Loading...
HomeMy WebLinkAboutContract 32277 CITY SECRETARY CONTRACT NO. a"�79 PROFESSIONAL SERVICES AGREEMENT This PROFESSIONAL SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH (the "City"), a home rule municipal corporation situated in portions of Tarrant, Denton and Wise Counties, Texas, acting by and through Richard Zavala, its duly authorized Assistant City Manager, and SUPERIOR FIBER & ATA SERVICES ("Consultant") a Tjxas corporation, acting by and through , its duly authorized r e�c X f- 1. 1. SCOPE OF SERVICES. Consultant hereby agrees to provide the City with professional consulting services for the purpose of providing structured cable and fiber optic installations. Attached hereto and incorporated for all purposes incident to this Agreement is Exhibit A describing the Scope of Services. 2. TERM. This Agreement shall commence upon the date that both the City and Consultant have executed this Agreement ("Effective Date") and shall expire on August 3, 2006, unless terminated earlier in accordance with the provisions of this Agreement. The City shall have the option to renew this Agreement for three additional one year terms. The City shall provide Consultant with thirty(30)days written notice of its intention to renew this Agreement. 3. COMPENSATION. The City shall pay Consultant per the terms of individual executed work order in accordance with Exhibit B, "Pricing per Drop," which is attached hereto and incorporated for all purposes incidents to this Agreement. Consultant shall not perform any additional services for the City not specified by this Agreement unless the City requests and approves in writing the additional costs for such services. The City shall not be liable for any additional expenses of Consultant not specified by this Agreement unless the City first approves such expenses in writing. 4. TERMINATION. 4.1. Written Notice. The City or Consultant may terminate this Agreement at any time and for any reason by providing the other party with 30 days written notice of termination. 4.2 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by the City in any fiscal period for any payments due hereunder, City will notify Consultant of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to the City of any kind whatsoever, except as to the portions of the payments herein agree r—which - �I�l'� AUG°r funds shall be been appropriated. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, the City shall pay Consultant for services actually rendered as of the effective date of termination and Consultant shall continue to provide the City with services requested by the City and in accordance with this Agreement up to the effective date of termination. 5. DISCLOSURE OF CONFLICTS AND CONFIDENTIAL INFORMATION. Consultant hereby warrants to the City that Consultant has made full disclosure in writing of any existing or potential conflicts of interest related to Consultant's services and proposed services with respect to the Scope of Services. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Consultant hereby agrees immediately to make full disclosure to the City in writing. Consultant, for itself and its officers, agents and employees, further agrees that it shall treat all information provided to it by the City as confidential and shall not disclose any such information to a third party without the prior written approval of the City. Consultant understands and acknowledges that the City is a public entity under the laws of the State of Texas, and as such, all documents and data held by the City are subject to disclosure under Chapter 552 of the Texas Government Code, the Texas Public Information Act (the "Act"). If the City is required to disclose any documents that may reveal any Consultant proprietary information to third parties under the Act, or by any other legal process, law, rule or judicial order by a court of competent jurisdiction, the City will utilize its best efforts to notify Consultant prior to disclosure of such documents. The City shall not be liable or responsible in any way for the disclosure of information not clearly marked as "Proprietary / Confidential Information" or if disclosure is required by the Act or any other applicable law or court order. In the event there is a request such information, it will be the responsibility of Consultant to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by the City, but by the Office of the Attorney General of the State of Texas. 6. RIGHT TO AUDIT. Consultant agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records of the consultant involving transactions relating to this Contract. Consultant agrees that the City shall have access during normal working hours to all necessary Consultant facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give Consultant reasonable advance notice of intended audits. Consultant further agrees to include in all its subcontractor agreements hereunder a provision to the effect that the subcontractor agrees that the City shall, until expiration of three (3) years after final payment of the subcontract, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records of suc,n n \! 1 x'11 it l 1 subcontractor involving transactions related to the subcontract, and further that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this paragraph. City shall give subcontractor reasonable notice of intended audits. 7. INDEPENDENT CONTRACTOR. It is expressly understood and agreed that Consultant shall operate as an independent contractor as to all rights and privileges granted herein, and not as agent, representative or employee of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Consultant shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractors and subcontractors. Consultant acknowledges that the doctrine of respondeat superior shall not apply as between the City, its officers, agents, servants and employees, and Consultant, its officers, agents, employees, servants, contractors and subcontractors. Consultant further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Consultant. 8. LIABILITY AND INDEMNIFICATION. CONSULTANT SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE ANDIOR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF CONSULTANT, ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES. CONSULTANT COVENANTS AND AGREES TO, AND DOES HEREBY, INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR LAWSUITS FOR EITHER PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO CONSULTANT'S BUSINESS AND ANY RESULTING LOST PROFITS) ANDIOR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF CONSULTANT, ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES. 9. ASSIGNMENT AND SUBCONTRACTING. Consultant shall not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of the City. If the City grants such consent, the assignee or subcontractor shall execute a written agreement with the City under which the assignee or subcontractor agrees to be bound by the duties and obligations of Consultant under this Agreement. 10. INSURANCE. Consultant shall provide the City with certificate(s) of insurance documenting policies of the following minimum coverage limits that are to be in effect prior to commencement of any work pursuant to this Agreement: 10.1 Coverage and Limits Commercial General Liability $1,000,000 Each Occurrence $1,000,000 Aggregate Automobile Liability $1,000,000 Each accident on a combined single limit basis or $250,000 Property damage $500,000 Bodily injury per person per occurrence Coverage shall be on any vehicle used by the Consultant, its employees, agents, representatives in the course of the providing services under this Agreement. "Any vehicle" shall be any vehicle owned, hired and non- owned Worker's Compensation Statutory limits Employer's liability $100,000 Each accident/occurrence $100,000 Disease - per each employee $500,000 Disease - policy limit This coverage may be written as follows: Workers' Compensation and Employers' Liability coverage with limits consistent with statutory benefits outlined in the Texas workers' Compensation Act (Art. 8308 — 1.01 et seq. Tex. Rev. Civ. Stat.) and minimum policy limits for Employers' Liability of $100,000 each accident/occurrence, $500,000 bodily injury disease policy limit and $100,000 per disease per employee 10.2 Certificates. Certificates of Insurance evidencing that the Consultant has obtained all required insurance shall be delivered to the City prior to Consultant proceeding with any work pursuant to this Agreement. All policies shall be endorsed to name the City as an additional insured thereon, as its interests may appear. The term City shall include its employees, officers, officials, agent, and volunteers in respect to the contracted services. Any failure on the part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirement. A minimum of thirty (30 ) days notice of cancellation or reduction in limits of coverage shall be provided to the City. Ten (10) days notice shall be acceptable in the event of non-payment of premium. Such terms -shall be �Vim ���,�� } endorsed onto Consultant's insurance policies. Notice shall be sent to the Risk Manager, City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102, with copies to the City Attorney at the same address. 11. COMPLIANCE WITH LAWS, ORDINANCES, RULES AND REGULATIONS. Consultant agrees to comply with all applicable federal, state and local laws, ordinances, rules and regulations. If the City notifies Consultant of any violation of such laws, ordinances, rules or regulations, Consultant shall immediately desist from and correct the violation. 12. NON-DISCRIMINATION COVENANT. Consultant, for itself, its personal representatives, assigns, subcontractors and successors in interest, as part of the consideration herein, agrees that in the performance of Consultant's duties and obligations hereunder, it shall not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. If any claim arises from an alleged violation of this non-discrimination covenant by Consultant, its personal representatives, assigns, subcontractors or successors in interest, Consultant agrees to assume such liability and to indemnify and defend the City and hold the City harmless from such claim. 13. NOTICES. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or (3) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: To THE CITY: To CONSULTANT: City of Fort Worth/IT Solutions Superior Fiber& Data Services 1000 Throckmorton 10875 Shady Trail, Suite 103 Fort Worth TX 76102-6311 Dallas TX 75220 Facsimile: (817) 392-8654 Facsimile: (214) 357-0705 14. SOLICITATION OF EMPLOYEES. Neither the City nor Consultant shall, during the term of this agreement and additionally a period of one year after its termination, solicit for employment or employ, whether as employee or independent contractor, any person who is or has been employed by the other during the term of this agreement, without the prior written consent of the person's employer. 15. GOVERNMENTAL POWERS. It is understood and agreed that by execution of this Agreement, the City does not waive or surrender any of its governmental powers. c-117y, t 16. NO WAIVER. The failure of the City or Consultant to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of the City's or Consultant's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. CONSTRUCTION. This Agreement shall be construed in accordance with the internal laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought on the basis of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 18. SEVERABILITY. If any provision of this Agreement is held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired. 19. FORCE MAJEURE. The City and Consultant shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control (force majeure), including, but not limited to, compliance with any government law, ordinance or regulation, acts of God, acts of the public enemy, fires, strikes, lockouts, natural disasters, wars, riots, material or labor restrictions by any governmental authority, transportation problems and/or any other similar causes. 20. HEADINGS NOT CONTROLLING. Headings and titles used in this Agreement are for reference purposes only and shall not be deemed a part of this Agreement. 20. REVIEW OF COUNSEL. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party shall not be employed in the interpretation of this Agreement or exhibits hereto. 21. ENTIRETY OF AGREEMENT. This Agreement, including the schedule of exhibits attached hereto and any documents incorporated herein by reference, contains the entire understanding and agreement between the City and Consultant, their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. 6 IN v'i T NESS WHEREOF the parties hereto have executed this Agreement in multiples this � 6. .day of Ili 200- . CITY OF FORT WORTH: SUPERIOR FIBER & DATA SERVICES By: By: 1 A 4sPsistant=CityManagper �- (name) (title) pjt�� ATTEST: ATTEST: By: By: City Secreta �/�� rest en7-_ ops Aj5 APPROVED AS TO FORM AND LEGALITY: B . Assistan City Attorney M&C: I'D [ I 0 1,O EXHIBIT A SCOPE OF SERVICES 1.0 Installation Services 1.1 System Installation Services A. Install fiber optic cable and/or structured cable. B. Form, splice, trim, and support all required fiber/structured cable splices and terminations. C. Test and prove that all fiber/structured cable operate properly. D. Provide and install racks, cable ladders, light interface units (LIU) and any other require support structures E. Label all terminations with labels specifically designed to fit and properly adhere to LIU's. F. Provide detailed documentation (detailed drawings and/or blue prints) accurately identifying all splice locations, termination locations and test results. G. Formulate and write any other information necessary. H. Shall provide all necessary tools, hardware, and test equipment needed to install, label, test, and document the cabling system. I. The installation of the voice and data communications system by the contractor will not be considered complete until all cables and components described in the specifications are installed, labeled, and tested, and until documentation is delivered according to the specifications. Furthermore, the cabling system will not be considered to be complete until there has been a successful inspection by the client without any corrections required by the contractor. 1.2 Installer Personnel Certification A. The Vendor shall provide manufactured-certified installation personnel. B. The vendor shall provide verification of vendor certifications from Corning and or all other Fiber Optic cabling systems manufacturers. c, D,, .Y C. The vendor shall provide verification of vendor certifications from The Siemons Company and some or all other Structured Cabling Systems manufacturers. D. All certifications shall be kept up to date and copy submitted to City of Fort Worth for contract file. 1.3 Testing and Acceptance A. Pre-Installation Testing For the purpose of this RFP, pre-installation testing refers to the activities involved in testing the provided fiber to verify that it will operate correctly before the actual installation of the cable. B. Acceptance Testing Acceptance testing refers to testing monitored by the City to verify the proper operation of the City's fiber and/or cable systems as a consequence of installation, splicing and termination activities. The installer must give City notification and access to both the acceptance testing process and the data and to any analysis of the acceptance test results. The installer must make the results of the acceptance test available to the City. The Installer must retain copies of those test results throughout the term of its contract. The Installer must answer questions raised by the City, and must correct any deficiencies identified during the acceptance-testing period. The fiber and or cable shall be fully tested by the Installer immediately after the installation period. The Installer must notify the City in writing when it is ready to begin acceptance testing. Test results shall meet or exceeds standard published specifications. The Installer satisfactory completes and submits all labeling and documentation as required. If the acceptance tests reveal problems related to performance, the Installer must isolate and eliminate those problems. C. Test Equipment 1. Copper cable will be tested with CAT6 test equipment. The CAT6 test equipment shall meet TIA/EIA Standards. Results shall be provided in a Word/Excel format for City records. 2. Fiber optic multimode will be tested with Power Meter. The test equipment shall meet TIA/EIA Standards Power Meter and light source. Results shall be provided in a Word/Excel format for City records. v � 11 9��C61D 111,11�De 17 2 3. All fiber optic single modes will be tested with an OTDR. Results shall be provided in a Word/Excel format for City records. 1.4 Installation A. Drawings Before installation begins, the Installer must submit drawings that depict all splices, termination points, and support structures. The City must approve the drawings before the installation can begin. B. Inspections The Installer's work shall be subject to scrutiny and approval of the City. If notified that any installation has been found to be incomplete, unsafe, or otherwise unsatisfactory (in the judgment of the City), the Installer must, upon notice, immediately correct those discrepancies or deficiencies at its own expense. The Installer must adhere to manufacturers' suggested installation procedures to ensure that any warranties are valid. C. Standards and Practices Where materials or workmanship are specified to conform to a national standard, the Installer must submit proof of conformance before acceptance. The following lists acceptable compliances: ANSI American National Standards Institute CFR Code of Federal Regulations EIA Electronic Industries Alliance EPA Environmental Protection Agency FCC Federal Communications Commission IEC International Electronics Commission IEEE Institution of Electrical and Electronic Engineers IETF Internet Engineering Taskforce ITU International Telecommunications Union MEC Electromagnetic Compatibility NEC National Electric Code NTONC National Transparent Optical Network Consortium TIA Telecommunications Industry Association UL Underwriters Laboratory VCCI Voluntary Control Council for Information Technology E ui ment 3 D. Cleanup At no cost to the City, the Installer must remove all debris and excess material resulting from installation or maintenance. When work is completed, the Installer must leave the premises clean and in good order. E. Access The City will furnish reasonable access to the premises for the installation and/or maintenance of equipment F. Documentation Documentation provided to the City shall be in both paper and electronic format. Only one copy of the electronic version is required. The format of the electronic version shall be appropriate to the type of the document required. The City's preference is Microsoft Word, Excel or Visio. 1.5 Conduit and Cable Bends as Currently Installed A. In the case that wall mount raceway is used, leave 50% of the raceway empty. It is to be expected that some conduits will be filled up to 75% capacity due to the limited diameters of certain pathways. Otherwise, all conduit diameters must comply with the cable quantity limitations as per the following table. Conduit Wire OD of Cable Diameter Trade Size ,19 .24 .31 .37 .5 1 0 0 0 .75 5 3 2 1 1 8 6 3 2 1.25 14 10 4 3 1.5 18 10 4 3 2 26 20 12 7 2.5 40 30 13 12 3 60 40 20 17 3.5 22 4 30 Number of Cables per Conduit B. All conduit bend radii must comply with the following table: Scenario Bend of Radius <2 inches 6 x internal diameter of conduit >_2 inches 10 x internal diameter of conduit Fiber Pull 10 x internal diameter of conduit 4 C. No section of conduit shall be longer than 100 feet or contain more than two 90" bends between pull points or pull boxes. D. Any single conduit run extending from the wiring closet shall not serve more than three outlets. E. Areas above suspended ceilings will be considered "return air plenum". (If you are running the cables "bare"on cable trays, specify that the cables be `plenum rated,"meaning that they are coated with Teflon to prevent the emission of noxious fumes during a fire.) F. Neatness in cabling, ensuring that all cables are hidden from open view or run in wall-mounted raceway, is mandatory. Cables will not be stapled to walls, abutments, supports, or any other objects. Concurrent data cables runs will be bundled together neatly and loosely. G. Cable entrance paths, or conduit runs, will be recorded electronically as per the manufacturer's specification and the connection joints will be centered between the vertical standard brackets. H. All wall-mount raceway will be run parallel to the floor and will be mounted at the minimum acceptable distance from the floor. 1.6 Telecommunications Outlets and Connectors A. Drop Cable Specifications 1. All drop and patch cables should not exceed 20 feet. 2. The total length of the drop and patch cables shall be no more than 25 feet. All patch and drop cables will be Category 6 rated. 3. When testing for certification, drop cables and patch cables will be used in place of the cables supplied with the testing equipment. B. Connector Specifications 1. Each four pair 24 AWG, Category 6 cable will be terminated in an 8-pin, modular jack at the work area. These connectors shall be 100 ohm. UTP outlets that meet all criteria listed in EIA/TIA 570 (131.2) and EIA/TIA-TSB-31 (131.37), and EIA/TIA 568, sections 12.2.5 and 12.2.6. 2. The pin/pair assignments shall be according to the 568A designation with applicable color code combinations. These. u pin/pair assignment are compatible with ISDN BRI (ISO 8877), Ref. B1.24 3. We are requesting that each drop have a MOD-TAP flush-mounted or box jack face plate installed for voice and data. In most instances, jacks will contain RJ-45 jacks or blanks. For all fiber to the desktop installations, MTRJ connectors will be implemented. 1.7 Wiring Description for CAT5 Horizontal Cabling A. All cables with a run length of 295 feet or less shall consist of 24 AWG thermoplastic insulted conductors formed into four twisted pairs and enclosed by a thermoplastic jacket. If the cable is to be plenum-rated, it must be covered with a Teflon fire retardant for plenum (CMP) rating. All cables over 295 feet will be 62.5/125um 6 stranded optical fiber. B. The Wire OD of the UTP copper cable shall be no more than .21. The Wire OD of the six-stranded fiber cable shall be no more than .50 trade size. C. The pair assembly shall meet the color code according to EIA/TIA 568, section 10.2.1.1.3. D. All wires must be bent tightly or kinked at the jack or elsewhere, or bent more than 6 x OD of the cable. E. Cables will be tested once installed, and shall perform better than the minimum requirements outlined in EIA/TIA 568A-section 10 of UTP copper and section 12 for Fiber. A serial download of the test files will be provided to the City of Fort Worth. F. After the serial download has been provided, spot checks in each building will be performed by the City of Fort Worth. G. If any cable fails to meet the specified requirements during testing measurements or conflict with the contractor's test results, the cable will be completely rerun at the installer's expense. H. The lengths of cables will be recorded using cable test equipment. All excess cable shall be returned to the installer. NN ,OO 1.8 Electrical Considerations A. All wires must be run as per the following table: Condrtion c2 kVA f - kVA` >5°kVA Unshielded power lines or electrical 5 inches 12 inches 24 inches equipment in proximity to open nonmetal pathways Unshielded power lines or electrical 2.5 inches 6 inches 12 inches equipment in proximity to a grounded metal conduit pathway Power lines enclosed in a grounded 3 inches 6 inches metal conduit (or equivalent shielding) in proximity to a grounded metal conduit pathway B. All wires must be run at least 6.6 feet from electromagnetic fields such as those generated by electrical motors, converters, and inverters. C. All wires must be run at least six inches from fluorescent lights. D. All wires must be run at least one foot from FAX machines and copiers. E. All concurrent wiring runs paired with electronic cabling must not exceed three feet in length. 1.9 Distribution Rack Specifications A. Equipment Racks 1. Each rack shall be allocated with no more than 200 wiring terminations. 2. Racks should have clearances of at least 30 inches to the rear, 36 inches in front, and 14 inches on the sides of access and cable dressing space. B. Grounding and Bonding 1. Cross-connect hardware for cabling should be mounted on frames that will accommodate a grounding conductor that will provide a path of low DC resistance to ground. The grounding conductor should be bonded to the same grounding system that is employed by the power service for the floor serving the same floor as the cross-connect equipment. 2. The grounding conductor shall be no less than 6 AW N in. `i!1• C. Patch Panels (Connecting Hardware) 1. The transmission properties of internally wired connecting devices shall meet or exceed the transmission performance requirements specified in EIA/TIA 568, section 12.2.6.2, interfaces included. 2. Standard telecommunications interface jacks and plugs shall meet the requirements of EIA/TIA-TSB-31, Ref 131.37. 3. Telecommunications interface jacks shall be 8-pin jacks with pin/pair assignments according to the 568A designation with applicable color code combinations. These pin/pair assignments are compatible with ISDN BRI (ISO 8877), Ref B1.24. D. Jumper Cables 1. Cross connect jumpers and patch cords shall meet or exceed the minimum performance requirements specified in EIA/TIA 568, sections 12.2.1.2.2. through 10.2.1.28 as well as section 10.2.1.2.1. 2. The use of flat, non-twisted cords is strictly prohibited. 3. The cables shall consist of a cable with a male connector at each end. RJ-45 connectors as specified in IEEE 802.3 (1013ase2), Ref 131.4. 4. Each jumper cable shall not exceed 10 feet in length. 1.10 Wiring Labels and Wire Management A. Labeling all wall jacks, cables, patch cables, and patch panel jacks is mandatory. The method for applying labels will be left to the discretion of each bidder but each bidder will supply the City of Fort Worth with a sample for approval. B. The labels themselves shall be according to the Jack ID. C. Cable conduit entrance paths will be marked on the floor plans, and following completion of the work, a blueprint will be provided to the City of Fort Worth depicting all locations and label IDs of each jack and path panel. 8 EXHIBIT B PRICING Pricing per Drop Superior Fiber&Data Services Cat 3 Cable-Installed,terminated,tested and labeled to include face plate and jack. 0-12 Drops 0-150 Feet $ 88.00 151-300 Feet _ $ 104.00 Over 300 Feet $ 111.00 13-100 Drops 0-150 Feet $ 78.00 151-300 Feet $ 94.00 Over 300 Feet $ 101.00 Over 100 Drops 0-150 Feet $ 70.00 151-300 Feet $ 88,00 Over 300 Feet $ 90.00 Cat 5e Cable-Installed, terminated,tested and labeled to include face plate and jack. Used in existing installations 0-12 Drops 0-150 Feet $ 125.00 151-300 Feet $ 145.00 Over 300 Feet 13-100 Drops 0-150 Feet $ 105,00 151-300 Feet $ 120.00 Over 300 Feet Over 100 Drops 0-150 Feet $ 100.00 151-300 Feet $ 110.00 Over 300 Feet ........ Cat 6 Cagle-Installed,terminated,tested and labeled to include face plate and jack. Used for new installations 0-12 Drops 0-150 Feet $ 155.00 151-300 Feet $ 165.00 Over 300 Feet 9 13-100 Drops 0-150 Feet $ 130.00 151-300 Feet $ 140.00 Over 300 Feet Over 100 Drops 0-150 Feet $ 115.00 151-300 Feet $ 125.00 Over 300 Feet Fiber Optic Cable—Installed,terminated,tested and labeled to include face plate and jack 0-12 Drops 0-150 Feet $ 143.28 151-300 Feet $ 201.87 Over 300 Feet $ 24.0.93 13-100 Drops 0-150 Feet $ 136.45 151-300 Feet $ 192.25 Over 300 Feet $ 229.45 Over 100 Drops 0-150 Feet $ 129.63 151-300 Feet $ 182.64 Over 300 Feet $ 227.98 Patch Panels 24 Port Cat 5e $ 122.93 48 Port Cat 5e $ 245.88 Patch Cords 3 ft RJ45 $ 4.04 5ft RJ45 $ 4.61 7ft RJ45 $ 5.06 1 Oft— 14ft RJ45 $ 6.22 ST to ST duplex Fiber Jumpers $ 25.62 SC to SC duplex Fiber Jumpers $ 38.92 ST to SC duplex Fiber Jumpers $ 37.28 Fiber Boxes 24 part $ 180.70 48 port $ 211.73 72 port 242.74 SNR 10 F4GePlate and SurfAq Mounts ,k. Single $ 1.90 Dual $ 1.90 Quad $ 1.90 Six Port $ 2.10 Connector Cat 3 $ 4.43 Cat 5e $ 4.58 Cat 6 $ 7.44 ST Fiber $ 9.76 SC Fiber $ 9.76 Labor Man- Hours $ 32.00 11 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 8/4/2005 DATE: Thursday, August 04, 2005 LOG NAME: 13P05-0016 REFERENCE NO.: **P-10197 SUBJECT: Authorize Purchase Agreements with Idex Global Services, Superior Fiber and Data Services and Advanced Connections, Inc., for the Installation of Fiber Optic and Structured Cable for the Information Technology Solutions Department RECOMMENDATION: It is recommended that the City Council: 1. Authorize purchase agreements with Idex Global Services, Superior Fiber and Data Services and Advanced Connections, Inc., for the installation of fiber optic and structured cable for the Information Technology Solutions Department (IT Solutions); and 2. Authorize the agreements to begin August 4, 2005, and expire August 3, 2006, with options to renew for three additional one-year periods. DISCUSSION: The Information Technology Solutions Department will use the purchase agreements to install network wiring and fiber optic cabling for the City's network infrastructure. The infrastructure connects individual devices such as computers and printers to networks and provides the interconnection among City facilities. Additional City facility projects require IT Solutions to address the continued need for installation of structured wiring and fiber optic cabling. The Purchasing Division issued a Request for Proposals (RFP) in April 2005, for qualified fiber optic cable installers to install, splice, terminate and test fiber optic and structured cable at City facilities. The vendors are required to use only manufacturer-certified installation personnel. Additionally, each vendor is required to fully test the installed cabling to ensure that it meets or exceeds published specifications. The RFP had four major categories for evaluation, the criteria included: 1) Pricing, 2) Vendor Experience, 3) Installation Specifications and 4) Vendor Staff Qualifications. Five vendors submitted responses to the RFP. Three of the five vendors responses were judged to be responsive to the City requirements. The number of cabling installation jobs is cyclical; therefore, the City is best served if more than one vendor is available to respond to City cabling requests. Vendors will be selected for individual jobs based on price and availability. The vendors were informed that no guarantee is made for the number of installation services that may be purchased under these agreements. Over the last year, approximately $165,000.00 has been spent for cabling installation. BID ADVERTISEMENT - The RFP was advertised in the Commercial Recorder on May 4 and 11, 2005. M/WBE - A waiver of the goal for M/WBE subcontracting requirements was requested by the Purchasing Logname: 13P05-0016 Page 1 of 2 Division and approved by the MANBE Office because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. RENEWAL OPTIONS - Each agreement may be renewed for up to three additional one-year terms at the City's option. This action does not require specific City Council approval provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term. FISCAL INFORMATIONICERTIFICATION: The Finance Director certifies that funds are available in current operating budget, as appropriated, of the participating departments. BQN\05-0016\LGS TO Fund/Account/Centers FROM Fund/Account/Centers Submitted for City Manager's Office k- Richard Zavala (Acting) (6183) Originating Department Head: .Jim Keyes (8517) Additional Information Contact: Robert Combs (8357) Pete Anderson (8781) Logname: 13P05-0016 Page 2 of 2