
Vendors must assure the County that no conflict of interest exists between it and anyone
associated with the County. No public official shall have interest in this contract, in accordance
with Vernon’s Texas Codes Annotated, Local Government Code Title 5, Subtitle C., and
Chapter 171. Prior to submission of any proposal, each vendor must file, with the County, a
disclosure of no conflict of interest, attested to by its Corporate Attorney. Vendors are obligated
to provide updated information concerning the disclosure of interests, as warranted,
throughout the time the proposals are being considered.
1.5.14 Rejection of Proposals
Proposals may be rejected if they show any alteration of words or figures, incomplete proposals,
erasures, or irregularities of any kind, or contain any unbalanced values. Proposals tendered or
delivered after the official time designated for receipt of the proposal shall not be considered.
1.5.15 Right to Waive Irregularities
Proposals will be considered as being “irregular” if they show any omission, alterations of form,
additions, or conditions not called for, or irregularities of any kind.
The County reserves the right to waive minor irregularities in proposals. This right is at the sole
discretion of the County.
1.5.16 Withdrawal of Proposal
A vendor's Proposal may be withdrawn by a duly authorized representative of the Vendor at any
time prior to the proposal submission deadline, upon presentation of acceptable identification.
1.5.17 Amending of Proposals
A vendor may submit an amended proposal before the deadline for receipt of proposals. Such
amended proposals must be complete replacements of a previously submitted proposal and
must be clearly identified as such in the transmittal letter. The County will not merge, collate, or
assemble proposal materials.
COOKE COUNTY
Proposal Specifications Aggregates Page 15
1.5.18 Proposal Offer Firm
Responses to this RFP, including pricing information, will be considered firm for 180 days after
the latter of: 1.) the due date for receipt of proposals; or 2.) the date of receipt of the Vendor’s
last, best-and-final offer is submitted.
1.5.19 Exceptions to RFP Specifications
Although the specifications in the following sections represent the County’s anticipated needs,
there may be instances in which it is in the County’s interest to permit exceptions to the
specifications and accept alternatives.
It is important that the Vendor make clear where exceptions are taken to the specifications and
how the Vendor will provide alternatives. Therefore, exceptions, conditions, or qualifications to
the provisions of the County’s specifications must be clearly identified as such together with
reasons for taking exceptions, and inserted in the proposal at this point. The Vendor should
explain the benefit of the exception and how the proposed alternative meets the intention of
the original specification. If the Vendor does not make clear that an exception is being taken,
this will be deemed to mean that the proposal is responding to, and will meet, the specification
as written.
1.5.20 Consideration of Proposals
Discussions may be conducted with responsible vendors capable of being selected for the award
for the purpose of clarification. Until award of the Contract is made by the County, the right will
be reserved to reject any or all proposals, to re-advertise for new proposals, or to proceed with
the work in any manner as may be considered in the best interest of the County.
1.5.21 Discovery
The County may elect to conduct any of the following additional activities with any responsible
vendor:
1. Vendor equipment and products demonstrations
2. Reference checking
3. Vendor client site visits
COOKE COUNTY
Proposal Specifications Aggregates Page 16
1.5.22 RFP Termination
The County reserves the right, at its sole and unqualified discretion, to cancel this RFP at any
time. The County reserves the right to reject any or all proposals submitted in response to this
RFP.
1.5.23 Security Bond
All vendors shall make payable to Cooke County, a security bond in an amount equal to 5% of
the total proposal price of all hardware, software, and services to be provided under the
contract. The security bond shall be issued by a surety authorized to do business in the State of
Texas. No cash, checks, certified check, cashier’s check or other forms of payment will be
accepted. The successful Vendor’s bond will be retained until the contract has been executed
and the Vendor has furnished the required payment, performance, and maintenance bonds. The
County reserves the right to retain all other vendor’s security bonds up to 180 days from
proposal receipt deadline or until the contract is executed, whichever is earlier. If a vendor
should refuse to enter into a contract, the County will redeem such Vendor’s security bond.
1.5.24 Risk of Loss
The Vendor agrees to bear all risks of loss, injury, or destruction of hardware, software or goods
and materials (ordered or supplied as the result of the eventual contract) which might occur
prior to delivery to the County, and such loss, injury, or destruction will not release the Vendor
from any obligations under this RFP or any resulting contract.
1.5.25 No Obligation
This procurement in no manner obligates the County or any of its agencies to the eventual
purchase, rental, or lease of any software, hardware or services offered until authorized by the
Cooke County Commissioners' Court and confirmed by a written contract signed by an
authorized representative of the County.
COOKE COUNTY
Proposal Specifications Aggregates Page 17
1.5.26 Cost/Pricing Information
The County intends to purchase the equipment and services through a Purchase Agreement.
Any prices subject to change or outside regulation must be explained. Refer to the cost sheets
for items to be included.
1.6 Vendor Qualifications
Any Vendor offering radio system solutions must demonstrate competence with the design, supply,
installation, and support of public safety radio systems. References from projects of similar size and
scope will be verified and shall comply with the following:
The vendor shall be an authorized sales and service agency for the equipment being offered.
The vendor shall have a service facility within 100 miles of Gainesville, TX.
The vendor must supply adequate local staff and facilities to implement the radio system
upgrade and provide ongoing service and maintenance after system acceptance as defined
herein.
The vendor must be qualified to conduct business within the State of Texas.
The Vendor will serve as the prime Vendor and will be responsible for all aspects of the project and the
work quality of any subcontractors. SubVendors must also demonstrate competence and experience
within their specific scope of services.
County reserves the right to reject any Proposal or part of any Proposal, if indication or review of any
services or equipment proposed is deemed to have an unsatisfactory performance record or does not
completely meet the requirements stated herein.
Purchaser may make such investigation as is deemed necessary to determine the ability of the Proposer
to provide the equipment, material, and/or services as required by this RFP and to determine the
adequacy of the proposed equipment, material, and/or services. The Proposer shall furnish, upon
request and in a timely manner, all such data and information requested for this purpose.
1.7 Obligation of Proposer
Proposers are required to submit their Proposals upon the following express conditions:
COOKE COUNTY
Proposal Specifications Aggregates Page 18
a. Proposers shall thoroughly examine all drawings, specifications, plans, instructions, and all other
contract documents pertaining to this RFP.
b. Proposers shall make all investigations necessary to thoroughly inform themselves regarding
plant and facilities for delivery of materials or equipment and the performance of services as
required by the RFP conditions.
c. No plea of ignorance by the Proposer of conditions that exist or that may hereafter exist as a
result of failure or omission on the part of the Proposer to make the necessary examinations
and investigations will be accepted as a basis for varying the requirements of the County.
d. Proposal must comply with all federal, state, county and local laws concerning these types of
services.
In case of ambiguity or lack of clarity in stating prices in the Proposal, Purchaser reserves the right to
adopt the price written in words or reject the Proposal.
1.8 Project Manager
The County’s Project Manager will be Ray Fletcher and will be the County’s single point of contact for all
technical and implementation matters. Upon award of contract, the Vendor shall assign a project
manager who shall be the single point of contact for the Vendor and shall have the power to make
decisions concerning all technical and implementation matters.
1.9 Proposal Contents
A Proposal is defined as a written offer to provide the equipment and services in accordance with
requirements specified herein. To be compliant the Vendor’s Proposal submission must include:
1. A cover letter signed by owner or corporate officer, expressing the Vendor’s intent to
provide equipment, software and services as required in this RFP.
2. A Vendor Profile that describes the Vendor’s contact individuals, the background and
experience of the Vendor’s firm and all associated proposed subcontractors.
3. The Vendor shall provide a Point-By-Point response to the RFP. The Point-By-Point
COOKE COUNTY
Proposal Specifications Aggregates Page 19
Response shall specifically accept, clarify, or take exception to each section of the RFP.
Each response must be complete without reference to other sections of the response.
An electronic copy of the RFP document is being provided to facilitate this requirement.
4. A Technical Proposal that addresses the requirements described herein.
5. A Cost Proposal which details all costs of the proposed offering, including recurring costs
for a five-year period and any applicable contractual terms. Official proposal pricing
sheets are included as Attachment 2. The completed pricing sheets must be included
with the cost proposal. All costs associated with implementing the proposed equipment
and services must be included on the official pricing sheets.
6. A project delivery and implementation schedule which defines project milestones
referenced to contract award date.
Any proposal submission that lacks any of these components will not constitute a proposal, will not be
evaluated, and will not be eligible for contract award.
Only proposals for a complete Public Safety Radio System as defined in this RFP will be accepted in
response to this RFP. The Vendor will carry full, non-assignable, and non-delegable responsibility for the
technical and timely completion of all aspects of the project as defined in this RFP.
1.9.1 Vendor Profile
The Vendor profile must provide information on the Vendor’s firm or organization, including the
parent company, if applicable. In the specific order, it must provide the following information:
1. Clearly define the qualifications of the firm including experience with similar
projects.
2. An outline of the Vendor’s proposed project organization including key project
personnel and a statement of experience for each.
3. A description of how the Vendor proposes to provide support and maintenance
for the equipment and options outlined in this RFP.
4. Professional references for the Vendor must be provided. A list of Public Safety
Radio System projects must be provided. The Vendor shall provide project
information regarding project status of all referenced Public Safety Radio System
projects.
COOKE COUNTY
Proposal Specifications Aggregates Page 20
5. A list of all proposed subcontractors will be provided describing the anticipated
service and/or equipment, or software provided. The experience, qualifications
and technical support for each subcontractor shall be clearly stated. Vendors shall
list all employees and subcontractors that will require access to County’s facilities.
These employees will be subject to a background investigation prior to approval
for access to those locations.
6. The Vendor shall provide a preliminary outline demonstrating the Vendor's
approach to organization and completion of the project encompassing all
appropriate activities and milestones including those tasks, which are deemed to
be the responsibility of the County. Tasks shall be clearly identified as to whether
they are the responsibility of the Vendor, a specified subcontractor, or the
County. The primary purpose of the outline is to obtain a general picture of the
Vendor's approach to accomplishing the ultimate goal.
7. The Vendor must provide a clearly stated description of their Problem Escalation
Procedures that will be followed to support the timely implementation of the
Public Safety Radio System. This detailed description shall identify management
and technical resources proposed to support the County in the event of
equipment or personnel problems.
1.9.2 Technical Proposal
A Technical Proposal must be submitted that encompasses all RFP requirements and options.
The Technical Proposal must be clearly divided so that each optional task or item described in
the RFP is completely distinguishable and may be considered separately. The technical proposal
must be physically separate from the submitted cost proposal. Proposals lacking adequate
documentation will receive a lower score on the proposal evaluation.
1.9.3 Cost/Pricing Proposal
The Cost/Pricing Proposal must be submitted as a separate document from the Technical
Proposal and must include all costs and options. The Cost Proposal must be clearly divided so
that costs associated with each RFP option are shown separately and are independently stated.
COOKE COUNTY
Proposal Specifications Aggregates Page 21
Recurring costs (if any) shall be clearly defined and identified. The costs shall be distinct and
separate from initial costs, with a recurring figure by year and a total recurring cost figure for
the first five years after warranty.
1.10 Review and Evaluation of Proposals
All proposals will be reviewed for completeness and those found to be either incomplete or non-
responsive will be rejected from further consideration. The evaluation team will determine if a reply is
“non-responsive” and their decision will be conclusive. County’s evaluation team will evaluate
responsive and complete proposals.
An evaluation team will be appointed by County’s project team. This team will conduct a technical
evaluation to determine the technical compliance of each proposal and to determine that complete and
responsive proposals have been submitted. They will provide an evaluation of cost proposals and
selection of potential vendors for further evaluation and/or negotiations.
The evaluation team will review the proposals and rank each from best-to-least-desirable based on
compliance with the Evaluation Criteria specified in Section 1.10 of this RFP. Discussions may be
conducted individually with vendors who submit responsive proposals and who are determined
reasonably qualified for award of a contract. Revisions and/or clarifications may be requested after
proposal submission and before contract award to obtain best-and-final offers.
1.11 Evaluation Criteria
The project evaluation criteria are listed herein.
Technical Compliance. This evaluation shall consider the degree to which the technical
requirements of the RFP are met.
Maximum Score 35
COOKE COUNTY
Proposal Specifications Aggregates Page 22
Vendor References. This evaluation will consider the Vendor’s experience and qualifications with
similar Public Safety Radio System projects, professional references, financial stability, and other
items included in the Vendor Profile section of this RFP.
Maximum Score 20
Acquisition, Maintenance and Operational Costs. This evaluation will consider all costs associated
with initial implementation, maintenance, and other costs identified in the Cost/Pricing Proposal
section of this RFP.
Maximum Score 35
Complete Project Implementation Schedule. This schedule shall include a time-line of all the tasks
proposed by the Vendor. This schedule shall include all tasks to be completed by the Vendor and its
subcontractors.
Maximum Score 10
Total Evaluation Score 100
1.12 Pre-Proposal Conference
The County will conduct a Pre-Proposal Conference for all interested parties.
Date: May 1st, 2019
Time: 9:00 AM CST
Location: Cooke County EMS Station #1
301 West Church Street, Gainesville, TX 76240
Attendance at this meeting is not required to submit a proposal. However, vendors are encouraged to
attend, as it is expected that many relevant questions will be asked and answered during the
conference. Vendors may email or mail any pertinent questions, prior to the conference or until May 8th,
2019, in order to allow the County to prepare adequate responses and Addenda.
COOKE COUNTY
Proposal Specifications Aggregates Page 23
Ray Fletcher
301 South Chestnut Street, Gainesville, TX 76240
Email: [email protected]
The conference will include an inspection of the Dispatch Center and the two existing radio site
locations.
1.13 Award of Contract
County reserves the right to accept or reject any and all proposals and to re-solicit for proposals, as it
shall deem to be in the best interests of County. Receipt of any proposal shall under no circumstances
obligate County to accept the lowest cost proposal. The award of a contract shall be made to the vendor
whose proposal is determined to be the best evaluated offer, taking into consideration demonstrated
competence and qualifications to perform the service solicited in the RFP. County will enter into
contract negotiations with the selected Vendor. A purchase contract will be developed and executed
with the selected Vendor. If County is unable to negotiate a contract with the selected Vendor, County
may at its sole discretion select an alternate Vendor or take other actions deemed to be in the best
interest of County.
COOKE COUNTY
Proposal Specifications Aggregates Page 24
2.0 GENERAL TERMS AND CONDITIONS
2.1 General
Any catalog or manufacturer’s reference in this RFP is descriptive, but not restrictive and used only to
indicate type and grade. Proposals on other items of similar and equal quality will be considered,
provided the Vendor clearly states exactly what items will be furnished. Otherwise, the Vendor shall be
required to furnish the items required in the specifications.
County may make such investigation as is deemed necessary to determine the ability of the Vendor to
provide the equipment, material, and/or services as required by this specification and to determine the
adequacy of the proposed equipment, material, and/or services. The Vendor shall furnish, upon request
and in a timely manner, all such data and information requested for this purpose.
County shall consider, as a competent vendor, only those vendors who are fully capable of complying
with all terms and conditions set forth in this RFP.
2.2 Intent
It is the intent of this RFP and the resulting contract documents to describe a functionally complete
project resulting in a Public Safety Radio System and associated items and services. Any work, materials,
or equipment that may reasonably be inferred from the contract documents as being required to
produce the intended result will be supplied, whether or not specifically set forth herein. When words
which have a well-known technical or trade meaning are used to describe work, materials or equipment,
such words shall be interpreted in accordance with that meaning. Reference to standard specifications,
manuals, codes or recommendations of any technical society, organization or association, or to the laws
or regulations of any governmental authority, whether such reference be specific or by implication, shall
mean the latest standard specification, manual, code or laws or regulations in effect at the time of
contract award, except as may be otherwise specifically stated. However, no provision of any referenced
standard specification, manual or code (whether or not specifically incorporated by reference in the
contract documents) shall be effective to change the duties and responsibilities of County, Vendor, or
any of their subcontractors, consultants, agents or employees from those set forth specifically in the
contract documents.
COOKE COUNTY
Proposal Specifications Aggregates Page 25
2.3 Contract Document Hierarchy
The contract, statement of work, RFP, Vendor’s best-and-final offer, and Vendor’s Proposal and any
subsequent, approved amendments will constitute the contract documents. All requirements, terms and
conditions stated in the RFP will apply unless specifically superseded by the Contract, Statement of
Work or other higher precedent document. Any inconsistencies will be resolved in the following order of
precedence:
a. Contract
b. Statement of Work
c. RFP
d. Vendor’s best-and-final offer
e. Vendor’s Proposal
2.4 Notices
All notices required by any of the Contract documents shall be in writing and shall be deemed delivered
upon mailing by certified mail, return receipt requested, to the addresses specified in the Contract.
2.5 Performance Bond
Simultaneous with delivery of the executed Contract, the successful Vendor shall provide a surety bond
or bonds as security for faithful performance of this Contract and for the payment of all persons
performing labor on the project under this contract and furnishing materials in connection with this
contract, in the amount of 100% of the Contract amount. The surety on such bond or bonds shall be a
duly authorized surety company satisfactory to and subject to investigation by the County.
2.6 Assignment
Neither party of the Contract shall assign the Contract, or sublet it as a whole or part, without the prior
written consent of the other party.
COOKE COUNTY
Proposal Specifications Aggregates Page 26
2.7 Errors or Omissions
If the Vendor discovers any error or omission in the contract drawings or specifications or in the work
undertaken or performed by it, it shall immediately notify the County in writing and the Vendor shall
verify or correct the same. If, knowing of such error or omission and prior to its correction thereof, the
Vendor proceeds with any work affected thereby, it shall do so at its own risk and the work so done shall
not be considered as work done under contract and in performance thereof unless, and until, approved
and accepted by the County.
2.8 Governing Laws
The Contract will be governed by the laws of the State of Texas. All duties of the parties shall be deemed
to be performed in Cooke County, Texas. The applicable law for any legal dispute arising out of the
contract shall be law of the State of Texas. Any legal dispute will be filed in the courts of Cooke County,
Texas.
2.9 Laws, Statutes and Other Governmental Requirements
Vendor agrees to maintain compliance with all laws, statues, and other governmental provisions
prevailing during the term of this agreement.
2.10 Disability
In accordance with the provisions of the Americans With Disabilities Act of 1990 (ADA), Vendor warrants
that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in
the provision of services to general public, nor in the availability, terms and/or conditions of
employment for applicants for employment with, or employees of Vendor or any of its subcontractors.
Vendor warrants it will fully comply with ADA provisions and any other applicable federal, state and
local laws concerning disability and will defend, indemnify and hold County harmless against any claims
or allegations asserted by third parties or subcontractors against County arising out of Vendor’s and/or
its subcontractors alleged failure to comply with the above-referenced laws concerning disability
discrimination in the performance of this agreement.
COOKE COUNTY
Proposal Specifications Aggregates Page 27
2.11 No Obligation
This procurement in no manner obligates the County, or any of its agencies, to the eventual rental, lease
or purchase of any hardware, software or services offered until confirmed by a written Contract signed
by an authorized representative of the County and its designees.
2.12 Fiscal Funding Limitation
In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable
by any means whatsoever in any fiscal period for payments due under this contract, then the County will
immediately notify Vendor of such occurrence and this contract shall be terminated on the last day of
the fiscal period for which appropriations were received without penalty or expense to the County of
any kind whatsoever, except to the portions of annual payments herein agreed upon for which funds
shall have been appropriated and budgeted or are otherwise available.
Any contract awarded as a result of this RFP process may be terminated if sufficient appropriations or
authorizations do not exist. Such termination will be effected by sending written notice to the Vendor.
The County’s decision whether sufficient appropriations and authorizations will be available shall be
accepted by the Vendor as final.
2.13 Texas Sales Tax
The County is exempt from Federal Excise and State Sales Tax. The price to be paid by the County under
the contract shall exclude all taxes for which the County’s tax exempt status applies.
2.14 Total Payment to Vendor
The total payment figure specified by the Vendor in its proposal or otherwise negotiated in the Contract
is the maximum payment that will be made by the County for the equipment, warranty, maintenance
and all other services and equipment required by this RFP.
2.15 Payment Terms
The Vendor shall submit invoices for payment based upon completed project millstones. The following
payment schedule will be utilized unless otherwise negotiated in the Contract.
COOKE COUNTY
Proposal Specifications Aggregates Page 28
15 % upon execution of Contract
20% upon issuance of Notice To Proceed by County
20% upon delivery of equipment
15% upon completion of equipment installation
15% upon successful completion of §5.3 System Acceptance Testing
15% upon §2.28 Final Acceptance
Payment shall be due thirty (30) days following the date of Vendor’s invoice and verification of
completion of the project milestone by the County. The County shall be responsible for verification and
approval of Vendor’s invoice, which approval shall not be unreasonably withheld. Approved invoices
shall be paid via Electronic Funds Transfer (EFT).
2.16 Termination
The County may terminate the contract at any time, with or without cause, by notice, in writing, mailed
certified mail, return receipt requested, to the Vendor. Upon receipt of such notice, the Vendor shall
immediately discontinue all services and work and the placing of all orders or the entering of contracts
for supplies, assistance, facilities and materials in connection with the performance of the contract and
shall proceed to cancel all existing contracts insofar as they are chargeable to the contract.
If the County terminates its contract under the foregoing paragraph, the County shall pay the Vendor for
services actually performed prior to such termination, less such payments as have been previously
made. The Vendor shall not be entitled to any further compensation for work performed by the Vendor
or sub-contractors under its control or direction from date of receipt of notice of cancellation.
Upon termination of the contract, the Vendor shall provide the County with reproducible copies of all
completed work or partially completed documents prepared under the contract, all such documents
being owned by the County.
COOKE COUNTY
Proposal Specifications Aggregates Page 29
2.17 Abandonment
In the event the Vendor fails to complete all or any portion of the work to be performed as specified in
the contract, it will forfeit all retainage from completed portions of the project. Additionally, the Vendor
will be liable for subsequent costs incurred to complete the project, to the extent such additional costs
exceed the amount of contractual retainage held by the County.
2.18 Statement of Liability
The County shall not be liable in the event of loss, destruction, or theft of, vendor-provided equipment,
software and technical literature. It is the Vendor’s responsibility to obtain insurance coverage for such
loss in an amount the Vendor deems appropriate.
2.19 Copyrights and Patents
License and/or royalty fees for the use of a process which is authorized by the Vendor for the County’s
use for the equipment provided in this procurement must be reasonable and paid to the holder of the
copyright or patent, or authorized licensee, directly by the Vendor and not by, or through, the County. If
the Vendor uses any other design, device or materials covered by patent or copyright, it shall provide for
such use by suitable agreement with the holder of such patented or copyrighted design, device or
materials. It is mutually agreed to and understood that, without exception, the contract prices shall
include all royalties or costs arising from the use of such designs, devices or materials in any way
involved in the system.
Where activities supported by this project produce original computer programs, writings, sound
recordings, pictorial reproduction, drawings, or other graphical representation and works of any similar
nature (the term computer program includes executable computer programs and supporting data in any
form), the County has the right to use, duplicate, and disclose, in whole or in part, in any manner, for
any purpose whatsoever and have others do so. If the material is copyrightable, the Vendor may
copyright such, and the County reserves a royalty-free, non-exclusive, and irrevocable license to
reproduce, publish and use such materials, in whole or in part to authorize others to do so.
COOKE COUNTY
Proposal Specifications Aggregates Page 30
2.20 Right to Publish
Throughout the duration of this procurement process and contract term, potential vendors must secure,
from the County, written approval prior to the release of any information that pertains to the potential
work or activities covered by this procurement or the subsequent contract. The Vendor shall not issue
any news releases or other statements pertaining to the award or servicing of the agreement, which
state or imply the County’s endorsement of Vendor’s products or services. Failure to adhere to these
requirements may result in disqualification of the Vendor’s proposal or termination of the contract.
2.21 Applicable Codes and Regulations
The Vendor is responsible for compliance with all applicable codes and regulations including but not
limited to the latest versions of the International Building Code, National Electrical Code, International
Fire Code, and International Mechanical Code. The Vendor shall also be responsible for compliance with
applicable Environmental Protection Agency, Federal Communications Commission, and Federal
Aviation Administration regulations and any other codes or regulations necessary for implementation of
the Vendor’s proposal.
2.22 Construction Permits
The Vendor shall be responsible for obtaining all necessary construction permits for system installation
and implementation. The County will provide assistance in expediting the permitting process and will
waive all County permitting fees. The Vendor will retain the ultimate responsibility for obtaining the
appropriate construction permits.
2.23 Configuration Responsibility
Vendor will be responsible for the configuration and integration of all equipment, systems and services
furnished under the contract. Vendor will be solely responsible for the performance of the delivered
equipment. Any additional components not specifically identified in the Contract and its attachments,
but that is required in order to fulfill the requirements set forth under the terms and conditions of the
Contract, shall be provided and installed by the Vendor without additional charge to the County.
COOKE COUNTY
Proposal Specifications Aggregates Page 31
2.24 Prime Contractor Responsibility
If a Proposal includes hardware, software and/or other services to be supplied by other vendors, it will
be mandatory for the Vendor to act as Prime Contractor for the procurement of the entire system and
related services. The Vendor shall be considered the sole point of contact with regard to contractual
stipulations to include payment of any and all charges, as the County does not recognize sub-contractors
in this instance.
In addition, the successful vendor will be responsible for meeting all other requirements of these
specifications. The proposal must clearly indicate the hardware and software which is not
manufactured, marketed and/or maintained by the Vendor.
Primary sub-vendors shall be companies with extensive experience in the installation and maintenance
of hardware and software. Vendor shall state the tasks and time commitments for each proposed sub-
vendor. Installation and maintenance sub-vendors and/or joint ventures shall be licensed to do business
in the State of Texas. Vendor shall provide documentation acceptable to the County proving each sub-
vendor’s qualifications, the number of, and the qualifications of, their personnel available for the
contract work. Vendor agrees to use only the sub-vendors and personnel previously identified to the
County. Assignment of different sub-vendors and personnel other than identified will require written
permission from the County. The County reserves the right to disapprove, with reasonable cause, any
sub-vendor and any employee.
Vendor agrees that it is fully responsible to the County for the acts and omissions of its sub-vendors on
the same basis as it is for the acts of omissions of persons directly employed by it, and that failure of the
County to disapprove a sub-vendor shall in no way relieve Vendor of such obligations. Nothing
contained in the Contract shall create any contractual relationship between any sub-vendor and the
County nor create any obligation on the part of the County to pay, or to see the payment of, any sums to
any sub-vendor. Vendor shall not write any subcontract at variance with the conditions of the Contract
documents.
The Vendor shall operate as an independent contractor and not as an officer, agent, servant or
employee of the County. The Vendor shall have exclusive control of, and the exclusive right to control,
the details of its operations hereunder, and all persons performing same, and shall be solely responsible
COOKE COUNTY
Proposal Specifications Aggregates Page 32
for the acts and omissions for its officers, agents, employees, vendors, and subcontractors. The doctrine
of respondent superior shall not apply as between the County and Vendor, its officers, agents,
employees, contractors and subcontractors. Nothing herein shall be construed as creating a partnership
or joint enterprise between the County and Vendor, its officers, agents, employees, contractors and
subcontractors.
2.25 Detailed Design Review
The Vendor will submit a detailed design document for review in accordance with §3.14 Design Reviews
within 60 days of contract award. The Detailed Design will be presented to the County at the specified
Design Review meeting. The Vendor will be expected to interface with representatives from the County
and County’s Consultants to discuss any relevant project issues, options, and integration details. Any
necessary design changes/modifications will be presented to the County within 14 days of the Detailed
Design meeting.
Upon acceptance of the Vendor's design, the County will issue a Notice to Proceed. Equipment
manufacture, delivery and installation will not begin until County accepts the detailed design and issues
a formal Notice to Proceed to the Vendor. Approval of the design documentation by County shall be
general in nature and shall not relieve the Vendor of responsibility for the accuracy of the document nor
for the proper design and performance of the equipment and services provided under this procurement.
2.26 Work by County or County's Vendors
County reserves the right to perform work related to this project and to perform or award separate
contracts in connection with other work at the sites. All such work and responsibilities shall be identified
in the Contract and/or Statement of Work. The Vendor shall incorporate and coordinate the Vendor's
work with work of County and/or County's separate vendors as required by the Contract documents.
Costs caused by defective or ill-timed work shall be borne by the party responsible. If the Vendor claims
that delay or additional cost is involved because of such action by County and/or County's separate
vendors, the Vendor shall make such claims as provided in the Contract.
COOKE COUNTY
Proposal Specifications Aggregates Page 33
2.27 Warranties
2.27.1 General
The provisions of this section are general warranty terms.
2.27.2 Warranty of Title
The Vendor warrants to County that it possesses good, clear and marketable title to all
equipment and materials provided hereunder and there are no pending liens, claims or
encumbrances whatsoever against said equipment and materials.
2.27.3 Warranty of Specifications and Performance
The Vendor warrants that all equipment, materials and workmanship furnished, whether
furnished by the Vendor, or its sub-contractors and suppliers, will comply with the
specifications, drawings and other descriptions supplied or adopted and that all services will be
performed in a workmanlike manner.
Vendor shall be solely responsible for the performance of the delivered materials and
equipment. Vendor shall provide a working “system” that shall provide the equipment,
performance, and services as described in the Contract, its Exhibits, Statement of Work and the
RFP.
2.27.4 Equipment Warranty and Maintenance
All equipment, materials, and parts shall be warranted by the manufacturer’s warranty period or
for a period of one year, whichever is longer, against defects in design, materials and
workmanship. The warranty period shall begin upon final acceptance. The Vendor shall propose
pricing for an optional five-year maintenance period commencing after expiration of the initial
warranty period for all equipment and hardware associated with this procurement. The
Proposal shall clearly define the terms, coverages, and cost of the optional five-year
maintenance period.
2.28 Final Acceptance
The Vendor shall receive final acceptance for upon completion of the following steps:
COOKE COUNTY
Proposal Specifications Aggregates Page 34
1. Submission of all documentation required by the RFP
2. Completion of all construction and installation required by the RFP
3. Completion of all services as required by the RFP
4. Successful completion of all acceptance testing
5. Submission of acceptance test reports
6. Submission of two copies of all final design and as-built drawings
7. Final Acceptance will be issued by the County no later than thirty (30) days after successful
competition of Items 1-6 above.
COOKE COUNTY
Proposal Specifications Aggregates Page 35
3.0 TECHNICAL AND PERFORMANCE REQUIREMENTS
3.1 General Requirements
The County is soliciting proposals from qualified firms to provide a new turnkey, public safety quality
radio system that meets or exceeds the needs and functional requirements of the system users as stated
herein. The Vendor shall propose their system configuration to achieve the operational requirements
and shall be responsible for the method of accomplishing their proposed configuration. Any deviation
from the requirements shall be specifically noted as an exception in the proposal. The County shall have
the sole authority to determine compliance with the stated system requirements.
The Proposal must comply with the following general standards:
All equipment and services offered shall be of high quality and suitable for the intended
purpose.
No discontinued, used, or refurnished equipment shall be supplied under this procurement
other than equipment specified herein as available for reuse.
The vendor shall be an authorized sales and service agency for the equipment being offered.
All equipment and devices added to the system shall be current models with Vendor support for
a minimum of seven years.
This section shall provide an operational description of the minimum requirements of the desired
system.
3.2 Description of Desired System
The requested radio system upgrade will replace the existing VHF systems described in §1.2. The
anticipated system will operate in P25 Phase 1 conventional (non-trunked) mode. The system shall also
be capable of P25 Phase 2 conventional operations through software upgrades, without hardware
replacement. P25 operations shall be compliant with relevant TIA standards for APCO Project 25 (P25)
systems as they relate to the Phase 1 and Phase 2 Common Air Interface (CAI). It is further anticipated
that three pre-selected radio site locations will be required to satisfy the coverage requirements (see
§3.14 Design Reviews) and that simulcast technology will be utilized to configure the fixed-site
COOKE COUNTY
Proposal Specifications Aggregates Page 36
equipment for operation with the same frequency pairs at all site locations. The new P25 Simulcast
Conventional Radio System is expected to use the same five VHF frequency pairs that are currently
licensed to the County per the FCC licenses listed in Table 1. Vendor shall be responsible for APCO
coordination and FCC Licensing to modify the existing licenses for operation from the three sites. If any
of the licenses cannot be modified for this proposal, the County and Vendor will work together to assess
the impact to the proposed solution.
It is anticipated that fiber optic circuits will be used to interconnect the site locations. Leased fiber optic
infrastructure exists near each site location, but does not currently extend to equipment shelters. The
Vendor will be responsible for providing any necessary extension of fiber for use in this project. The
County will be responsible for monthly service costs associated with the fiber circuits. The Winstar site
may require alternative backhaul methods. See §3.10 for additional requirements for system backhaul.
Vendor will provide optional pricing for a backup microwave system interconnecting the site locations. It
is assumed that the existing dispatch console equipment and locations will be reused. The Vendor will
check the readiness of these consoles and will price upgrades or replacements if needed. Pricing shall
include any necessary interface equipment, software, and services required for fully operational console
equipment.
A subset of the existing user radio fleet will be reused. The proposal shall include optional pricing to
retune and reprogram the existing radios. Optional pricing for P25 compliant user radios will be included
in the procurement. The procurement of one backup generator is also requested as an option at the
Winstar site. System options may be purchased under a separate agreement(s) or included with the
procurement at the sole discretion of Cooke County.
3.3 System Configuration Concept
Based on the coverage and operational needs of the County and its radio users, the County has
performed preliminary system configuration activities and developed a tentative system configuration.
The Vendor shall evaluate and validate this system configuration concept. The Vendor shall submit a
proposal consistent with the system configuration concept. If the Vendor feels that alternative
configurations could better fulfill the stated objectives of the RFP, the Vendor may submit alternate
proposals or options.
COOKE COUNTY
Proposal Specifications Aggregates Page 37
Per the coverage and operational needs of the County, available site locations, and FCC spectrum
limitations, the County anticipates the following general system configuration:
Protocol: APCO P25 Phase 1 Conventional
Site Count: Three – §3.5.2 Site Locations
Channels: Five VHF frequency pairs
o CCSO: 155.130 MHz – TX | 155.970 MHz – RX
o CC FFA: 154.295 MHz – TX | 150.790 MHz – RX
o CC EMS: 155.565 MHz – TX | 153.740 MHz – RX
o CC EMC: 155.5275 MHz – TX | 153.8525 MHz – RX
o CC Commissioners: 155.940 MHz – TX | 154.100 MHz - RX
Multisite Configuration: Simulcast
Console System: Incorporation of the existing 2-postion Motorola MIP5000 consoles or
replacement with an IP-based console system
Logging Recorder: Integration of the existing Eventide Mediaworks logging recorder
Backhaul: Fiber optic connections; optional backup microwave system
The system shall be deployed with the five frequency pairs at each site. The transmitters on each
channel group shall be configured to broadcast on the same frequency simultaneously at all site
locations.
The system delivered shall be compliant with relevant TIA P25 standards and be capable of P25 CAI
Phase 1 C4FM modulation, P25 Phase 1 CQPSK simulcast modulation, and P25 Phase 2 H-DQPSK
simulcast modulation as deemed appropriate by the Vendor's design. The system shall support all
existing user equipment that has been P25 CAP certified (performance, conformance, and
interoperability) for operations in the frequency band utilized for this deployment.
The County has identified three existing RF site locations which will be made available to the successful
Vendor. Based upon preliminary coverage analysis it is believed that these three sites will satisfy the
coverage requirements presented in §3.4 Coverage Requirements. The Vendor will be responsible
COOKE COUNTY
Proposal Specifications Aggregates Page 38
for evaluating the site locations presented in §3.5.2 Site Locations and for determining whether
they meet the coverage requirements. If the Vendor does not feel these three sites will meet the
coverage requirements presented in §3.4 Coverage Requirements, then the Vendor will present
the coverage they will guarantee with this configuration.
The Vendor’s proposed simulcast solution shall incorporate all components necessary to provide
simulcast quality frequency stability, time synchronization, and modulation fidelity. The County
anticipates the use of GPS technology to provide simulcast time synchronization and master oscillator
reference; see §3.7 Simulcast Control and Distribution. Each simulcast channel shall utilize
voter/comparator technology and processing to ensure that the most reliable receiver signal is selected
at all times and distributed to the transmitters for rebroadcast.
3.4 Coverage Requirements
Table 2 provides a breakdown of the coverage requirements. All coverage reliability requirements are
expressed as bounded area reliability for DAQ 3.4 performance. Portable radio coverage shall assume a
7 inch helical antenna worn at the hip and 9 dB attenuation due to body blockage. Mobile coverage shall
assume a roof-mounted antenna with net gain of 0 dBd.
Bounded Area
Outdoor Portable
Radio Coverage
Mobile Radio
Coverage
Cooke County, TX 95% 99%
Table 2
The County expects to utilize the communications sites provided in §3.5.2 Site Locations based
upon known availability and preliminary performance analysis. However, the Vendor is fully responsible
for evaluating the coverage performance of these recommended sites. If in the Vendor’s analysis the
coverage requirements in Table 2 cannot be achieved, the Vendor shall submit the coverage
performance they are willing to guarantee per their recommended design. The Proposal shall describe in
detail the proposed site configuration and guaranteed coverage performance. The Proposal shall include
coverage prediction maps supporting recommended system design. Coverage maps shall utilize TIA TSB-
88 methodology and include a detailed description of all evaluation thresholds and margins utilized. The
COOKE COUNTY
Proposal Specifications Aggregates Page 39
coverage maps shall include both outbound (base-to-portable/mobile) and inbound (portable/mobile-
to-base) predictions.
The County has particular interest in coverage performance at seven historically problematic locations
within the county. These locations must be included in the coverage test plans outlined in §5.3.3 and
voice testing will also be performed at or near these locations during the test plans. The County and
Vendor will discuss expected coverage performances at these locations ahead of testing. These locations
are listed in Table 3.
Location Latitude Longitude
Valley View 33-29-17.86N 097-09-55.25W
Road Runner 33-28-19.97N 097-04-49.43W
Tyler Bluff 33-44-05.39N 097-27-32.96W
Rosston 33-28-14.04N 097-24-46.40W
Delaware Bend 33-56-22.41N 096-56-44.51W
Illinois Bend 33-48-10.30N 097-27-45.9W
Sheriff Office 33-38-57.66N 097-10-06.30W
Table 3
Prior to final system acceptance, the Vendor must successfully complete a coverage verification test.
The Vendor shall prepare a coverage verification test plan utilizing TIA TSB-88 methodology. It is
anticipated that the service area will be divided into uniform grids for evaluation purposes. An
automated drive test process will be utilized to measure both RSSI and BER of the outbound signal. A
corresponding inbound measurement method is preferred. However, the Proposal may present
calculation methodology to relate the outbound drive data to inbound performance. RF attenuators may
be utilized as necessary to simulate portable radio body blockage and/or inbound path imbalance. Each
accessible grid will be statistically evaluated to determine if the RSSI and BER requirements have been
satisfied. It will then be determined if the required percentage of “passing” grids for the specific service
requirement in Table 2 was satisfied. The coverage test plan shall include limited voice testing in not
more than 10% of the test tiles. The purpose of the voice testing is to demonstrate DAQ 3.4
performance at a sampling of locations throughout the coverage area.
COOKE COUNTY
Proposal Specifications Aggregates Page 40
3.5 System Facilities
3.5.1 General
The County’s conceptual configuration has identified site locations that will be made available to
support the fixed-site equipment. The Vendor shall provide any and all necessary modifications
and/or improvements for transmission sites on a turnkey basis. Proposals shall describe and
price any special requirements (e.g. architectural, mechanical, electrical, civil, or structural
modifications) that their equipment may need at the locations that are intended to be utilized.
The County will work with the selected Vendor to determine which site upgrades, which may be
required, might be performed by the County outside the scope of this proposal. Once all site
preparations and upgrades have been identified and performed, the Vendor shall inspect the
facility and certify its suitability for the intended purpose. Any additional site preparation or
upgrades required by the Vendor after site certification will be the responsibility of the Vendor.
3.5.2 Site Locations
Table 4 provides technical details for the existing site locations. The Vendor may assume that
the existing sites and all antenna heights will be available. If it is later determined that sites
and/or optimal antenna heights are not available, the County and Vendor will work together to
assess the impact of any changes required.
Site Name Latitude Longitude ASR Structure
Type
Structure
Height
(meters)
Pentex 33-39-01.0N 097-20-23.0W 1055827 Guyed
Tower 122
Rice Ave 33-36-00.0N 097-07-58.0W 1057148 Guyed
Tower 100.6
Winstar 33-45-54.7N 097-08-01.7W N/A Water
Tank ~49
Table 4
Other sites may be proposed for the system design if deemed more advantageous; the County
and Vendor will work together to assess the impact of any changes. The inclusion of
COOKE COUNTY
Proposal Specifications Aggregates Page 41
other/alternate sites in the proposed design must include an evaluation of available space for
antennas and equipment. There is an existing County-owned equipment shelter at Rice Ave site.
At the Pentex site, the County utilizes common space belonging to Pentex Energy, owners of the
Pentex site. The Winstar site is not currently utilized by the County and will require a full turnkey
installation.
3.5.3 Base Station Antenna Configuration
The selected Vendor is responsible for providing an antenna/filtering configuration at each site
that allows the system channels to operate without internally generated interference or
degradation while minimizing the physical footprint of the County at each site. The Proposal
shall fully describe the proposed antenna systems on a site-by-site basis. The acceptance test
plan shall include procedures to demonstrate that sufficient transmit-to-receive isolation and
interference protection has been provided.
3.5.5 Dispatch Center
The existing Dispatch Center located at the Cooke County sheriff’s Office at 300 County Road
451, Gainesville, TX 76240 shall be utilized with the P25 system. It is anticipated that the existing
console system will reused as described in § 3.6.
3.6 Dispatch Console Requirements
3.6.1 General
The County has two existing dispatch console positions located at the Dispatch Center. These
consoles operate on the Motorola MIP5000 platform. The County is interested in reusing the
existing console system.
3.6.2 Existing Console System
The existing MIP5000 console system operates with two positions and twelve channels. System
channels are interfaced to the existing console system via control station radios. There are six
Motorola APX6500 radios, three Motorola XTL consolettes, and additional analog, Motorola
radios in support of the consoles. Five APX radios provide audio for the CCSO, CC EMS, CC FFA,
CC EMC, and Gainesville PD to the radio consoles. The sixth APX radio is steerable and provides
COOKE COUNTY
Proposal Specifications Aggregates Page 42
audio for the CC Commissioner channel plus interoperable channels of neighboring entities.
CCSO, CC EMS, CC FFA, and CC EMC are recorded channel currently and will need to continue to
be recorded with the new system. The Vendor is responsible for evaluating the existing system
for incorporation into the new P25 system, including any required console and/or radio
upgrades. Non-supported and/or end-of-life devices shall be noted and priced for replacement.
The Proposal should include any available options and associated pricing to fully integrate the
proposed radio system with the existing consoles to take advantage of additional features and
P25 metadata.
3.7 Simulcast Control and Distribution
The transmission system shall be specifically designed for simulcast operations. The system must include
all equipment necessary to distribute time-synchronized voted audio to the transmission sites and
provide required transmitter frequency stability, deviation stability, and transmitters launch time
synchronization. It is anticipated that transmitter time and frequency synchronization system will be
GPS disciplined.
3.8 AES Encryption
The use voice encryption is not initially anticipated. However, the proposed system shall be capable of
supporting standardized AES encryption without additional licenses or hardware replacements.
3.9 Logging Recorder
The County intends to utilize its existing Eventide Mediaworks logging recorder. The Vendor shall fully
integrate the existing logging recorder into the new communications system and record all channels on
the new system. If the recorder needs to be expanded or modified, Vendor will work with the County to
determine feasibility and costs.
3.10 System Interconnection
The existing sites are anticipated to be interconnected via fiber optic connectivity. Leased fiber is
available near all existing site locations. The Vendor shall provide any necessary extension of fiber
services to the proposed equipment locations. The County will be responsible for recurring costs
COOKE COUNTY
Proposal Specifications Aggregates Page 43
associated with leased fiber optic circuits. The availability of fiber optic connectivity to the Winstar site is
unknown. Vendor shall investigate connectivity options for the Winstar site and recommend the best
option as part of their turnkey installation of this site. If a microwave solution is proposed, that solution
shall comply with the requirements of §3.13.6. The Vendor shall provide all hardware, software, and
services for a complete backhaul system to support the proposed system.
3.11 System Protection Features
3.11.1 General Protection
The Vendor shall describe any system alarm, status, and monitoring features provided with the
proposed system. Optional features recommended by the Vendor should be described in detail
and priced separately.
3.11.2 UPS Equipment
The Vendor shall be responsible for providing UPS equipment for the intended purpose of the
equipment proposed and is capable of supporting the anticipated electrical load for the
equipment proposed.
3.11.4 Interference Protection
The system and equipment offered by the Vendor shall include all necessary devices required to
prevent interference to and from the equipment provided hereunder. No base station or control
station transmitter in the system shall cause measurable degradation to any receiver in the
system. Further, all receivers must operate free of measurable degradation with all co-located
transmitters active. System testing will include measurements to demonstrate interference
protection.
The design shall include system alignment and optimization in order to minimize simulcast
interference in coverage overlap areas. The design review must include predictions of simulcast
performance and demonstrate that any interference areas that will remain after system
optimization will be positioned in non-critical areas.
COOKE COUNTY
Proposal Specifications Aggregates Page 44
3.11.5 System Failure Modes
With the Proposal, the Vendor must provide a detailed discussion of all possible system failure
modes and shall define the system's operational capabilities and limitations which may result
from these failure modes. Particular attention should be paid to the system’s ability to remain
functional due to the following failures:
GPS timing system failure
Master oscillator failure
Voter/comparator failure
Interconnection circuit failure
Transmitter failure
Receiver multicoupler failure
Simulcast controller failure
The discussion shall include typical and maximum fault detection and failover times associated
with a voter/comparator failure and simulcast/site controller failure. System acceptance testing
shall demonstrate that each of these failures results in system recovery within the maximum
failover time.
3.12 User Equipment
The County intends to utilize existing mobile and portable subscriber fleet radios which are
capable of P25 operation. Other user radios will be replaced. Vendor shall proposal optional
services for returning and reprogramming compatible user radios per §3.13.2 and optional user
radios per §3.13.3. Regardless of options selected regarding user radio units and services,
Vendor will be responsible for certifying the readiness of the existing P25 capable subscriber
fleet.
3.13 System Options
The County requests detailed information and pricing for the following system options. The
County will determine which (if any) options will be exercised prior to Contract execution. Each
option shall be clearly defined and priced in the Proposal.
COOKE COUNTY
Proposal Specifications Aggregates Page 45
3.13.1 P25 Phase 2 Infrastructure
Per §3.2 the proposed system shall be capable of migration to P25 Phase 2 operations without
replacement of hardware. The County is requesting optional pricing for fully functional Phase 2
operations with the initial system implementation.
3.13.2 User Radio Retuning & Reprograming
Table 5 provides an inventory of existing user radios that will be retained for operations with the
proposed system. The Proposal shall include optional pricing to retune and reprogram these
radio units. The pricing shall assume that all units will be delivered in good working condition
and will be properly optioned for P25 conventional operations. There may be slight changes to
the final radio counts, with adjustments consistent with per unit pricing submitted in the
Proposal.
Model Count
Motorola APX 1000 16
Motorola APX 6500 8
Motorola APX 6000 16
Kenwood TK-5720 12
Kenwood TK-5220 62
Table 5
3.13.3 User Equipment
The proposal shall include optional pricing, good for two years, for individual agencies within the
County to purchase P25 portable and mobile radios to operate on the new radio system. Two
tiers each of portable and mobile radios shall be offered. The option shall include per unit costs
for AES encryption and for Phase 2 conventional operations.
3.13.4 Add-on Voted Receive only site
The proposal shall include optional pricing for the equipment necessary for a theoretical fully
functional voted receive-only site. Selection of an actual site and connectivity to the site are not
required.
COOKE COUNTY
Proposal Specifications Aggregates Page 46
3.13.5 Maintenance Contract
The Vendor shall provide in its Proposal an optional Maintenance Service Contract (including
parts, labor, and software maintenance) for the system and all equipment provided under this
procurement to extend for five-year periods following the Initial Warranty and Maintenance
Period. A minimum of two five-year periods (total of 10 years of extended
maintenance/support) shall be offered. Where the Vendor proposes to secure a separate
service agreement for specified system components, it shall enter a separate line showing the
price estimate for such service. Any and all restrictions and/or limitations to the pricing provided
for the extended maintenance support should be clearly defined in the Vendor’s Proposal. These
restrictions and/or limitations could include, but are not limited to, deductibles, service call
costs, response times, after hour response, etc.
For hardware maintenance, the Vendor must include a proposed maintenance contract. For
software maintenance, the Vendor must describe the availability of routine technical support,
after-hours emergency support, and their policy for providing software upgrades and
enhancements. All required software maintenance contracts must be included for review.
All recurring costs which may exist in addition to hardware and software maintenance shall be
included in the optional Maintenance Service Contract. Recurring costs are to include any
annual licensing fees, or other fees, associated with the system other than normal operational
expenses and supplies.
Any optional system monitoring services should also be described and priced.
3.13.6 Microwave Backhaul
The Proposal shall include optional pricing for all engineering, equipment, services, and FCC
licensing necessary to provide a backup microwave backhaul system to support the proposed
system. The microwave equipment shall utilize licensed FCC spectrum and shall not operate with
non-licensed frequencies. The Vendor is responsible for determining the most suitable
equipment and spectrum for this purpose.
COOKE COUNTY
Proposal Specifications Aggregates Page 47
3.13.7 Add-on Generator
The Proposal shall include optional pricing for adding a backup natural gas generator at the
Winstar site. If it is determined that natural gas is not reasonably available at the site, the
generator shall operate with propane fuel.
Only a generator manufactured for Industrial/Commercial use is to be proposed; those
manufactured for residential/light duty use are not acceptable. The generator shall include an
enclosure and fuel tank (if propane fueled) and shall be installed on a concrete pad per
manufacturer recommendations. The generator design shall include all necessary equipment
and services to deliver a fully functional backup generator. In the event of failure of commercial
power, the generator shall automatically start and service shall be automatically transferred
from commercial power to generator power. The proposed backup generator shall power the
equipment shelter, all equipment in the shelter, and shelter accessories. See §4.8 for generator
and automatic transfer switch specifications.
3.13.7.1 Generator Sizing
The Vendor shall be responsible for sizing the proposed generator based upon the
anticipated load of the proposed site equipment and existing lighting and HVAC
equipment; minimum load of 25 kWatts. The Detail Design Review must include detailed
electrical load calculations to verity that the generator is appropriately sized to support
the intended use.
3.13.7.2 Fuel Tank & Run-Time
The generator shall run on propane or natural gas and shall provide a minimum run-
time of 48 hours.
3.13.7.3 Generator Alarms
Alarm capabilities are intended to provide indicators of generator status and health. All
generator alarms shall be interconnected with the radio system alarm and monitoring
sub-system.
Minimum alarm requirements are:
COOKE COUNTY
Proposal Specifications Aggregates Page 48
Commercial Power status (AC on/off)
(Standard: Program to stay on for 15 minutes after power is restored.)
Remote re-set/start
Generator on/off
Low oil pressure
Low fuel pressure (propane)
Over crank
High coolant temperature
Low coolant level
Low battery voltage
Over speed
3.14 Design Reviews
3.14.1 Preliminary Design Review
A Preliminary Design Review (PDR) shall be conducted no later than 60 days from execution of
the purchase agreement. This process shall include a review of the Vendor’s preliminary
configuration and design documentation for the project. Information to be submitted for PDR
shall include all data required to determine conformance with the requirements of the RFP and
contract documents including:
1. A complete narrative description which includes up-to-date information to correctly
describe the actual equipment, materials, software, features, and programming
comprising the system.
2. Discussion of any configurations and options to be selected by the County.
3. An up-to-date listing of all equipment and software, by site and subsystem, which
details all options and how each of the required features and functions will be
accomplished.
4. A complete system functional diagram which identifies all major system
components and details the system interconnection to clarify system operation for
each location. This diagram shall include detailed site block diagrams.
COOKE COUNTY
Proposal Specifications Aggregates Page 49
5. Updated coverage prediction maps
6. All necessary plans, designs, and analyses related to recommend site preparation or
site upgrades.
7. Detailed Implementation Schedule and work plans for equipment production,
system configuration, installation, implementation, testing, cutover, and final
acceptance. The Detailed Implementation Schedule shall provide the major project
tasks and include: 1.) the order of execution, 2.) start date, and 3.) contemplated
date of completion. The Vendor will track the actual process at such intervals as
directed by the County.
8. The County will complete its review of the PDR documentation within 14 days, at
which time the County will either issue approval to proceed with the final design or
will state the required changes needed to grant approval.
3.14.2 Final Design Review
Once the PDR has been completed and the County has provided approval to proceed with the
final design, the Vendor shall prepare the Final Design Review (FDR). The FDR will update all
design and contract documents as needed to reflect the final design as agreed upon by the
parties during the Design Phase. Any design element, plans, or drawings requiring review and
certification from a licensed professional engineer or architect shall be sealed by a qualified and
licensed professional as applicable. A FDR meeting will be conducted to review all FDR
documentation. The County will complete its review of the FDR documentation within 7 days, at
which time the County will issue a Notice to Proceed. Equipment manufacture, delivery, and
installation will not begin until the County accepts the FDR documents and issues a formal
Notice to Proceed to the Vendor. Approval of the PDR and FDR documentation by the County is
general in nature and shall not relieve the Vendor of responsibility for the accuracy of its
documentation nor for the proper function and performance of the system and system
components.
COOKE COUNTY
Proposal Specifications Aggregates Page 50
4.0 SYSTEM EQUIPMENT SPECIFICATIONS
4.1 General
The successful Vendor shall be responsible for the system configuration and selection of all equipment
necessary to satisfy the requirements of this RFP. All equipment offered shall be of high quality,
consistent with the intended function and requirements of the system and compatible with the
Vendor’s system configuration. Functional requirements and specifications for the requested
communications system were provided in Section 3 herein.
4.2 Simulcast Equipment
Transmission equipment shall be specifically designed for simulcast operations. The following general
specifications apply to each simulcast channel proposed by the Vendor.
Transmitter Frequency Stability: 0.001PPM from -30°C to +60°C ambient. Referenced to GPS-
disciplined local oscillator frequency standard in simulcast configurations. The difference in
transmit center frequency between any pair of simulcast transmitters shall not exceed 1 Hz.
Transmitter Deviation Stability: The transmitter deviation difference between any pair of
simulcast transmitters shall not exceed 1 Hz.
Transmitter Launch Time and Oscillator Reference: GPS disciplined
4.3 Base Station Equipment
The transmit/receive sites shall be equipped with top-of-the-line base stations appropriate for the
intended function as specified in this RFP. The base station shall be capable of supporting simulcast
operations with a high quality of performance, service, and reliability.
The base stations shall be rated for continuous-duty and shall be mounted in industry-standard 19"
equipment cabinets. All equipment shall be FCC type-accepted and Vendors shall provide the type
acceptance numbers in their proposals. The base station shall operate from a nominal 120-volt, 60-Hz
source, and shall operate within rated specification from -
base station equipment including transmitter, receiver, meters, protection devices and any other
COOKE COUNTY
Proposal Specifications Aggregates Page 51
associated RF devices or assemblies shall be furnished with type “N” or “DIN” connectors as appropriate
per the design.
The transmitter output impedance and the receiver input impedance shall be 50 ohms. Suitable devices
shall be provided to ensure that impedance changes in the antenna system will not cause changes in the
transmitter output power.
Each base station shall be provided with appropriate circulators and harmonic filters to minimize the
effects of transmitter produced intermodulation and harmonic products. The Vendor shall describe, in
detail, the interference protection proposed.
All base stations shall be protected from other co-located, in-band and out-of-band transmitters and
shall perform normal operation without degradation with all co-site equipment activated.
The system shall provide a method of station identification in accordance with FCC requirements. The
base station shall include circuitry and hardware provisions for manually switched local operation for
testing and maintenance.
The proposed base station equipment shall meet or exceed TIA/EIA-603, Section 4.2, and the Code of
Federal Regulations 47, Part 90, Subpart I for transmitters and TIA/EIA-603, Section 4.1 for receivers.
The Vendor’s Proposal shall include manufacturer specification information detailing relevant
performance data for:
Frequency Range
Frequency Stability
RF Power Output
Channel Spacing
Channel Step (PLL Step)
Frequency Deviation
Frequency Modulation Type
Modulation Fidelity
COOKE COUNTY
Proposal Specifications Aggregates Page 52
FCC Emission Designator
Audio Distortion
Receiver Sensitivity 5% BER
Adjacent Channel Rejection
Spurious and Image Rejection
4.4 Transmit Combiners
It is anticipated that combiners may be utilized for connection of each base station transmitter at a site
to a common transmit antenna(s). However, the available VHF spectrum may requirement multiple
combiners and alternative antenna system designs. Any proposed combiners must provide
bandpass/band-reject functionality. All combiners/filters must be specifically designed for the frequency
plan that will be developed. As noted in §3.11.4 Interference Protection and elsewhere, the Vendor’s
design must provide adequate interference protection. No transmitter in the system shall cause
measurable degradation to any receiver in the system. Further, all receivers must operate free of
measurable degradation with all transmitters active. System testing will include measurements to
demonstrate frequency compatibility and interference protection.
4.5 Receiver Multicoupler/TTA Equipment
It is anticipated that receiver multicoupler systems may be utilized for the connection of each base
station receiver at a site to a common receive antenna. These multicoupler systems may include
splitters, amplifiers, filters, etc. As noted in §3.5.3 Base Station Antenna Configuration, all receiver
multicoupler systems must be specifically designed for the frequencies deployed at the site locations. As
noted in §3.11.4 Interference Protection and elsewhere, the Vendor’s design must provide
adequate interference protection.
4.6 Transmission Line
All antenna transmission lines shall be CommScope HELIAX series or approved equivalent. All
transmission lines shall be terminated with type “N” or “DIN” female connectors as needed for the
specific application. The connectors must be constructed of all non-ferrous materials. No coaxial cable
splices or adapters shall be utilized.
COOKE COUNTY
Proposal Specifications Aggregates Page 53
Jacketed, flexible, foam dielectric cable with solid copper outer conductor shall be used as jumper cables
to connect the transmitters and receivers to RF devices, transmission lines, and antennas. Jumper cables
for the site receiver circuits shall use a minimum of ¼-inch flexible, low-loss cable. Jumper cables for the
site transmitter circuits shall use a minimum of ½-inch flexible low-loss cable. All connectors shall be
specially designed for the cable provided and not exceed 0.25 dB insertion loss. In addition, any
connectors/connections provided for external installation shall be protected from corrosion and
weather damage as recommended by the manufacturer; vinyl tape shall not be utilized. All coaxes shall
be labeled on the antenna jumper and at the jumper to the repeater inside of the radio equipment
room/area using color tape so that the antenna system for each repeater can be easily identified at each
site. The coax labels/markings for the channels at each site shall be the same at each of the County's
repeater sites.
Vendor shall determine the correct transmission line diameter and lengths for installation. All cables
must be secured with cable manufacturer approved stainless steel clamps and hardware. Each cable run
shall be provided with a direct path to ground and equipped with lightning/surge protection.
Complete diagrams for each system site installation shall be provided by the Vendor to detail the cable
type, placement, connectors used, grounding location, lengths of all cables proposed and the coax
labeling scheme.
4.7 Base Station Antennas
All base station antennas shall be rugged and durable units. Fiberglass radome antennas or exposed
folded dipole metal antennas can be utilized. If metal dipole antennas are utilized the antennas should
be properly coated/designed to eliminate the possibility of corrosion at the antenna’s dissimilar metal
joints which could result in non-linear junctions/behavior which is the basis for intermodulation
interference. Specific antennas are to be specified by the Vendor, consistent with the proposed
configuration. The Vendor or subcontractor chosen for the antenna installations must be experienced in
the installation of base station antennas. The supplier shall furnish all required brackets and mounts to
install the antennas. All exposed hardware, mounting brackets, and fasteners must be fabricated from
material that will minimize dissimilar metallic junctions and corrosion.
COOKE COUNTY
Proposal Specifications Aggregates Page 54
All antennas and transmission lines shall be sweep-tested by the Vendor with a network analyzer prior
to or upon installation. Chart recordings of sweep measurements shall be made and retained in the site
log. No V.S.W.R. in excess of 1.5:1 is permitted to any fixed antenna/coaxial cable system.
4.8 Backup Generators (Option)
The optional backup generator described §3.13.4 shall meet following equipment specifications:
60 HZ, 120/240 VAC, 1 Phase output
±1% voltage regulation
Propane or Natural Gas
12 volt starting voltage
Battery charging alternator
Engine block heater
200A UL mainline circuit breaker
Muffler system with sound level below 70 dB(A) at 7 meters at full rated load
Standard electronic Governor
Hour meter
Each generator shall include an automatic transfer switch which provides switching of the equipment
shelter electrical load between commercial power and generator power. Permanently attached manual
handles shall also be installed on the transfer switch. The switch shall provide positive mechanical and
electrical interlocking and mechanically-held contacts. Quick-make and quick-break contact mechanisms
shall be provided for manual transfer under load. The switch shall be fully wired and integrated with the
engine generator set in accordance with local electrical and fire codes. Each automatic transfer switch
shall meet the following specifications:
Installation in shelter
U.L. listed and labeled, tested per U.L. Standard 1008
CSA Approved
600 Volt contactor
Rated at 200 amps
COOKE COUNTY
Proposal Specifications Aggregates Page 55
2 Pole construction
Operating at 60 HZ
240 Volts, 1 phase
In-phase adjustable control
7-Day programmable exerciser
2-wire start circuit
NEMA 1 Enclosure
COOKE COUNTY
Proposal Specifications Aggregates Page 56
5.0 INSTALLATION, TESTING, MAINTENANCE & WARRANTY
5.1 Equipment Delivery
Equipment delivery and installation will not begin until the County accepts the Vendor’s Final Design
Review, as described in §3.14.2 Final Design Review, and issues a formal Notice To Proceed (NTP). All
deliveries to the County shall be freight prepaid by the Vendor with no charges or costs to be paid by the
County at the time of delivery. All deliveries shall be made to a secure facility maintained at the
Vendor’s expense or at a secure location mutually agreed upon by the Vendor and the County.
Deliveries shall be unloaded by the Vendor or delivery person. Regardless of the place of delivery, the
Vendor shall notify the County regarding the date, time, place, and items associated with each delivery
within a reasonable time prior to the date and time thereof; provided, if the Vendor cannot determine
the date and time with reasonable certainty, then the required notice shall be given within 24 hours
following the delivery.
The County shall have the right, but not the duty, to make inspections with regard to each and every
item delivered. The delivery of radio system components shall not constitute partial or conditional
acceptance of the system or any of its components by the County.
5.2 Installation
5.2.1 Installation Criteria
Installation of all materials and equipment must meet FCC and EIA industry standards in all
respects with specific attention given to applicable County Codes, Fire Codes, and Electrical
Codes and to the methods employed for wiring, cabling, terminations, cable and wire labeling,
documentation, wire codes, equipment room layouts, antenna installation, general appearance
and operating performance. If the installation of any material or equipment covered under this
procurement requires a licensed tradesman to design and/or to perform the installation task,
the Vendor shall utilize a licensed and qualified professional to perform said task.
The Vendor shall be responsible for the cost of repairing or bringing to original condition existing
County facilities that may suffer damage during the course of system installation, to include
COOKE COUNTY
Proposal Specifications Aggregates Page 57
floors, walls, ceilings, roofing, grounds, landscaping, pavement, call box enclosures, vehicle
interiors, vehicle exteriors, etc. The Vendor shall also completely remove from the premises all
packaging, crates, and other litter due to their work.
With its proposal, the Vendor must describe installation plans and procedures and indicate the
supporting organizational structure, listing specific qualifications of personnel and job functions
proposed to complete the system installation.
5.2.2 Installation Procedures / Implementation Schedule
Vendor shall provide adequate, technically competent, factory-trained personnel to install all
equipment and features supplied for this system. All installation activities shall be coordinated
with the County. During the installation, no circuits or equipment shall be removed, adjusted or
disconnected by the Vendor without prior authorization by the County.
The Vendor shall work in as judicious a manner as possible. Vendors shall include in their
proposals an Estimated Implementation Schedule, with major milestones listed and specifying
those items required of the County to complete implementation. This schedule shall include a
time-line of all the tasks proposed by the Vendor. This schedule shall include all configuration,
installation, testing, and integration tasks to be completed by the Vendor and its subcontractors.
During the Final Design Review, the selected Vendor shall submit a Detailed Implementation
Schedule with an established cutover date.
Control station installations shall be performed by qualified personnel at the locations specified
by the County. The County must approve final placement of all equipment, cable routing, and
antenna mounting configurations. All installation activity shall be conducted under the
supervision of the County's personnel.
These installations shall include all required materials and services to provide professional,
complete, and ready-to-operate equipment.
COOKE COUNTY
Proposal Specifications Aggregates Page 58
The selected Vendor shall install the system, equipment, and associated support devices without
any interruptions to the ongoing operations unless a planned interruption is specifically agreed
upon by the County.
All equipment installations shall utilize best industry practices for radio frequency equipment.
The Vendor shall furnish and install lightning and AC surge protection at all radio base stations
and control equipment locations. Each antenna supplied for this system shall incorporate
lightning protection. All antenna transmission lines shall be grounded 1.) at the antenna base,
2.) at the base of the antenna tower, if applicable, and 3.) at the point of entry to the shelter or
building that houses the system equipment.
The electrical service for all system equipment shall be protected by transient voltage surge
protection devices. All equipment cabinets and/or racks shall be connected to site ground with
#2 AWG solid copper conductors. The grounding wire for the cabinet shall be attached to the
equipment rail with a star washer. All equipment cabinets within the same room shall be
connected with their grounding line at the site's single-point grounding plate. This site
grounding plate shall have low impedance, less than 5 ohms, to earth ground.
All interconnecting wiring shall originate/terminate at telephone type punch blocks. All punch
block connections shall be made via bridging clips. Complete point-to-point wiring drawings
shall be made and incorporated into the as-built system documentation.
5.3 System Acceptance
5.3.1 Testing
Upon completion of the system installation, and before final acceptance by the County, the
Vendor shall perform the following tests and submit the results to the County, in writing:
A. On-site inspection of completed system installation, with all deficiencies
corrected
B. Equipment tests and verification of equipment performance
C. Formal demonstration of operational system features as described herein
COOKE COUNTY
Proposal Specifications Aggregates Page 59
D. Coverage verification test
E. Thirty-day performance and stability test
Detailed test procedures for each of the system tests shall be submitted for approval to the
County at least thirty (30) days before each test is scheduled to be performed. The County will
approve, conditionally approve, or reject the test plan within fourteen (14) days of submittal.
All tests shall be monitored by the County and will not be considered valid tests unless the test
plan has received prior approval and the tests are monitored by the County or its designated
agent. The County reserves the right to disapprove any tests or test results which do not
conform with agreed upon procedures and pass/fail criteria. If disapproved, it shall be the sole
responsibility of Vendor to modify, correct, or repeat any such disapproved tests or test results
to the satisfaction of the County and at no cost to the County.
All tests, excluding the 30-day performance test, shall be coordinated in advance with the
County and shall be conducted during normal working hours, Monday through Friday, from 8:00
A.M. to 5:00 P.M.
5.3.2 System Installation Compliance
The purpose of this test is to determine completion of system installation and to verify system
operability.
Vendor shall conduct an on-site inspection of all system facilities with the County prior to formal
acceptance by the County. This inspection shall demonstrate that all system components have
been delivered and installed at their proper location. The inspection shall demonstrate that all
mechanical installation requirements have been completed and all equipment has been
properly connected to electrical service, properly grounded, and all signal, coaxial, and data
cables have been properly connected to the equipment. As-built documentation shall be
supplied prior to requesting Final System Acceptance.
COOKE COUNTY
Proposal Specifications Aggregates Page 60
5.3.3 Equipment Tests
All performance parameters for the equipment supplied shall be tested and documented to
confirm that the equipment and performance specifications are met. Equipment tests include
but are not limited to:
Frequency error
Transmitter output power
Combiner output power
Modulation fidelity
Receive antenna system optimization
Receiver sensitivity
Effective sensitivity
Transmit-to-receive isolation
Antenna system components shall be tested prior to (or upon installation) and verified after
completion of installation.
5.3.3 System Operational Tests
The system shall undergo a complete operational test to demonstrate all system features and
functions including but not limited to:
P25 Required Features and Functions
Relevant P25 Standard Options
Propriety Features and Functions (if any)
Console Features and Functions
Failover and fault recovery
Networking performance
5.3.3 Coverage Verification Tests
The Vendor shall propose a coverage verification testing methodology which is sufficient to
demonstrate compliance with their coverage guarantee. As described in §3.4 Coverage
COOKE COUNTY
Proposal Specifications Aggregates Page 61
Requirements, the testing methodology should be consistent with TIA/EIA TSB-88 methods and
should produce repeatable and statically significant results. Details concerning the Coverage
Verification Test process and procedures will be agreed upon prior to execution of the Contract.
If the Coverage Verification Tests reveals that the coverage requirements have not been
satisfied, the Vendor will be responsible for performing necessary system
modifications/enhancements at no cost to the County.
5.3.4 Thirty-Day Performance Test
Following successful competition of all other testing and demonstrations, the system shall
undergo a successful 30-day performance test under full operational load without a major fixed-
equipment failure. Vendor will specifically authorize, in writing, the County to operate the
system during this 30-day performance test period without voiding or violating any provisions of
the Contract and without being considered in beneficial use of the system.
All existing equipment reprogramming and/or reconfiguration performed by Vendor under this
procurement shall be completed prior to the initiation of the 30-day performance test in order
that the test can be conducted under full operational load.
During the 30-day performance test, the County may operate the system in any mode desired
and perform any operational, control, or modification function within the normal operational
limits of the system. Vendor will not adjust or make repairs to the system during the
performance test period without stopping the 30-day test. For the duration of 30-day
performance test period, no major system failures may occur. A major system failure is defined
as any failure which reduces the availability of the system, or part thereof, including reduction in
performance and failure of equipment. Major failures include:
Simulcast Control Failures:
Any system conditions which cause the simulcast timing, simulcast distribution, or
receiver voting system(s) to cease normal operations or fail to perform correct
commands will be considered a major system failure. Any failure event which causes the
system to revert to a non-simulcast mode shall be classified as a Major Failure.
COOKE COUNTY
Proposal Specifications Aggregates Page 62
Base Station Failures:
If three or more base station transmitters or receivers simultaneously fail or are
inoperable for any reason a major failure will be deemed to have occurred. A failure of
up to two base stations is not considered a major system failure, unless the problem
cannot be corrected within 24 hours.
If at any time during the 30-day test period, four base station transmitters or
receiver failures (regardless of frequency or location) have occurred, although
only less than three were inoperative at a time, a major failure will be deemed
to have occurred and the 30-day performance test will be stopped.
In the event of a major failure, the test will be stopped, the fault shall be corrected, the County
shall be notified of the nature of the failure and all corrective action taken, and a new 30-day
performance test period shall begin. After three unsuccessful attempts, Vendor will be
considered in default of the contract. If the 30-day operational test cannot be successfully
completed within 120 days after the equipment installation, system test, and verification,
Vendor may be deemed in default of the contract. Upon default, the County may, at its option:
1. enforce the provisions of the performance bond;
2. reject the system and require Vendor to refund monies paid to Vendor to date by the
County; or
3. enforce any other remedy available under law.
Following successful completion of all testing, the system shall be considered accepted.
5.4 Documentation
Vendor shall supply, with system delivery, complete system documentation including equipment
maintenance and operations manuals. This documentation shall include all project-specific and
pertinent plans, wiring lists, operating instructions, parts lists, system block and level diagrams, circuit
schematic diagrams, alignment and calibration procedures, printed circuit board layouts, maintenance
charts and tables, and a listing of all equipment and devices required to test and certify the complete
system. As-built documentation must be supplied a minimum of 30 days prior to overall system
COOKE COUNTY
Proposal Specifications Aggregates Page 63
acceptance. All fixed sites must have an operations/maintenance manual and as-built documentation at
the site covering all electronic equipment installed at the site. Vendor shall also provide brochures and
technical specification sheets for all other products furnished. In addition, three sets of documentation
and manuals shall be supplied to the County.
5.5 Training
Vendor shall provide formal system training for the County’s operational, training, and management
personnel. This training shall provide the County’s staff with a working knowledge of the system
operation and hands-on system experience.
All training shall occur immediately prior to the 30-day test and acceptance of the system and shall be
conducted at the mutual convenience of Vendor and the County. The Vendor shall describe the
proposed training programs for:
1. Dispatch personnel
2. County's Training Staff
3. Systems Management Staff
4. Any off-site training required or recommended
The proposed training program shall thoroughly address the radio system furnished. The training
program description shall include Vendor's training staff, training methodology, documentation,
schedules, curriculum, and media used. Training expense, if any, shall be separately listed for each of the
training programs requested above.
The Vendor’s proposal shall assume that all console training will be performed in Cooke County utilizing
the console equipment provided under this procurement. The County is proposing a “train the trainer”
approach for up to 3 staff members, which will be trained as a group. The Vendor’s proposal should
include a description of the proposed console training program.
COOKE COUNTY
Proposal Specifications Aggregates Page 64
5.6 Final Cleaning & Equipment Removal/Disposal
Prior to requesting Final Acceptance, Vendor shall clean the work areas to the satisfaction of the County.
The final cleaning includes the removal of all non-permanent protection materials from labels and glass
surfaces, polish glass, clean exposed finishes, touch up minor finish damage, clean or replace filters of
mechanical systems, remove packing materials and debris, and any other cleaning or repairs necessary
to return the work areas to an acceptable condition.
At the time of the contract negotiations the County will define the scope of the equipment removal and
disposal associated with this project. The Vendor will provide a price for these services after the scope
has been agreed upon and all site locations have been inspected by the Vendor. These services may
include the removal of radio equipment, cables, transmission lines, antenna systems and mounting
hardware, batteries, etc. that are identified by the County for removal and disposal. The Vendor shall
provide these services in compliance with all applicable environmental and safety regulations. The
ownership of all removed materials will be transferred to the Vendor at the time of removal/disposal.
5.7 Initial Warranty and Maintenance
The County requires that each Vendor’s Proposal will include at a minimum a one (1) year warranty and
one (1) full year of maintenance for all purchased/delivered equipment and parts so that they are
warranted and maintained for a period of one (1) year against defects in design, materials and
workmanship. If the Vendor’s equipment is covered by a manufacturer’s warranty in excess of one (1)
year, the length of the included warranty term shall be clearly specified in the Vendor’s Proposal. Any
and all restrictions and/or limitations to warranty coverage should be clearly defined in the Vendor’s
Proposal.
The 1st year warranty and the maintenance periods shall begin upon formal acceptance of the system as
specified in the section above. This Initial Warranty and Maintenance service shall be provided on a 24-
hour day, 365-day a year basis with a response time not to exceed four hours. The Vendor’s warranty
shall warrant and guarantee further that the equipment furnished hereunder is of good workmanship
and materials and that the same is properly designed, operable and equipped for the proposed use by
the County and is in strict conformity with the equipment and performance specifications and the
applicable contract documents. Vendor shall be responsible for any needed warranty actions including
COOKE COUNTY
Proposal Specifications Aggregates Page 65
all parts and labor, travel and all other expenses required to deliver a whole and operational system as
described in the RFP. The Vendor shall state the procedure and methodology for obtaining system
repairs during the warranty coverage period.
During contract negotiations the Vendor may be asked to provide a cost quotation for maintenance of
certain retained user equipment (if applicable) to cover the period during the new system warranty. The
Vendor will be provided (if applicable) with a list of all equipment to be covered under this provision and
the Vendor will be given an opportunity to inspect the equipment. After expiration of the new system
warranty period, all equipment (new and retained) will be covered (at the option of the County) by a
separate Maintenance / Extended Support agreement.
5.8 Maintenance / Extended Support
The Vendor shall provide in its Proposal an optional Maintenance Service Contract (including parts,
labor, and software maintenance) for the system and all equipment provided under this procurement to
extend for five-year periods following the Initial Warranty Period. A minimum of two five-year periods
(total of 10 years of extended maintenance/support) shall be offered. Where the Vendor proposes to
secure a separate service agreement for specified system components, it shall enter a separate line
showing the price estimate for such service. Any and all restrictions and/or limitations to the pricing
provided for the extended maintenance support should be clearly defined in the Vendor’s Proposal.
These restrictions and/or limitations could include, but are not limited to, deductibles, service call costs,
response times, after hour response, etc.
For hardware maintenance, the Vendor must include a proposed maintenance contract. For software
maintenance, the Vendor must describe the availability of routine technical support, after-hours
emergency support, and their policy for providing software upgrades and enhancements. All required
software maintenance contracts must be included for review.
All recurring costs which may exist in addition to hardware and software maintenance shall be included
in the optional Maintenance Service Contract. Recurring costs are to include any annual licensing fees,
or other fees, associated with the system other than normal operational expenses and supplies. During
contract negotiations the Vendor may be asked to adjust the pricing and terms of this
maintenance/extended support to cover certain retained user equipment (if applicable). The Vendor will
COOKE COUNTY
Proposal Specifications Aggregates Page 66
be provided with a list of all retained equipment to be added under this agreement and an opportunity
to inspect the equipment.
COOKE COUNTY
Proposal Specifications Aggregates Page 67
COOKE COUNTY AUDITOR COOKE COUNTY COURTHOUSE
101 SO. DIXON STREET
GAINESVILLE, TEXAS 76240
PHONE: 940-668-5431 - FAX: 940-668-5442
Request for Proposal
By order of the Commissioners’ Court of Cooke County, Texas, the County Auditor will receive
sealed RFPs until 4:00 P.M., Monday, July 1, 2019, for Public Safety Radio System for
payment have been provided through the Cooke County budget approved by the Commissioners’
Court for the fiscal year. Complete RFP specifications are available at the Cooke County
Auditor’s Office or on Cooke County’s website: www.co.cooke.tx.us. Sealed RFPs must be
addressed to Cooke County Auditor’s Office, 101 South Dixon St., Gainesville, Texas 76240. No
electronic bids will be accepted. Sealed RFPs must be in the office of the County Auditor on or
before 4:00 p.m. on Monday July 1, 2019, in an envelope plainly marked “RFQ-FY19-02-Public
Safety Radio System”. Proposals will be opened in the Cooke County Commissioners Courtroom
located at 101 South Dixon St., Gainesville, Texas, 76240, on Monday, July 1, 2019 at 4:00 p.m.
Cooke County reserves the right to reject any and all bids.
ATTENTION: CLASSIFIEDS
BILL TO: COOKE COUNTY
Auditor Office
NOTICE TO PUBLISHER: please publish in your issue on Friday, April 12, 2019 and Friday, April 19,
2019. A copy of this notice and the publisher’s affidavit must accompany the invoice when presented
for payment.
NEWSPAPER: Gainesville Daily Register
DATE: April 9, 2019