HomeMy WebLinkAboutContract 43383MY SECRETARY
PROFES§IONAL SERVICES AGREEMENT =IR =MO'
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 Susan Alanis, its duly
authorized Assistant City Manager, and Radcom Technologies Inc., a state of Texas incorporation
and acting by and through Richard C. Raadt, its duly authorized President, each individually referred to
as a "party" and collectively referred to as the "parties."
CONTRACT DOCUMENTS:
The Contract documents shall include the following:
1. This Agreement for Professional Services
2. Exhibit A -Statement of Work plus any amendments to the Statement of Work
3. Exhibit B - Pricing List
4, Exhibit C - Signature Verification Form
All Exhibits attached hereto are incorporated herein and made a part of this Agreement for all purposes. In
the event of any conflict between the documents, the terms and conditions of this Professional Services
Agreement shall control.
1. SCOPE OF SERVICES.
Consultant hereby agrees to provide the City with professional consulting services for the
purpose of installation of fiber optic and structured cable. Attached hereto and incorporated for all
purposes incident to this Agreement is Exhibit "A," Statement of Work, more specifically describing
the services to be provided hereunder.
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 September g, 2013 ( "Initial Term'), unless
terminated earlier in accordance with the provisions of this Agreement Following the Initial Term, this
Agreement shall be renewable at#Tzarccordan ce with the terms of the Ell contract. The City shall provide
Consultant with written notice of its Intent to renew at least thirty (30) days prior to the end of each term.
3. COMPENSATION.
The City shall pay Consultant an amount not to exceed $150,000.00 in accordance with the
provisions of this Agreement and the Payment Schedule attached as Exhibit "B," which is incorporated
for all purposes herein. 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.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
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.
Professional Services Agreement Revised October 2011
Radcom Technologies, Inc. l
0 7 -1 0-112 A.''i :4 7 1 N
4.2 Non- aovrooriation of Fund
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 fast 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 agreed upon for which funds have 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 up to 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. Upon termination of this
Agreement for any reason, Consultant shall provide the City with copies of all completed or
partially completed documents prepared under this Agreement.
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 under this Agreement. 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 shaft treat all information provided to it by the City as
confidential and shalt not disclose any such information to a third party without the prior written approval
of the City. Consultant shall store and maintain City Information in a secure manner and shall not allow
unauthorized users to access, modify, delete or otherwise corrupt City Information in any way.
Consultant shall notify the City immediately if the security or integrity of any City information has been
compromised or is believed to have been compromised.
6. RIGHT TO AUDIT.
Consultant agrees that the City shall, until the expiration of three (3) years after Final payment
under this contract, or the final conclusion of any audit commenced during the said three years, 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 at no additional cost to the
City. 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, or the final conclusion of any audit commenced during the said three years
have access to and the right to examine at reasonable times any directly pertinent books, documents,
papers and records of such 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.
T. INDEPENDENT CONTRACTOR.
It is expressly understood and agreed that Consultant shall operate as an independent
contractor as to all rights and privileges and work performed under this agreement, and not as agent,
Professional Services Agreement Revised October 2011
Radcom Technoiogies. Inc.
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 respondeaf
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. it is further understood that the City shall in no way be considered a Ca -employer or
a Joint employer of Consultant or any officers, agents, servants, employees or subcontractors of
Consultant. Neither Consultant, nor any officers, agents, servants, employees or subcontractors of
Consultant shall be entitled to any employment benefits from the City. Consultant shall be responsible
and liable for any and all payment and reporting of taxes on behalf of itself, and any of its officers,
agents. servants- employees or subcontractors.
8. LIABILITY AND INDEMNIFICATION.
A. LIABILITY - 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.
B. INDEMNIFICATION - CONSULTANT HEREBY COVENANTS AND AGREES TO INDEMNIFY,
HOLD HARMLESS AND DEFEND THE CITY, ITS OFFICERS, AGENTS, SERVANTS AND
EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR LAWSUITS OF ANY KIND OR
CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTY DAMAGE OR LOSS
jINCLUDING ALLEGED DAMAGE OR LOSS TO CONSULTANT'S BUSINESS AND ANY
RESULTING LOST PROFITS) ANDIOR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND
ALL PERSONS, 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.
C. COPYRIGHT INFRINGEMENT - Consultant agrees to defend, settle, or pay, at its own cost and
expense, any claim or action against the City for infringement of any patent, copyright, trade
secret, or similar property right arising from City's use of the software and/or documentation in
accordance with this agreement. Consultant shall have the sole right to conduct the defense of
any such claim or action and all negotiations for its settlement or compromise and to settle or
compromise any such claim, and City agrees to cooperate with it in doing so. City agrees to give
Consultant timely written notice of any such claim or action, with copies of all papers City may
receive relating thereto. If the software and/or documentation or any part thereof is held to infringe
and the use thereof is enjoined or restrained or, if as a result of a settlement or compromise, such
use is materially adversely restricted, Consultant shall, at its own expense and as City's sole
remedy, either: (a) procure for City the right to continue to use the software andlor documentation;
or (b) modify the software and/or documentation to make it non- infringing, provided that such
modification does not materially adversely affect City's authorized use of the software andlor
documentation; or (c) replace the software and /or documentation with equally suitable,
compatible, and functionally equivalent non - infringing software and/or documentation at no
additional charge to City; or jdj if none of the foregoing alternatives is reasonably available to
Consultant, terminate this agreement and refund to City the payments actually made to
Consultant under this agreement.
9. ASSIGNMENT AND SUBCONTRACTING.
Consultant Shall not assign or subcontract any of its duties, obligations or rights under this
Professional Services Agreement Revised October 201 T
Radcom Technologies, Inc. 3
Agreement without the prior written consent of the City. If the City grants consent to an assignment, the
assignee shall execute a written agreement with the City and the Consultant under which the assignee
agrees to be bound by the duties and obligations of Consultant under this Agreement. The Consultant
and Assignee shall be jointly liable for all obligations of the Consultant under this Agreement prior to the
effective date of the assignment. If the City grants consent to a subcontract, the subcontractor shalt
execute a written agreement with the Consultant referencing this Agreement under which the
subcontractor shall agree to be bound by the duties and obligations of the Consultant under this
Agreement as such duties and obligations may apply. The Consultant shall provide the City with a fully
executed copy of any such subcontract.
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:
101 Coverage and Limits
(a) Commercial General Liability
$1,000,000 Each Occurrence
$1,000,000 Aggregate
(b) Automobile Liability
$1,000,000 Each occurrence on a combined single limit basis
Coverage shall be an 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
(c) Workers Compensation - Statutory limits
Employer's liability
$100,000 Each accident/occurrence
$140,004 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 - 1.41 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
(d) Technology Liability (E &D)
$1,000,000 Each Claim Limit
51,000,000 Aggregate Limit
Coverage shall include, but not be limited to, the following:
(i) Failure to prevent unauthorized access
(ii) Unauthorized disclosure of information
(iii) Implantation of malicious code or computer virus
Professional Services Agreement Re wined Qctcher 20 1 f
Radcom Technologies, Inc. 4
(iv) Fraud, Dishonest or Intentional Acts with final adjudication language
Technology coverage may be provided through an endorsement to the Commercial General
Liability (CGL) policy, or a separate policy specific to Technology E &O. Either is acceptable if
coverage meets all other requirements. Any deductible will be the sole responsibility of the Prime
Vendor and may not exceed $50,000 without the written approval of the City. Coverage shall be
claims -made, with a retroactive or prior acts date that is on or before the effective date of this
Contract. Coverage shall be maintained for the duration of the contractual agreement and for two
{2) years following completion of services provided. An annual certificate of insurance shall be
submitted to the City to evidence coverage.
10.2 General Reauirements
(a) The commercial general liability and automobile liability policies shall name the City as an
additional insured thereon, as its interests may appear. The term City shall include its employees,
officers, officials, agents, and volunteers in respect to the contracted services.
(b) The workers' compensation policy shall include a Waiver of Subrogation (Right of Recovery) in
favor of the City of Fort Worth.
(c) 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. 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.
(d) The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. All insurers must have a minimum rating of A- VII in the current A.M. Best Key Rating
Guide, or have reasonably equivalent financial strength and solvency to the satisfaction of Risk
Management. If the rating is below that required, written approval of Risk Management is
required.
(e) Any failure on the part of the City to request required insurance documentation shall not constitute
a waiver of the insurance requirement.
(f) 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.
11. COMPLIANCE WITH LAWS, ORDINANCES, RULES AND REGULATIONS.
Consultant agrees that in the performance of its obligations hereunder, it will comply with all
applicable federal, state and local laws, ordinances, rules and regulations and that any work it produces
in connection with this agreement will also 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.
Professional Services Agreement Revised October 2411
Radcorn Technologies, Inc. 5
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:
City of Fort Worth
Attn: Susan Alanis, Assistant City Manager
1066 Throckmorton
Fort Worth TX 76102-8311
Facsimile: (817) 392 -8654
With Copy to the City Attorney
At same address
14. SOLIC TIATIQN OF EMPLOYEES.
Radcom Technologies Inc.
Attn: Richard C. Raadt
Address: 1801 Royal Lane
Dallas Texas, 75229
Facsimile: 972- 744 -2160
Neither the City nor Consultant shall, during the term of this agreement and additionally for 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.
1s. GOVERNMENTAL POWERSlIMMUN TIES
It is understood and agreed that by execution of this Agreement, the City does not waive or
surrender any of its governmental powers or immunities.
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
Consuttanrs respective right to insist upon appropriate performance or to assert any such right on any
future occasion.
17. GOVERNING LAW l VENUE.
This Agreement shall be corstrued in accordance with the laws of the State of Texas. If any
action, whether real or asserted, at law or in equity, is brought pursuant to this Agreement, venue for such
action shall tie in state courts located in Tarrant County, Texas or the United States District Court for the
Northern District of Texas, Fort Worth Division.
Professionat Services Agreement Revised October 2011
Radcom Technologies, Inc.
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, including, but not
limited to, compliance with any government Raw, 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.
2Q. HEADINGS NOT CONTROLLING.
Headings and titles used in this Agreement are for reference purposes only, shall not be deemed
a part of this Agreement, and are not intended to define or limit the scope of any provision of this
Agreement.
21. REVIEW OF COUNSEL.
The parties acknowledge that each party and its counsel have reviewed and revised this
Agreement and that the normai 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.
22. AMENDMENTS.
No amendment of this Agreement shall be binding upon a party hereto unless such amendment is
set forth in a written instrument, which is executed by an authorized representative of each party.
23. ENTIRETY gF 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.
24. COUNTERPARTS.
This Agreement may be executed in one or more counterparts and each counterpart shall, for all
purposes, be deemed an original, but all such counterparts shall together constitute one and the same
instrument.
2s. WARRANTY OF SERVICES.
Consultant warrants that its services will be of a professional quality and conform to generally
prevailing industry standards. City must give written notice of any breach of this warranty within thirty (30)
days from the date that the services are completed. In such event, at Consultant's option, Consultant
shall either (a) use commercially reasonable efforts to re- perform the services in a manner that conforms
with the warranty, or (b) refund the fees paid by the City to Consultant for the nonconforming services.
26. IMMIGRATION NATIONALITY ACT.
Professional Services Agreement Revised October 2011
Radcnm Technologies, Inc. 7
The City of Fort Worth actively supports the Immigration & Nationality Act (INA) which includes
provisions addressing employment eligibility, employment verification, and nondiscrimination. Consultant
shaft verify the identity and employment eligibility of all employees who perform work under this
Agreement. Consultant shall complete the Employment Eligibility Verification Form (1 -9), maintain
photocopies of all supporting employment eligibility and identity documentation for all employees, and
upon request, provide City with copies of all 1 -9 forms and supporting eligibility documentation for each
employee who performs work under this Agreement. Consultant shall establish appropriate procedures
and controls so that no services will be performed by any employee who is not legally eligible to perform
such services. Consultant shall provide City with a certification letter that it has complied with the
verification requirements required by this Agreement. Consultant shall indemnify City from any penalties or
liabilities due to violations of this provision. City shall have the right to immediately terminate this
Agreement for violations of this provision by Consultant,
27. INFORMAL DS PUT RE CLUTION.
Except in the event of termination pursuant to Section 4.2, if either City or Consultant has a claim,
dispute, or other matter in question for breach of duty, obligations, services rendered or any warranty that
arises under this Agreement, the parties shall first attempt to resolve the matter through this dispute
resolution process. The disputing party shall notify the other party in writing as soon as practicable after
discovering the claim, dispute, or breach. The notice shall state the nature of the dispute and list the party's
specific reasons for such dispute. Within ten (10) business days of receipt of the notice, both parties shall
commence the resolution process and make a good faith effort, either through email, mail, phone
conference, in person meetings, or other reasonable means to resolve any claim, dispute, breach or other
matter in question that may arise out of, or in connection with this Agreement. If the parties fail to resolve the
dispute within sixty (60) days of the date of receipt of the notice of the dispute, then the parties may submit
the matter to non - binding mediation in Tarrant County, Texas, upon written consent of authorized
representatives of both parties in accordance with the industry Arbitration Rules of the American Arbitration
Association or other applicable rules governing mediation then in effect. The mediator shall be agreed to by
the parties Each party shall be liable for its own expenses, including attorney's fees; however, the parties
shall share equally in the costs of the mediation. If the parties cannot resolve the dispute through mediation,
then either party shall have the right to exercise any and all remedies ava'lable under law regarding the
dispute. Notwithstanding the fact that the parties may be attempting to resolve a dispute in accordance
with this informal dispute resolution process, the parties agree to continue without delay all of their
respective duties and obligations under this Agreement not affected by the dispute. Either parry may,
before or during the exercise of the informal dispute resolution process set forth herein, apply to a court
having jurisdiction for a temporary restraining order or preliminary injunction where such relief is
necessary to protect its interests.
28. SIGNATURE AUTHORITY.
The person signing this agreement hereby warrants that he/she has the legal authority to execute
this agreement on behalf of the respective party, and that such binding authority has been granted by
proper order, resolution, ordinance or other authorization of the entity. This Agreement, and any
amendment(s) hereto, may be executed by any authorized representative of Consultant whose name, title
and signature is affixed on the Verification of Signature Authority Form, which is attached hereto as
Exhibit "C" and incorporate herein by reference. Each party is fully entitled to rely on these warranties
and representations in entering into this Agreement or any amendment hereto.
[SIGNATURE PAGE FOLLOWS}
IN WITN 5 WHEREOF, the parties hereto have executed this Agreement in multiples this �_O_ day of
20_LZZ
Professional services Agreement Revised October 2011
Radcom Technologies, Inc. 8
ACCEPTED AND AGREED:
CITY OF FORT WORTH:
By
Da
Al
By
APPROVED AS TO FORM AND LEGALITY:
i
B
Ma es is B. Farmer
Assists t City Attorney
CONTRACT AUTHOR17-ATlON:
MBC:
Date Approved:
Prufesswnal Services Agreement
Radcom Technologies, Inc.
DCOM TECHNDLDGiES INC.:
By �! t-- a�•G�r
Rich'a'rd C. Raddt
President
Date:
r /-'&
ATTEST:
OFFICIAL RECORD
CITY SECRETARY
FT. WORTHI TX
Revised October 2011
Exhibit A
Statement of Work
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.
B. Test and prove that all fiber/structured cable operate properly.
C. Install racks, cable ladders, and any other require support
structures
D. Label all terminations with labels specifically designed to fit and
properly adhere to LIU's.
E. Provide detailed documentation (Red line a City of Fort Worth provided
detailed drawing) of all splice locations and termination locations. Red
line drawing will be turned to City of Fort Worth at the completion of
project along with test results.
F. Formulate and write any other information as necessary.
G. Shall provide all necessary tools, hardware, and test equipment
needed to install, label, test, and document the cabling system.
H. The installation of the voice and data communications system by
the contractor will not be considered complete until all Gables 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 cabling with and or all other Fiber Optic cabling systems
manufacturers.
C. The vendor shall provide verification of vendor certifications from
Siemons Company cabling systems 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 in electronic form to the City within 5
working days after completion of work. The vendor must retain
copies of those test results throughout the term of its agreement
with the City of Fort Worth. 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, phone call, or an e-mail 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 ether CATSe or CATb test
equipment depending on type of cable ran. The CAT5e or
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.
3. All fiber optic single made fiber cable will be tested with an
QTDR and/or standard power meter and light source, as
requested by the City of Fort Worth. The test equipment
shall meet TDVEIA Standards Power and light source.
Results shall be provided in a Word/Excel format for City
records.
1.4 Installation
A. 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.
B. 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
I CFR
Code of Federal Regulations
EIA
Electronic Industries Alliance
EPA
Environmental Protection !Nency
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
BiCSi
Building Industry Consulting Service International
C. 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.
D. Access
The City will furnish reasonable access to the premises for the
installation and/or maintenance of equipment. All Vendor
employees and or contractors will be subject to a background and
Driver License check before being given access to city facilities.
Vendor will submit all lists of employees that will have access to
any and all city facilities at the request of the city during the term
of the agreement.
E. 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.
F. Vendor Emergency Response Time
Vendor shall respond to emergency call within 30 minutes of
receipt and be onsite Within 4 hours of receiving request for
emergency repair 24 hours a day, 7 days a week. The definition of
1.5
emergency response will be determined by the City of Fort Worth
i.e. the City of Fort Worth will make the determination of what will
be considered an emergency response request.
Conduit and Cable Bends as Currently Installed
All conduit bend radii must comply with the following table:
Scenario
Bend of Radius
<2 inches
6 x internal diameter of conduit
2!2 inches
10 x internal diameter of conduit
Fiber Pull 1
10 x internal diameter of conduit
All vendors will be responsible for the directional boring and installation of
Inside plant and outside plant conduit at the direction of the City of Fort
Worth.
A. No section of conduit shall be longer than 100 feet or contain more
than two 90" bends between pull points or pull boxes.
B. Any single conduit run extending from the wiring closet shall not
serve more than three outlets.
C. 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.
D. 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.
E. 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. Connector Specifications
1. Each four pair 24 AWG, cable will be terminated in an 8 -pin,
modular jack at the work area. These connectors shall be
100 ohm. 11TP outlets that meet all criteria listed in EIAjTiA
570 (131.2) and EIA/ -HA- TSB -31 (81.37), and EIA/TIA 558,
sections 12.2.5 and 12.2.5.
2. The pin/pair assignments shall be according to the 558A
designation with applicable color code combinations. These
pin/pair assignment are compatible with ISDN BRI (ISO
8877), Ref. 131.24
3. We are requesting that each drop have a MOD -TAP flush -
mounted or box jack face plate installed for data. In most
instances, jacks will contain RJ -45 jacks or blanks. Although
SC connectors for fiber cables are specified in the558A
standard, ST connectors will be implemented.
1.7 Wiring Description for 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 52.5/125um
5 stranded optical fiber. The City will provide all copper cable.
B. The Wire OD of the UiP copper cable shall be no more than .21.
The Wire OD of the six - stranded fber cable shall be no more than
.50 trade size. The City will provide all fiber cable.
C. The pair assembly shall meet the color code according to EIAMA
558, section 10.2.1.1.3.
D. All wires must not be bent tightly or kinked at the jack or
elsewhere, or bent more than 5 x OD of the cable.
E. Cables will be tested once installed, and shall perform better than
the minimum requirements outlined in EIAJ` IA 558A- section 10 of
UfP copper and section 12 for Fiber. A download of the test files
will be provided to the City of Fort Worth in Excel format.
F. 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.
G. The lengths of cables will be recorded using cable test equipment.
All excess cable shall be returned to the City.
1.8 Distribution Rack Specifications
A. Equipment Racks
1, Each rack shall be allocated with no more than 200 wiring
terminations.
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 b AWG.
C. Patch Panels (Connecting Hardware)
1. The transmission properties of internally wired connecting
devices shall meet or exceed the transmission performance
requirements specified in EIAMA 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 B1.37.
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 81.24.
1.9 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 lack ID.
C. Cable conduit entrance paths will be marked on the City provided
floor plans, and following completion of the work, this moor plan
will be provided to the City of Fort Worth depicting all locations and
label IDs of each jack and path panel.
EXHIBIT 6
PAYMENT SCHEDULE
Professional Services Agreement Revised October 2011
Radcom Technologies, Inc. 12
CONFIDENTIALLY PREPARED
For
The City of Fort Worth
Submitted by
Radca"t Technologies, Inc
DIR -SDD -1548
The City of Fort Worth
DIR PRICING DIR -SDD -1548
RADCOM Technologies, Inc is a 25 year old Texas Corporation. We support the entire Fort Worth and Dallas
Metroplex and surrounding cities. We specialize in the design and implementation of the voice and data wiring and
commercial telephone systems.
RADCOM understands that we will be responsible fvr the installation of customer provided CAT 6 wire,
installation of patch panels and terminations of the lain voltage wire. In addition to category 6 cable RADCOM also
understand that we will be responsible far the installation of Single & Multi mode fiber optic cable.
RADCOM understands that we will pick up all customer provided materials at the supply depot at 1515 111h Street,
Fort Worth, Texas Also our responsibilities include using our orvn tools & testers and providing miscellaneous
materials such as grounding clamps, tape, zip ties, cross connect and labels to number the station and the patch
panel end.
RADCOM understands that we will be responsible for testing or certifying all cables end to end and provide a
computer genera ted report. This tester must certi, if Cat 6 cable and be DTDR capable to test fiber optic g wire.
Radcom will always update or provide a floor plan of exact Iywlwre all cable is Ivcated fur that building. That floor
plan will remain in the building.
In addition to the implantation of lord voltage wire and /or Fiber optic cable, Radcom will handle additions, modes
and changes. The response time will be 3 to 5 business days. Requests uritl be sent to FortWortlMadc_ommet.
RADCOM is aroare of and meets the insurance requirements (Liability & Worker's comp). We request that the City
of fart Worth provide Radcom with a template so that the certificate of insurance can be provided.
Radcom has 2 certified installers that are Siemon certified and has spoke with David Seaton of Siemon to make
arrangements fvr the certification of two more technicians.
We understand that employees, either permanent or temporary will have a background check and driver license
check completed ty Radcnm or the City of Fort Worth. The reason is that employees will require access to all
facilities therefore will require picture ID issued franc The City of Fort Worth.
Radcom currently offers 24 hour emergency support. The support will be extended to the City of Forth.
DIR PRICING DIR -SDD -1548
The City of Fort Vl Mh
Travel DIR - SDD -1548
Radcom will dispatch 1 vehicle with one or two installers depending on the work that must be cvncpleted. The cost
per vehicle will be $50 to go to the warehouse where materials are waiting, sign those materials out and then proceed
to the jab site. If far some reason Radcom ends up dispatching two installers, each with their own vehicle, The City
of Fort Worth roil! only be billed far I travel charge.
if Radcom has a large install, and more titan two installers are required which means more than I vehicle will be
required, each vehicle will carry a $50 travel fee per 2 installers.
If fhe installers ruait more than 15 minutes allowed far material pickup, there will be an additional $25 per 15
minute delay.
If we are on site and additional materials are required and it is not due to a Radcom failure and Radcom must return
to pick up additional materials, there will be an additional $25 added as a secondary travel fee.
Installation of new Gat 6 Carper wiring DIR - SDD -1548
Radcom will he required to install new cable runs upon request. Each jack location will typically have 4 separate
cables pulled to each location. The price differs based on a fern items, all pricing is based at standard Monday thru-
Friday betuxen the hours of 8 am to 5 pm. Dutside of Owse 4&urs there unll be 725 % increase to pricing noted.
• Length of wire
• Ceiling file (2 'x 2' or 4'.% 2') push up file and locked or hard deck ceiling
• Height of ceiling Standard height is IQ feet or less.
• Low voltage Cat 6 wire ur Fiber optic wire.
Radcom'5 insurance carry will only allow Radcom or the City of Fort Worth to provide a rented scissors lift when
heights are in excess of 10 feet. This typically is used in a warehouse environment. The cost of this lift' is typically
$100 per day plus $50 for delivery to site and $5D for pickup from site. The operator of the lift must be in control of
his or her own movement of that vehicle.
Low voltage cat 6 cable installation D1R -5DD -1546
Assuming the standards are wilhin spec each new cable installed will be priced as follouys. The ceilings must be push
out and not Locked or hard deck (requires special quote), the freight must be 10 feet or less (lift may be req mired) and
a minimum of 4 separate cable locations. If less than 4 there will be 125% up charge.
• 150 feet or less (I cable) S 85.00
• 150 feet or less (2 cables) $ 100.00
• 150 feet or less (3 cables) $115,00
• 150 feet or less (4 cables) $140.00
Lmv voltage cat 6 cable InstailatiOn DIR- SDD -15M
Assuming the standards are within spec each new cable installed will be priced as follows. Vie ceilings Must be push
out and not locked or hard deck (requires special quote), the freight must be 10 feet or less {lift may be required) and
a n6nimum of 4 separate cable locations. If Less than 4 there will be 125% up charge. lengths greater than 250 feet
will require special quote.
• 150 to 250 feet (1 cable)
$ 95.00
• 150 to 250 feet (2 cables)
$ 125.00
■ 150 to 250 feet (3 cables)
$ 14050
• 150 to 250 feet (4 cables)
$ 175.00
Loin Voltage Wire Testing DIR -SDD -3548
Radcom will test the cable and provide a report to the city of Fort Worth upon request. Tire report will be in a Excel
or Word format, The cost to test per cable is based on the number of cables per jack, which should be 4, and it
includes the provision of a report. Since The City of Fort Worth typically use the Siemon product aruf if a 20 year
warranty front 5iemon is required, Radcom will also have to send the report to Siemon. Radcom can complete each 4
position jack, prepare the report for both the City and for Siemon in 15 minutes total with 2 men, one on each end
for $18.75 Therefore, the report will include 16 cables (4 - 4 position jacks 15 minutes each) per hour at $75 per
hour. If there are only 2 cables per jack, Radcom can complere 16 cables (8 - 2 position jacks at 15 minutes each) per
hour. All pricing is based on standard Monday thru- Friday between the hours of 8 am to 5 pm. Outside of these
hours there ruin be 125% increase to pricing noted.
Fiber installation DIR -SDD -2548
Finer cable installation is di cult to guarantee pricing of the end result. Radcom can only bid this on a time basis.
We assume that the appropriate conduit & Infer -duct or conduiI & armored fiber is supplied t►y The City of Fort
Worth. Radcom will survey what has to he done and enter a hid for the project which traditionally is more
expensive than time basis only, The survey cost will be .5100 inclusive of travel. This quoted price will stand and the
$100 will be credited if Radcom is awarded the job. The City of Fort Worth has the option to have a pre hid done or
agree to the standard labor rate.
Fiber installation continued
Radcom will do the job at standard labor rates. The rates are the standard travel charge plus time on site including
prep and install. Also the install will be completed utilizing 2 men $75 for the first man per hours and $3750 for the
second man per hour, Please note that if a third man or more Installers are required, the labor rate will be $37.50 per
hour for each installer. All pricing is based an standard Monday thru - Friday between the hours of 8 am to 5 pm.
Outside of these hours there will be 125% increase to prising noted.
The labor to splice single and multi - mode fiber will be considered the standard. Typically the individual responsible
for fiber splicing works alone. His hourly rate is $75 and overtime rate if requested Ey the City is 125% of the
standard rate.
Additions Moves & Chanzes & Removal of Existing Wirirr DIR - SDD -1548
Radcom Technologies unit handle all requests within 3 to 5 business days. If The City of Fort Worth requires the
work immediately, there will be a $100 up charge and the hourly will be 125% for all labor past 4 hours each for 2
installers. Also, a single man is typically dispatched far this type of labor. The regular time labor rate wilt he $75 for
the ratan on site. This labor will be billed in 15 minute increments. Overtime labor which is outside Monday thru
Friday 8 am to 5 pra is billed at 125% of the standard rates.
If we have 2 separate requests happening simultaneously and those 2 separate requests are at different locations,
then standard pricing wilt prevail. If 2 men are required for larger additions, moves and changes the first man is at
$75 and tfu: second man is at $3 7.50 per lour.
EmEgency Requests DIR - SDD -1548
If Radcom is requested via an afterhours repair request by calling 972.235 -8500 or 817.462.8500, the standard
Fours and travel will apply which is 125 % of normal 8 ant to 5 pm Monday thru Friday work. In addition there is a
minimum of 2 hours billed.
EXHIBIT C
VERIFICATION OF SIGNATURE AUTHORITY
Full Legal Name of Company: Radcom Technologies, Inc.
Legal Address: 1801 Royal Lane, Suite 407, Dallas, TX 75229
Services to be provided: Installation of low voltage and fiber optic cable
Execution of this Signature Verification Form ("Form ") hereby certifies that the tollowing individuals
and/or positions have the authority to legally bind the Company and to execute any agreement,
amendment or change order on behalf of Company. Such binding authority has been granted by proper
order, resolution, ordinance or other authorization of Company. The City is fully entitled to rely on the
warranty and representation set forth in this Form in entering into any agreement or amendment with
Company. Company will submit an updated Form within ten (10) business days if there are any changes
to the signatory authority. The City is entitled to rely on any current executed Form until it receives a
revised Form that has been properly executed by the Company.
Name. tq,,Ac jo
Position:P�r'���`°
Sig ature
Name:
Position:
Signature
Name:
Position:
Signature
Name:
.,l e��rnf
Sig ure of President PCEO
Other Title:
Date:
Professional Services Agreement Revised October 201 9
Radcom Technologies, Inc. 13
M&CNeriew
City Council Agenda,__ TOR7114RTH
COUNOL ACTtO1: Appnned on SM21M 2
C -25 &41 LOG NAME: 04PROFESSIONAL CABLING
DATE: 611212012 REFERENCE NO.: �`"` SERVICES
CODE: C TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: Authorize Execution of a Professional Service Agreements with Radcom Technologies Inc., and AC Cable &
Communications Inc., for the Installation of Fiber Optic and Structured Cable for the information Technology
Solutions Department Using Department of Information Resources and General Services Administration Contracts
in the Amount of $300,000,00 Annually (ALL COUNCIL_ DISTRICTS)
RECOMMENDATION:
It is recommended that the City Council authorize Professional Service Agreements with Radcom Technologies Inc., and AC Cable
& Communications Inc., for the installation of fiber optic and structured cables for the Information Technology Solutions Department
using Department of Information Resources Contract No. DIR -SOD -1548 and General Services Administration Contract No. GS-
35F -02138P in the amount of $300,000.00 annually.
DISCUSSION:
The Information Technology Solutions (IT Solutions) Department will use the Agreements to continue outsourcing the installation of
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. New facility construction projects as well!
as continued cabling requests require the IT Solutions Department to address the need for installation of structured wiring and fiber
optic cabling.
The IT Solutions Department evaluated qualified fiber optic and cabling installers having existing agreements with the Department
of Information Resources (DIR) and General Services Administration (GSA) to install, splice, terminate and test fiber optic and
structured cable at City facilities. Two vendors were determined to have met City requirements. Because the number of cabling
installation jobs is cyclical, 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 two vendors recommended by Staff are Radcom Technologies Inc., through DIR Contract No. DIR -SDD -1548 and AC Cable &
Communications Inc., through GSA Contract No. GS- 35F- 0288P. Staff anticipates spending up to $150,000.40 annually for each
agreement.
The DIR and the GSA are authorized to offer cooperative purchasing programs to state agencies, public institutions of higher
learning, public school districts and local governments. A local government that purchases goods and services under the Intertocal
Cooperation act satisfies otherwise applicable competitive bidding requirements.
MIWBE- A waiver of the goal for MIWBE subcontracting requirements was requested by IT Solutions Department and approved by
MIWBE office because the purchase of goods or services is from sources where subcontractor or supplier opportunities are
negligible.
ADMINISTRATIVE AMENDMENT — An administrative change order or increase may be made by the City Manager to each
M z4eview
Agreement for an amount up to W,000.00 and does not require specific City Council approval as long as sufficient funds have
been appropriated.
AGREEMENT TERM -- Upon City Council's approval, the Agreement with Radcom Technologies, Inc., win be effective upon
execution and expire September g, 2013 to coincide with the DIR contract.
Upon City Council's approval, the Agreement with AC Cable & Communications will be effective upon execution and expire August
18, 2014 to coincide with the GSA contract.
RENEWAL OPTIONS - These Agreements may be renewed in accordance with the terms of the OIR and GSA contracts. This
action does not require specific City Council approval provided that the City has appropriated sufficient funds to satisfy the City's
obligation during the renewal terms.
FISCAL INFORMATIONXERTIFICATiON:
The Financial Management Services Director certifies that funds are available in the current operating budget, as appropriated, of
the participating departments.
TO Fu"Acco&snt{Centers
FROM Fund/AccountlCente�s
VARIOUS FUNDS 531450 VARIOUS $300,000.00
CENTERS
Submitted for City Mamwees Difice by: Susan Alanis (8180)
Originating Departnient Head:
Additional Information Contact:
ATTACHMENTS
Peter Anderson (8781 )
Mai Tran (8858)
Barbara Hines (8W)