HomeMy WebLinkAboutContract 41420-A1City Secretary Contract No. 4 / cj :;}-0 -A /
AMENDMENT NO . 1 TO
CITY SECRETARY CONTRACT NO. 41420
PROFESSIONAL SERVICES AGREEMENT
WHEREAS, the City of Fort Worth ("City") and Scientel Wireless, LLC., a Limited
Liability Company, collectively referred to as the "parties," made and entered into City of Fort
Worth City Secretary Contract ("CSC") No. 41420, ("Agreement"); and
WHEREAS, the contract involves consulting services for the purpose of City of Fort
Worth Wireless Alcatel-Lucent Microwave upgrade; and
WHEREAS, the parties wish to amend the Agreement to change the tenn of the
maintenance services period set forth in this Amendment.
NOW THEREFORE , City and Consultant, acting herein by and through their duly
authorized representatives, enter into the following agreement:
1.
Section 13 of the Statement of Work shall be modified to read as follows: Initial Term:
The "Initial Term" of this SOW will begin on the day of the Network Acceptance and will
continue for a period of one (I) year. City of Fort Worth shall place a purchase order to cover
the entire Initial Term.
2.
All other provisions of the Agreement that are not expressly amended herein shall remain in full
force and effect.
OFFICIAL RECORD
CITY SECRETARY
Ff. woRTtl, TX
I Executed on this P day of J~nl., 2011.
J
I CITY OF FORT WORTH:
i
B~' .,J-UJ; /} ~ "'A1, , YC~lj'(
Assistant City Manager
Date: __ ?_4--t-l ............ f/ __
B(~~
Ma1eiliRFarmer
Assistant City Attorney
Contract Authorization:
M&C: c.,-a(.) ~D
Dat e Approved: \5}ct:0L I
SCIENTEL WIRELESS, LLC
By ri)QL..J5@
Nelson C. S ts
President
Date: 5 -J 5 -II
ATTEST:
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
2
M&C Review
-. Official site of the City of Fort Worth , Texas
City Council Agenda
DATE:
CODE:
COUNCIL ACTION: Approved on 1/25/2011
1/25/2011 REFERENCE NO.:
C TYPE:
**C-24680 LOG NAME:
PUBLIC
CONSENT HEARING:
04SCIENTEL
WIRELESS
NO
FORT WORTH
~
SUBJECT: Authorize the Execution of an Agreement for Equipment and Professional Services with Scientel
Wireless, LLC, Using a Houston-Galveston Area Contract for the Upgrade and Replacement of
the Microwave System Supporting the City's Public Safety Radio Communications System for
the Information Technology Solutions Department at a Cost Not to Exceed $1,023,428.00
RECOMMENDATION:
It is recommended that the City Council authorize the execution of an agreement for hardware, software
and professional services with Scientel Wireless, LLC, using a Houston-Galveston Area Contract for the
upgrade and replacement of the microwave system that supports the City's public safety radio system for
the Information Technology Solutions Department at a cost not to exceed $1,023 ,428 .00 .
DISCUSSION:
The City of Fort Worth provides and supports a radio system utilized by its own police and fire departments
as well as several other law enforcement jurisdictions external to the City. A key component of the system
is a microwave system that connects all radio transmit/receive sites and the primary and alternate dispatch
centers at Police/Fire Communications Center at 3000 West Bolt Street and City Hall.
The existing microwave system was originally installed in the mid-1990s. It is no longer supported by the
manufacturer, Alcatel-Lucent. This M&C provides for the upgrade and replacement of this system with
current generation Alcatel-Lucent hardware and software.
The enhanced capabilities of the upgraded system will help increase the reliability of the public safety radio
system, and will be a critical element as the City moves to a current generation radio system over the next
two to five years . The capabilities of the new system will enable the City to reduce the number of microwave
sites , eliminating the requirement for at least one tower as well as space within two City buildings in
downtown Fort Worth.
Staff recommends executing an agreement with Scientel Wireless, LLC, using a Houston-Galveston Area
Contract for the hardware, software and professional services required to upgrade and replace the existing
microwave system. The Texas lnterlocal Cooperation Act permits joint participation by local governments,
states, state agencies and non-profit corporations to use the Houston-Galveston Area Council (H-GAC)
Cooperative Purchasing Program . Purchases made by using H-GAC procedures satisfy otherwise
applicable competitive bidding requirements.
The IT Sourcing Initiative will have no impact on this project.
ADMINISTRATIVE CHANGE ORDER -An administrative change order or increase may be made by the
City Manager for an amount up to $50,000 .00 and does not require specific City Council approval as long
as sufficient funds have been appropriated .
http://apps.cfwnet.org/council_packet/mc_review.asp?ID=l4604&coundldate=1/25/2011 (1 of 2) [1/26/2011 8 :15 :19 AM]
M&C Review
M/WBE - A waiver of the goal for M/WBE subcontracting requirements was requested by the IT Solutions
'Department and approved by the M/WBE Office because the purchase of goods or services is from sources
where subcontracting or supplier opportunities are negligible .
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that funds are available in the current capital budget,
as appropriated, of the Information Systems 2004 Overrun Fund .
TO Fund/Account/Centers
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
FROM Fund/Account/Centers
P252 539120 041030167280 $1,023,428 .00
Karen Montgomery (6222)
Peter Anderson (8781)
Steve Streiffert (2221)
http ://apps.cfwnet.org/coundl_packet/mc_review .asp?ID =l4604&coundldate =l/25/2011 (2 of 2) [1/26/2011 8:15 :19 AM]
-.,;.. ,
CITY SECRETARY lf, 1 lf 1 CONTRACTNO . J u\0
PROFESSIONAL SERVICES AGREEMENT
This PROFESSIONAL SERVICES AGREEMENT ("Agreemenr) 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 Karen L. Montgomery, its
duly authorized Assistant City Manager. and Scientel Wireleu, LLC, a limited liability Company and
acting by and through Nelson C. Santos, its duly authorized President, each individually referred to as a
"party" and collectively referred to as the "parties .·
CONTRACT DOCUMENTS:
The Contract documents shall indude 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 -Payment Schedule
4. Exhibit C -Milestone Acceptance Form
5. Exhibit O -Network Access Agreement
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 City of Fort Worth Wireless Alcatel-Lucent Microwave upgrade (Scientel Proposal
2010326). 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 last date that both the City and Consultant have
executed this Agreement ("Effective Date") and shall continue in full force and effect for 1 Year ("Initial
Term"), unless terminated earlier in accordance with the provisions of this Agreement. Following the Initial
Term , this Agreement shall be renewable at the option of the City for 5 additional terms of one year each
(each a "Renewal Term "). 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 $1,023,438.00 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 th is Agreement
unl ess the City first approves such expenses in writing .
4. TERMINATION.
4 .1. Written Notice .
Professional Ser1iices Agreement
Sdentel \Mreleu. LLC
Page 1 of 11 Rev,S6d Se ptem ~r 29 . 2010
5.
The City or Consultant may terminate this Agreement at any time and tor any reason by
providing the other party with 30 days' 'Mitten notice of termination .
4.2 Non-aoorooriation 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 C ity of any k ind whatsoever. except as to the
portions of the payments herein agreed upon for which funds have been appropriated .
4.3 Dllties and Obligations of the Part ies.
In the event that this Agreement is terminated prior to the Expiration Date. the City
shall pay Consultant for S8fVices 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
accofdance with this Agreement up to the effective date of termination . Upon termination of
this Agreement for any reason , Consultant shall provide the C ity with copies of all completed or
partially completed documents prepared under this Agreement.
DISCLOSURE OF CONFLICTS AND CONFIDENTIAL INFORMATION.
Consultant hereby warrants to the C i ty that Consultant has made full disclosure in 'M'iting of any
existing or potential conflicts of interest related to Consultant's serv ices under th is 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 shall treat all information provided to it by the City as
confidential and shall not d isclose any such information to a th ird party without the prior 'M'itten
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 othelwise corrupt C ity Information in any way .
Consultant shall notify the C ity immediately if the security or integrity of any City information has been
compromised or is bel ieved to have been compromised .
6. RIGHT TO AUDIT.
Consultant agrees that the C ity shall, until the expiration of three (3) years after final payment
under th is contract, or the f inal conclusion of any audi t commenced during the said three years, have
access to and the right to exam ine at reasonable times any d irectly perti nent books, documents, papers
a nd records of t he consultant involv ing transactions relating to th is Contract at no additional cost to the
City . Consultant agrees tha t the C ity shall ha ve access during normal "M:>ri<ing hours to all necessary
Consultant faci l ities and shall be prov id ed adequate a nd appropria te 'M>fk space in order to eooduct
audits in compl ia nce with the prov isions of th is section . The City shall giv e Consult.ant rea sona bl e
advance notice of intended aodi ts .
Consul tant further agrees to include in all its subcontractor agreements hereunder a pro11ision
to the effect that the subcontractor agrees that the City shall , until expir ation of three (3) years after
f i nal payment of the su tx:ontract. oc the final conclusion of any audit commenced duri ng the said three
years hav e access to and the right to exa mine at reasonable tim es any d irectly pertinent books,
documents, pa pers and records of such su bcontractor involv ing transactions related to the su bcontract ,
a nd f urther that City shall have access during normal 'M>l"k ing hours to all subcontractor facil ities and
shall be prov ided adequate and appropriate 'M:)(k space in order to conduct aud i ts in compliance with
the prov isio ns of this paragraph. C ity shall g ive subcontractor reasonable notice of intended aud its .
P r <:.te,SfOOdl S8'VIUl6 Agmetrienl
S<.w-rtel WIN!les~ I L(.
P .:ige 2 cJ 11
7. 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,
representative or employee ot the City . Subject to and in acco,dance with the conditions and provisions
of this Agreement, Consultant shall have the exdusive right to control the details of its operations and
activities and be solely responsible '°' the acts and omissions of its officers. agents, servants,
employees, contract°'s and subcontractors. Consultant ackl'lO'Medges 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 °' joint enterprise
between City and Consultant. It is further understood that the City shall in no way be considered a Co-
employer or a Joint employer of Consultant or any officers, agents. servants, employees or
subcontractors of Consultant. Neither Consultant. nor any officers, agents, S8fVants, 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 ANO INDEMNIFICATION.
A. LIABILIU • CONSULT ANT SHALL BE LIABLE AND RESPONSIBLE FOR ANY ANO 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
(INCLUDING ALLEGED DAMAGE OR LOSS TO CONSULTANT'S BUSINESS AND ANY
RESULTING LOST PROFITS) ANDIOR PERSONAL INJURY, INCLUDING DEATH, TO ANY ANO
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 softwa,.. 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 ag,.... to COOJMrate with It In doing so. City ag.-... to give
Consultant timely written notice of any such claim or actiOn, with copies of all paJMrs City may
nteefve relating thereto. If the softwa,. and/or documentation or any part ttMNOf Is tt.ld to
infrino-and the use thentc>f Is enjoined or reetralned or, if aa a result of a settlement or
compromise, such use Is mabtrialty adversely reetrlcted, Consultant shall, at lta own expense
and as City's sole remedy, either. (a) procunt for City the right to continue to use the software
and/or documentatfon; or (b) modify the software and/or documentation to make It non-
infringing, provided that such modification does not matarlalty adversely affect City's authorized
use of the software and/or documentation; or (c) replace the software and/or documentation
with equally suitable, compatJble, and functionally equivalent non-Infringing software and/or
documentation at no additional charge to City; or (d) if none of the foregoing altematives is
reasonably available to Consultant. terminate this agreement and refund to City the payments
PrCAe,gs,ona Sel"vlC.tlS Aqree,t1e11I
Sc~ W tree!!& t. LC
Page 1 of 11
"'&. -,
actually made to Consultant under thl• agreement.
9. ASSIGNMENT AND SUBCQHTRACJING.
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 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 jointty liable fOf all obligations of the Consultant under !his Agreement prior to the
effective date of the assignment. If the City grants consent to a subcontract, the subcontractor shall
execute a 'Mitten agreement with the Consultant referencing this Agreement under which the
subcontractof' 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:
10.1 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 on any vehide used by the Consultant, its employees, agents ,
representatives in the course of the providing serv ices under this Agreement. "Any vehide" shall
be any vehide owned. hired and non-owned
(c) Worker 's Compensation· Statutory limits
Employer's liability
$100,000 Each accident/occorrence
$100,000 Disease -per each employee
$500.000 Disease -policy limit
This coverage may be IM'itten as follows:
Workers· Compensation and Employers · Liability coverage with limits consistent with stabJtO<y
benefits outlined in the Texas 'M)f'kers· Compensation Act (Art. 8308 -1 01 et saQ . 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
em ployee
(d) Technology Liability (E&O)
$1 ,000,000 Each Claim Limit
$1 .000.000 Aggregate Limit
f>rnlMs,onal Se,v,c..,. Agr~
<;,·.t<!f1tet w irf!IE!$6 . t l C
P"Q6 4 ci ! I
' .. ,.
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
(iv) Fraud , Dishonest or Intentional Acts with fi nal 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 exc:eed $50,000 without the 'M'itten approval of the City . Coverage
shall be daims-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 du ration of the contractual agreement and
for t'M1 (2) years following completion of services prov ided. An annual certificate of insurance
shall be submitted to the City to evidence coverage .
10 .2 General Requirements
(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 C ity shall include its
employees. officers, officials, agents, and volunteers in respect to the contracted se,vices.
(b) The 'M>f'kers ' compensation pol icy shall include a Wa iveK of Subrogation (Right of Recovery) in
favor of the City of Fort Worth .
(c) A m inimum 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, ~itten approval of R isk Management is
requ ired .
(e) Ally failure on the part of the City to request requ ired insurance documentation shall not
consti tute a wa iver of the insurance requirement.
(f ) Certif tca tes of Insurance evidenci ng that the Consu ltant has obtained all requ ired insurance shall
be delivered to the Ci ty prior to Consultant proceeding wi th any v.ork pursuant to th is Agreem ent.
1 1 . COMPLIANCE WITH LAWS. ORDINANCES. RULES AHO REGULATIONS .
Consultant agrees !hat in the performance of its obligations hereunder, it will comply wi t h all
applicable federal . state and local laws, ordinances. rules and regulations and that any YtiOrk it produces
in connection with this agreement will also compl y with all applicable federal , state and local laws.
ordinances. rules and regulations . If the City notif195 Consul tant o f any v iolation of su ch laws .
ord i nances, rul es or regu l at ions, Consultant shall im mediatefy desist from and correct the v iolatio n.
12. NON-DISCRIMINATION COVENANT .
Prot._.'SIOfla Serw:81 ~
Sc wit!II 11V lf1!llM4 l.1. C
Pagef>.::1 1 1
....
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 daim 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 :
City of Fort Worth
Attn : Karen Montgomery, Assistant City Manager
President
1000 Throckmorton
Fort Worth TX 76102-6311
Facsimile: (817) 392-8654
14. SOLICITATION OF EMPLOYEES.
Scientel Wireless, LLC
Attn : Nelson C . Santos,
Address: 948 Springer Drive
Lombard, IL 60148
Facsimile : (630) 652-3805
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 Mitten consent of the person's employer.
15. GOVERNMENT AL POWERS/IMMUNITIES
It is understood and agreed that by execution of this Agreement, the City does not waive or
surrender any of its governmental polNerS 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 e.xercise any right granted herein shall not constitute a waiver of the C ity's or
Consultant's respective right to insist upon appropriate performanc__e or to assert any such right on any
future occasion
17 . GOVERNING LAW/ VENUE.
Th is Agreement shall be construed in accordance with the laws of the State of Texas. If any
action . whether real or asserted . at !aw or in equity, is brought pursuant to 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. SEVERA81LITY.
If any provision of !his Agreement 1s held to be invalid. 1llf!gal or unenfor ceable . the valid1 ry .
Pr,:t"6.'IIOl1al '>e",...:i,s J\gffll'ltner~
'-;clf!fljt'JI W ll'"*"S!\ L L C
P '1ge 6 ,rf11
·-
legality and enforceabil ity 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
obl igations as set forth in this Agreement, but shall not be held liable for any delay or omission in
performance due to forc.e majeure or other causes beyond their reasonable control, includi ng, but not
limited to, compliance with any government law, ordinance or regolation, 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, shall not be deemed
a part of this Agreement, and are not intended to define or l imit the scope of any prov ision 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 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 .
22. AMENDMENTS.
No amendment of th is Agreement shall be binding upon a party hereto unless such amendment
is set forth in a 'Mitten instrument, which is executed by an authorized representative of each party .
23. ENTIRETY OF AGREEMENT.
Th is Agreement, induding the schedule of exhi bits attached hereto and any documents
incorporated herein by reference , contains the entire understanding and agreement between the C ity
and Consultant, their assigns and successors in interest, as to the matters contained herein . Any prior
or contemporaneous oral or 'Mitten agreement is hereby declared null and void to the extent in confl ict
with any provision of this Agreement.
24. SIGNATURE AUTHORITY .
T he person si gning th is agreement hereby warra nts that he/she has the legal au thot-ity to execute
this agreement on behalf o f the res pect iv e pa rty , a nd tha t such bi nding authority has been granted by
proper order, resolution, ordina nce or other authorizat ion of the entity The other party is fully entitled to
rely on this wa rranty and representation in entering into this Agreeme nt
25 . COU NTERPARTS.
Thi s Agreement may be executed in one or more counterparts and each counterpart shall . for all
purposes, be deemed an original , but all such counterpart s sha ll togeth er const itute o ne and the sam e
instrument.
26. WARRANTY OF SERVICES.
Co nsultant 1Narra nts that its se<vice s 'Nill be of a pro fessional quali ty and conf orm to generally
prevailing industry standards City must give M itten notice of any b<each of this warranty within thirty
"•rJles~.-.<;ervtc es "'9,eemen!
<,,;ter,ftlf 'l'V:tf!.e:s.~ i l (
P <IQ& 7 rJ/ '1
''
(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.
27. MILESTONE ACCEPTANCE,
Consultant shall verify the quality of each deliverable before submitting it to the City for review
and approval . The City will review all deliverables to determine their acceptability and signify acceptance
by execution of the Milestone Acceptance Form. which is attached hereto as Exhibit "C." If the City
rejects the submission. it will notify the Consultant in writing as soon as the determination is made listing
the specific reasons for rejection . The Consultant shall have ten (10) days to correct any deficiencies and
resubmit the corrected deliverable. Payment to the Consultant shall not be authorized unless the City
accepts the deliverable In 'Miting in the form attached. The City's acceptance will not be unreasonably
withheld .
28. NETWORK ACCESS.
If Consultant requires access to the City's computer net'Mlrk in order to provide the services
herein, Consultant shall execute the Ne!'M)(k Access Agreement which is attached hereto as Exhibit "0"
and incorporated herein for all purposes .
29. IMMIGRATION NATIONALITY ACT.
The City of Fort Worth actively supports the Immigration & Nationality Act (INA) which includes
provisions addressing employment eligibility, employment verification, and nondiscrimination . Consultant
shall 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 ail supporting employment eligibility and identity documentation for all employees, and
upon request, provide City with copies of ail 1-9 forms and supporting eligibility documentation for each
employee who performs 'M)(k 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.
30. INFORMAL DISPUTE RESOLUTION.
Except in the event of termination pursuant to Section 4 2. if either City or Consultant has a daim,
dispute, ot other matter in question fCK breach of duty. otligations, services rendered a any wa-ranty that
arises under this ,Ageement. the parties shall first attempt to resolve the matter through this dispute resolution
process . The disputing party shall ootify the other party in 'Miting as soon as practica~ after discovering the
daim. dispute, a breach . The notice shall state the nature of the dispute and list the party's specific reasons
fcr such dispute. W ithin ten (10) business days of receipt of the notice. both parties shall commence the
resolution process and make a good faith effort. either !trough email , maif. phone conference. in person
meetings. or other reasonable means to resolve any daim. dispute. bread1 a other matter in question that
may ar ise out c:i , or in connection ~th this .Ageement. If the parties fail to resolve the dispute ~thin sixty (60)
days of the date of recei pt 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
accoroance ~th the Industry Arbitration Rules of the American Arbitration Association a 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 ttv'ough mediation, then either party shall have the
right to exet"Crse any and all remedies available under law regarding the dispute Notwithstanding the fact
Prclf.'55«Jnal S.W-V,.,es Aqr~I
Sc,w,tf!I Wwl'lie!'i!I U .C
Page8 ,'A 1 t
that the parties may be attempting to resolve a dispute in acoordance 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 party 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 'Nhere such relief is necessary to protect its interests.
flrotee!ln'lal 3«w'..e9 Aqr9Wllet'11
Sr-'Mtel W irele!ls. L LC
?itge 9 ol 11
(SIGNATURE PAGE FOLLOWS)
R~ Sep~ 29. }()10
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiples this __ day
of , 20~.
ACCEPTED AND AGREED:
CITY OF FORT WORTH:
By~~ Karen L. Montgomery
Assistant City Manager
Date : 1131/!/
CONTRACT AUTHORIZATION:
M&c: Q.-dJ...\ lo1,D
Date Approved: -1-~~ j \.__
Prnless.orlal Sww:es A<,:~
3 c ientel W in!le$s . L LC
P "1Qe 10 d 11
NAME OF CONSULTANT:
By~l'tJ!iJ
President
Date: AJ0v . 5 . Jg I 0 '
See attached documents :
µ,o1""'"'°'"" S6rw:.el A.g1 .,,..,,en1
Vlf!t'ltft WlfeleSS l L(,
P 11!19 '1cA 11
EXHIBIT A
STATEMENT Of WORK
EX H~B IT A
Alcatel-Lucent@
STATEMENT OF WORK
City of Fort Worth
Bid II 10US07855282
Thursday , September 30, 2010
A.kaf~.L~(Pr,;p;taryaf\Cf(on f1,1Pnt tal . 0 l010 i\U Qf~ht1 R~·--. -·-, --·~---·---,--····,-·------·-----·-··----·--h~-----
Table of Contents
1 Introduction ................................................... , ....... ,., ..... , ....••.. ,., ............ 4
2 Project Description .................................................................................. 4
2 .1 Description .............................................................................................. 4
2 .2 Equi pment Configuration ............................................................................. 4
3 Project Management Service• .................................................................... 5
3 .1 Alcatel-lucent Responsibilities ...................................................................... 5
3 .2 City of Fort Worth Responsibilities .................................................................. 7
3 .3 Assumptions ............................................................................................ 8
4 Engfnffrlng and Staging of MDR-8000, nos SAR-8 and 7750 SR-7 .................... 8
4 .1 Description .............................................................................................. 8
4 .2 Alcatel-lucent Responsibilities -Engi neeri ng ..................................................... 8
4 .3 Alcatel-luc:ent Responsibilities -Installation .................................................... 10
4 .4 C ity of Fort Worth Responsibilities ................................................................ 10
4 .5 Assumptions .......................................................................................... 11
5 Microwave Deelgn and lnatallatlon .. .. . . . .. . .. .. . .. . .. . .. .. . .. . .. . .. .. . .. .. . .. .. .. .. .. . . . .. .. . 12
5 .1 Equi pment Warranty & Post Installation Support ............................................... 12
5 .2 Scope of Work for Microwave ..................................................................... 13
5 .3 T ransmission Engineeri ng Services .............................................................. 14
5 .4 Project Services ...................................................................................... 17
5 .5 Building and Outside Plant ......................................................................... 19
5.6 Installation Services ................................................................................. 20
5 . 7 Network Management System Commissioning ................................................. 21
5 .8 Hop Acceptance Tests .............................................................................. 21
5 .9 System Acceptance Procedures .................................................................. 21
5 .10 System Traffic Cut-over ............................................................................. 22
5 .11 Equi pment Removal ................................................................................. 23
6 Network Design -Ethemet/lP/MPLS .......................................................... 23
6.2 Customer Res!X}nsibilities .......................................................................... 25
6 .3 Schedule/ Timel ine ................................................................................. 26
6.4 Assumptions .......................................................................................... 26
7 Data Network Integration -Ethernet/IP ....................................................... 26
7 . 1 Alcatel-Lucent Res!X}Osibilities .................................................................... 26
7 .2 C i tyofFortWorthResponsibil ities ................................................................ 27
7 .3 Schedul e /Timel ine ............................................................................. --.. 28
7 .4 Assumptions .......................................................................................... 28
8 Technical Support Service ...................................................................... 28
8. 1 Alcatel -Lucent Responsibilities .................................................................... 28
8 .2 Definition of Seventy Levels ....................................................................... 30
8 .3 TS Key Performance lndicat0f5 .................................................................. 30
8.4 Patch Releases/Ma intenance Rel eases . . . . . . . . . . . . . . . . . .. . . .. . . . .. . . . . . . . . . . . . . . . ............. 31
8 .5 License Terms ........................................................................................ 31
8 .6 Lab System ........................................................................................... 31
8 . 7 Cu stomer Serv ice Delivery Feedback/Escalation .............................................. 31
8 .8 Ci ty of Fort Worth Res!X}nsibilities ................................................................ 31
9 Repair & Exchange Services.................................................................... 3 2
----··-· ---·-----·-· ···-----------·-··-~-~---------··---·--··--------. --·-·-·-·----·-· Al< dfl!'l Lucrnt Pr ripr letMY and C,lfllide<I I IM . O l010 Alt Rtgllts R-.rvPd J
. ' l
I
J 9 . 1 Alcatel-Lucent Responsibilities .................................................................... 32
9 .2 City of Fort Worth Respon$ibilities ................................................................ 33
9 .3 Part Request Process ............................................................................... 3.o4
9 .4 Unreturned Parts ..................................................................................... 3.o4
10 General City of Fort Worth Reaponalbllttfea ................................................. 34
10.1 All Maintenance Setvices ........................................................................... 3.o4
10 .2 Remote Connection ................................................................................. 35
11 Service Level Agreements....................................................................... 3 5
11 .1 For Repair & Exchange Service (RES) ........................................................... J6
11 . 2 Unified SLA for Technical Support (TS).. . .. .. .. .. . .. . . .. . .. . .. . .. .. . .. .. . .. .. . .. . .. .. . .. .. .. . .. . 36
12 Exclualon• .......................................................................................... 37
13 Tenn/Duration for Maintenance S.rvlcea ..................................................... 40
14 Project Schedule .................................................................................. 41
15 Pricing Sumnuary .................................................................................. 41
15.1 Pricing Notes ......................................................................................... 41
18 Glosury ....................................... _ ...................................................... 42
16 .1 Maintenance Definitions ............................................................................ 42
16 .2 Abbreviations ......................................................................................... 44
17 Appendices . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . • . . . . . . . . 4 5
17.1 Maintained Products and Scope of the Services ............................................... 45
17.2 Exhibit A: Product Description .................................................................... 46
17 .3 Exhibit B Wireless Transmission Division Project Completion Notice ....................... 47
1 Introduction
This Statement of Work {"SOW'") describes the deliverables, parties' respective responsibilities
and other conditions applicable for the provision of Project Management Services, Engineering
and Installation of MDR-8000, 7705, 7750 and 5620 SAM F.quipment, Data Network Design,
Configuration and Integration, Repair and Exchange and Remote Technical Support Service
("Service(s)1 by Alcatel-Lucent USA Inc. c· Alcatel-Lucent") for City of Fort Worth {"City of
Fort Worth"). Peifonnance of the Services described in this SOW shall be by the terms and
conditions of the HGAC Contract, and this SOW which is hereby made a part of the Agreement
(" Agreement"). No obligation to provide any of the Services described herein ames until the
Agreement has been executed by both parties and an order for such Service, incorporating the terms of
this SOW, has been placed by City of Fort Worth and accepted by Alcatel-Lucent. In the event of a
conflict between the terms of the Agreement and this SOW, the terms of th~ SOW shall prevail with
respect to the subject matter contained herein.
Alcatel-Lucent's performance of the Services described below is subject to the assumptions,
exclusions and other conditions identified in this document.
2 Project Description
2.1 Descr1ptfon
This SOW descnoes services required for the engineering, installation staging, design and
configuration, integration and support of 14-MDR-8000, 4 MDR-8000 upgrade, 8 7105 SAR-8, 1
7750SR-7, and t 5620 SAM for the City of Fort Worth.
2. 2 Equf pment Conflguratfon
The Services descnbed in this SOW are exclusively for the following products:
• 14 x AlcateH,ucent MQR-8000
• 4 x AlcattH,ucent MOR-8000 Ethernet Upgrade Kits
• 8 x AlcateH,ucent U05 Smlce Aaq[!Cladon Router (SAA)
• 1 x Alcattl::luctot nso Strtlct BoYlft'. (SR>
• 1 • Afcatef::Lugnt 5629 SAM
• 1 X Sun Fire Sfrvtr
-·--·-4
3 Project Management Services
_l _.1 __ A_lc.atel-Lucent Respon _st_b_fl _lt_tes __________________ _
l.1.1 Dflcrfpt1on
Alcatel-Lucent will provide Project Management Services for the duration of the project. Alcatel -
Lucent will utilii.e a Project Manager who will function as a single point of contact (SPOC) for
City of Fort Worth on the project and will coordinate project activities through final delivery of all
contracted-for clements, coordinating all in-scope tasks until project closeout. The project
manager(s) that is(are) assigned to the project will be guided by the principles of Project
Management established by the Project Management Institute (PMI@) in order to plan,
schedule, and implement project activities, meeting indw.try recogni.7.ed standards of quality,
reporting frequency , and control. Alcatel-Lucent's Project Management process is fully
documented; the methods, procedures and tools are field proven, based on recogniwd industry
s tandards, and have achieved ISO 9001/TL 9000 certification.
l.1.2 Tasks
Alcatel-Lucent s hall:
3.1.2.1 Project lnftfatfon and Planntn1 Phase
• Appoint a Project Manager functioning as the SPOC for the project and the clearinghouse for
project communications.
• Mobilii.e resources for all project management functions (if applicable).
• Implement central and regional material management (if applicable).
• Co llaborate with City of Fort Worth to develop a baseline Project Management Plan, which
wil l include:
• A d escription of the project sco pe, a nd a plan to manage scope. This includes a deline ation o f
project objectives ..
• Plan to collaboratively review a nd o btain acceptance of key milestones.
• Sc h ed ule Mana gement Plan with a baseline schedule with critical paths , a nd key mil estones .
This incl udes the defin ition of entry and ex.it criteria (checklists) for vario us stages of the
project (e.g., si te re adin ess criteria, inst all a t io n, integration, o rder co mpletion , etc .) and fo r
the entire projed.
• Resource Ma nagement plan wi th a staffin g assign ment and a Resource Calenda r .
• Communication Management Plan, including: City of Fort Wort h and Alca tel -Lucent
invo lved organization and stakeholders identified with names, plan for joint project kickoff
meeting, and reporting structure (periodicity, contents, etc.) for periodic progress meetings
to review status and valic.la te the project outlook, covering:
• Progress meetings: location, duration, frequency
• Progress reportin g cont e nts and form a t
• Man age men t re port cy cl e , dis tributio n lis ts , med ia
,, Except io n reporting a nd esca la tio ns , media, ma nage m en t leve ls
'>
. · I
! • Test and Acceptance Plan appropriate to the project and agreed to with City of Fort Worth
• Change Management Plan with identification of tools to be used.
• Oocument and Revision Control plans for hardware, software, documentation, procedures,
etc.
• Preliminary timeline with critical dates.
• High level list of all deliverables.
l.1. 2. 2 Project Execution and Control Phaw
• Manage and control the execution to the baseline plan and modify the plan as necessary and
as agreed to by stakeholders. This phase includes:
• Coordinating project activities through final installation/delivery of all contracted-for
elements, and coordinating all orders until project closeout.
• Managing project processes, e.g., Change Control, Document Control, Configuration
Management, Deliverable Timeliness and Deliverable Quality, etc.
• Communicating project status (schedule, technical, quality, etc.) using processes and reports
determined in the communications plan to City of Fort Worth, and collaboratively
determine resolution of project scope change requests. Where agreed to, develop custom
reports.
• Managing resources -allocating staff and other resources (e.g., equipment, laboratories, 3rd
party suppliers, etc.), getting commitment to project schedule, and having staff trained.
• Monitoring and controlling the project -comparing actual performance to plan.
Recommending preventive or corrective actions. Validating defect correction.
• Analyzing and tracking project risks to verify that risks are identified, status is reported, and
appropriate risk response plans are executed. Escalating and issuing jeopardies, as
necessary.
• Managing change control -identifying changes that have occurred or need to be addressed.
Verifying that only approved changes are implemented. Jointly reviewing change requests
with City of Fort Worth and determining how requests are to be resolved.
• Documenting and incorporating only approved changes into the project products and
services, and documenting the impact of requested changes.
• Contract Administration -verifying that the deliverables/milestones and obligations per the
respective contract documents are achieved/in compliance and notifying City o f Fort Worth
appropriately, if otherwise.
• In case of delays and failures hy third parties di r ectly contracted hy City of Fort Worth, or the
fai lu re o f such third parties to cooperate with Alcatel-Lucent, Alcatel-Lucent will refer the
matter to City o f Fort Worth for resolution.
3 . 1 . 2 .1 Pr oject Closeout
• Manage close-out activities, hefore any necessary resources are released, including:
• Verify that all activities within the scope of Alcatel-Lucent's responsibility under accepted
purchase orders have been completed in accordance with contractual requirements. Update
res pective contract records.
-----·-· .~.-··--·--·-
1,
l. 1. l O.ltverables
Alcat e l-Luc e nt shall provide the following:
• Project Documentation to be provided to City of Fort Wo rth on an ongo ing basis includes:
• Progress reports as required
• Project timeline
• Other documentation as mutually agreed to
_3_.2 __ Clty of Fort Worth Responsfbflfttes
City o f Fort Worth shall:
• Place timely purchase orders for all goods and services included in the project.
• Provide contact list, including a PM SPOC, of the City of Fort Worth managed project
resources and stakeholders.
• lnclude 3nl party supplier contacts involved in the project
• Identify City of Fort Worth SPOC for escalations/issues.
• Provide access to facility and s ystems as required.
• Coordinate and provide access to required personnel, facilities , site and information,
including computer equipment, telecom equipment, a nd workspace, as required to perform
the Service.
• Provide security clearances and/or escorts as required to access the site and facilities for
installation and maintenance .
• Provide Alcatel-Lucent with access to City of Fort Worth 's IT network , as required to
perform the Service.
• Provide Alcatel-Lucent with all information reasonably requested by Alcatel-Lucent necessary
for the performance of the services, including without limitation providing technical
co nfiguration information s uch as IP addresses, BDFB assignments, alarming scheme a nd
assignments, relay rack locations, circuit assignments (DS3, OC3, Tt) as s pecifically requested
by Alcatel-Luce nt in connection with this project. This information s hould be accurate and
complete a nd be provided fi ve (5) days prior to Service initiatio n.
• Review a nd approve agreed -to documentation :
• Rev iew document within two (2) business days fr om doc ume nt receipt. At t h is tim e, provide
co mments a nd req uested cha nges o r a pprove t he document.
• rf com ments are provided o r changes request ed, Alcatel-Lucent wil l review the cha n ges and
incorpo rate changes, whe re possible, and re -s ubmit a final Jraft along wit h a ~rcd-linecr
dra ft of the changes wi th in two (2) bm,ines..-. days for re,.,iew and approval. City of Fort Worth
will accept such fina l draft documents or prm..ide a detai led explanation of t he r('rnaining
deficiencies within two (2) business days.
• Sign off on pla ns as defined in the Deliverables section.
• In t he case of City of Fo rt Wo rth -provided systems an d /or products included in this Project
but procured di rectl y by City of Fo rt Wort h , e nsure coope ration o f the o ther ve ndors whose
de li ve ra bl es ca n delay tim el y co mpletion o f projed .
...
• Execute according to the agreed upon plans at hand--0ff/interface points, including the
completion of responsibilities assigned to City of Fort Worth in the SOWs included in this
project.
• Assist Alcatel-Lucent in discussions with any third party that City of Fort Worth
requires Alcatel-Lucent to manage within the scope of the project, and execute such letters of
agency or similar documents as required to authorize Alcatel-Lucent to manage and direct
such third parties on City of Fort Worth's behaJf.
• Secure the cooperation of and any necessary license rights from City of Fort Worth third party
vendors as required for Alcatel-Lucent's performance of the services.
3.3 Assumptions
• Alcatel-Lucent PM will work remotely and travel at City of Fort Worth's request. The Alcatel-
Lucent PM will attend the intial project kick--0ff meeting.
4 Engineering and Staging of MDR-8000, 7705 SAR-8
and 7750 SR-7
4.1 Descrtptton
Alcatel -Lucent's Engineering and Installation Staging Services provide the resources needed to
deploy equipment in City of Fort Worth's network as more specifically described in the sections
below. Alcatel-Lucent engineers collect and assess information about City of Fort Worth's on-site
and equipment conditions to identify site requirements that may impact the overall deployment.
Based upon City of Fort Worth input and applicable equipment requirements, Alcatel-Lucent
engineers prepare detailed specifications and order the required materials to enable efficient
installation upon delivery. Once the equipment and the job are engineered, Alcatel-Lucent
installation technicians begin the installation of the equipment, performing the assembly, cabling
and wiring, and testing of the hardware components, verifying that the equipment is functioning ·
as engineered and specified . Note that this SOW is applicable only to engineering and
installation s taging of the MDR-8000, 7705 SAR-8 and 7750 SRc12 equipment at the AJcatel -
Lucent facility in Longview, TX. Field installation of IP /MPLS equipment will take place in
conjunction with the installation of the Alcatel-Lucent microwave radio equipment.
4.2 Alcatel-Lucent ResponsfbiUttes -Engf neertns
-4 .2 .1 Oescrfptton
Alcatel-Lucent Engineering configures equipment requirements base<l on inputs from the Ci ty o f
Fort Worth order, completed questionnaires and/or Site Survey data. The decisions as to specific
equipment needs are based on each component's functionality, capacity, and application of
engineering rules associated with each component.
'4 .2.2 En lfnMrfnt Tasks
Alcatel -Lucent s hall :
• Execute first -pass verification a nd integrity check of City of Fo rt Worth request/Purchase
Order (e.g., does it meet gene ral high -level compatibility requireme nts s uc h as equipm ent
a va ila bility, floor s pace, si te/environmen ta l conditions, e tc ).
---------·-----· ·---Alutt'l -luc~t PtOIJ(ietary and Confldrnflal . Cl 2010 All R19hts R~. 8
. I •,
• Provide list of assignments and material to secure framework, per City of Fort Worth or roning
requirements.
• Provide list of assignments and materialc; for the grounding of equipment and associated
framework.
• Provide running lists and assignments to run and connect cables as specified in the
assumptions section.
• Update Alcatel-Lucent site recordc; and assignments.
4 .2.l Entfneerfnt DeHv«ables
Alcatel-Lucent shall provide the following:
• Technical specifications consisting of the following:
• Equipment installation instructions, notes and work items.
• Bill of materials for installation material.
• Applicable associated cable running lists and assignments as specified in the assumptions
section.
• Site Survey is assumed to be performed in conjunction with microwave installation.
• Site Survey will provide termination assignments for all external connections
• Assumes all sites will be Engineered under the same order
• Site Survey will provide termination assignments for all external connections
• Site document consists of work items and material list kit.
• Does not include marking customer drawings or customer databac;e updates or support.
• Assumes existing racks, fuse panel, cable rack, fiber duct, and interface panels
• Assumes Signal and power cable racking are existing.
• Pricing does include site specific material as detailed below for each shelf:
• t ground drop 10' (shelf to existing ground)
• 2 Batt & Rtn feeds 10' (shelf to POU within the same hay)
• 1 alarm cable up to25' (shelf to existing alarm block)
• 4 Dual fiber jumpers up to 10' (shelf to M PLS Shelf)
• Miscellaneous labels and hardware1 ground drop 10' (shelf to existing ground)
• For MPI}, Shelf:
• 2 Batt & Rtn feeds 10' (shelf to POU within the same hay)
• t alarm cable up to25' (shelf to existing alarm block)
• t CAT6 communication cable up to 10' (s helf to existing demarc)
• 4 Dual fiber jumpers up to 10' (shelf to Microwave o r existing demarc)
• MLc;ccllaneous labels and hardware
..... ····---· ·---.... ····-·· -·-·-··-····· . .
?
4.3 Alcatel-Lucent Responsf btlfttes -lnstal_la_t _fon _____ ------·
4.3.1 Descr1ptfon
Alcatel-Lucent will install equipment -performing the assembly, wiring and testing tasks listed
below in this section according to Alcatel-Lucent's and/or third-party manufacturer's prescribed
procedures associated with the produd furnished on the order (except City of Fort Worth
spares). 'nle actual work operations, for any given installation job, are dependent on the specific
equipment being installed and the location and configuration of the City of Fort Worth's site.
4.3.2 Installation Tasks
Alcatel-Lucent shall:
• Install the following material for the required shelf into the microwave rack w/ PDU:
o 1 ground drop per shelf@ 10' (shelves to existing ground)
o 4 power drops per shelf@ 10' (shelf to existing fuse panel)
o up to 4 runs dual fiber jumpers per shelf @ 10' (shelf to demarc in same rack)
o up to 1CAT610/100 cable per shelf@ 10' (shelf to demarc in same rack)
o up to 1 alarm cable per shelf up to 25' (shelf to existing alarm block)
o up to 1 32 Port T1/E1 RJ45 Panel
o up to 2 T1/E1 Cables@ 1M
• Remove all trash that is created by this the project from all sites.
4.4 City of Fort Worth Responsfbilftfes
City of Fort Worth shall:
• Provide:
• Completed engineering questionnaires
• City of Fort Worth equipment requirements, as applicable for product
• Site documentation, drawings, and master records (if available)
• Final approval of equipment footprint, floor plan layout(s)
• All required demarcation assignments and network configuration
This is required, regardless of whether Alcatel -Lucent Engineering Service is or is not
purchased.
• Provide unrestricted access (e .g., permissions, keys , access codes, badges) to secured o r
guarded building and facilities .
• Provide accessible space for delivery vehicles and installation team (e .g., unloading space,
building opening and passageways of adequate size, concrete floors, equipment
s torage/staging/installation areas, elevators, loading dock, switch, and power rooms).
• Provide unimpeded cable running access .
• Complete all site preparntion tasks, including those identified by Alcatcl -Lucent 's Site Survey
if Alcatel -Lucent performs a site survey . (City of Fort Worth will be responsible for additional
•o
charges for any additional work effort required; including site revisits, as a result of the site
not being ready, and the schedule will be adjusted for the resulting delay. Such changes will
be handled in accordance with the Change Management section of this SOW.) Site
preparation tasks will include but are not limited to:
• Provide appropriate HV AC, AC power (available within the installation area), lighting,
structural support, and fire protection/environmental hazard protections and alarms for
installation site, as may be required hy law and in accordance with equipment manufacturer
specifications.
• Provide sufficient DC power plant capacity, in accordance with equipment manufacturer
specifications, to power the new equipment, and assure that alJ required DC power drops
have been provided, terminated, and labeled to the instalJation area power supply.
• Provide grounding S)1>1:em suitable for the equipment.
• Notify Alcatel-Lucent in writing of the presence of hazardous materials (e.g ., asbestos) and
correct any ha1..ardous conditions that exist at the installation site.
• Verify that equipment floor load-bearing capacity is adequate.
• Provide alarm blocks and cable designations.
• Provide aisle, shelf, and unit designations.
• Provide installation instructions/documentation and assignments for City of Fort Worth-
provided equipment.
• Obtain permits/licenses and variances, if required. ff Alcatel-Lucent is required to obtain
permits for the job, City of Fort Worth will be responsible for any charges and will reimburse
Alcatel-Lucent upon an invoicing of said charges. City of Fort Worth agrees to authorize such
invoicing by executing a Change Order (as defined in the Change Management section of this
SOW) at Alcatel-Luccnt's request.
• Inform Alcatel-Lucent of the presence of any sensitive equipment at the work site (e.g.,
equipment sensitive to static electricity, heat, or light).
• Sign off on Method of Procedure (MOP) document.
• The following items are City of Fort Worth responsibilities, unless contracted to Alcatel-
Lucent and identified on the purchase order:
• Provide/install all req uired bay frames, cabinets, seismic bracing, and other support
material.
• Provide/install a ll required cable rack, and fiber duct .
• Provide all required connecting appliances (e .g., MDF terminal blocks, DSX or LGX pane l,
t iming sources).
4. 5 ____ Assumptions __________ .
• fn s tallation assumes :
• fnstallation in 2010
• For Each MDR-8000, includes waveguide connectivity, con nectivity to TfU. shelf
• Price assumes 16 -MDR-8000 and 2-MDR -8000 upgrade kits
• For each s hel f, includes 1 shel f a nd up to (2) optic modules .
·-··
11
. ·I ..
• Price assumes 9 -r,xx shelves will be staged on the same deployment. Otherwise,
additional trip charges will apply.
• lnstaU (t) Sun Fire Server
• Assumes existing racks and new racks (were required-qty 7), power, cable rack, overhead
fiber duct, interface panels, and clock source
• Does not include rack end panels, spacers, extenders, AC outlets, or other rack accessories
• Assumes concrete floor with overhead cable rack and no cable holes
• If cables longer than those listed above are required, additional charges will be incurred.
• If Engineering, installation material, and labor requirements outside the scope of these
quoted activities are requested, additional charges will be incurred.
• Assumes non-union labor
s Microwave Design and Installation
5_._1 __ E_q~u_f~pm_ent Warranty & Post lnstallatfo!t_S_u__,_ppo....___rt ________ _
When formal path surveys are completed by Alcatel-Lucent, Alcatel-Lucent warrants, for a period
of 12 months from the date of Network Acceptance, that Alcatel-Lucent's recommended radio
paths conform to the City of Fort Worth's availability requirement for normal atmospheric
multipath fading set forth in the following design criteria:
Value' Example
Design Criteria
.i\VaiJabiJi!}: .Qbjectiv~ 99.999%
1-way or 2 -way Obiective 2-WUlJ
Bit Error Rate at Threshold 10-<> BER -
Akatel-Lucent warrants its MDR -8000 products for a period of 24 months from Network
Ac cepta nce when in s talled by Alcatel -Lucent, that radio Equipment will be free from defects in
materials and workma nship a nd perfo rm in accordance with its s pecificatio ns. All othe r A.l ca t e l-
Luce nt ma n ufa ctured Eq ui pme n t ca rrie s a warra nty fo r a pe riod o f 12 months from Netwo rk
Acce ptanc e . OEM equi pm e nt a nd software ("'OEM Product") warranties will be prov ided directly
from the manufac turer o f the OEM Prod uct.
During the warranty period, Alcatel-Lucent will repair or replace a ny Alcatel-Lucent Product that
does not substantially conform to Product specifications. The City of Fort Worth is responsible
for o btaining a Material Return Authorization (MRA) number from Alcatel-Lucent and ship the
unit to the Alcatel-Lucent repair facility in Longview. Texas. Alcatel-Lucent will return the unit
to the City of Fo rt Wo rth at Alcate l-Lu cent's cost as promptly as prac ticable . Ty pical t urnaro und
·-··--·----.. ·------~--------· -----------·--···--·----------·-····-·--····· ··--····--------Alt att"t luc en t Pr o pr l.-1,1,y and C Onfi dent tal . Q lOT O All Rf!hh Re-ved. t 2
. ' l time is forty five (45) Alcatel-Lucent Business Days from the time of receipt. Advance
Replacement and Emergency Replacement Services are available only for an additional charge at
Alcatel-Lucent's then-<:urrent rates.
During the applicable warranty or post-warranty maintenance period, Alcatel-Lucent will
provide CTAC remote support in accordance with current Alcatel-Lucent policies.
Alcatel-Lucent will use its reasonable commercial efforts to provide effective telephone
assistance which results in timely answers to technical questions involving applications,
operations and maintenance of Alcatel-Lucent radio F.quipment. This involves defining,
isolating and reproducing system problems. All calls to Alcatel-Lucent CTAC are logged and
tracked.
Access to Alcatel-Lucent CTAC is available by phone at 1-888-252-2832 or 972-519-4141 or by
email at ml-tac.support@Alcatel-Luce~.
Alcatel-Lucent CTAC can provide on-Site ~istance for operations and maintenance issues that
cannot be resolved effectively by telephone. This service is available only for an additional
charge.
Alcatel-Lucent CTAC can provide database support by addressing additions to and maintenance
of the City of Fort Worth's database. l1tis includes collection of any network information
required to allow the Product to perform its specified functions. This service is available only for
an additional charge.
Alcatel-Lucent provides factory repair Services for all Alcatel-Lucent manufactured F.quipment.
These Services are available during the applicable warranty period (and the applicable post-
warranty period if the City of Fort Worth has purchased post-warranty services) through
Alcatel-Lucent's Repair and Return (R&R) department. Access to the R&R department is
available by calling 1-888-252-2832.
Alcatel-Lucent offers the City of Fort Worth the resources of fully staffed Technical Training
Centers to provide initial and ongoing Product training. Skilled, qualified instructors offer
hands-on experience in the use of every Alcatel-Lucent Product group that goes beyond textbook
learning. This service is available only for an additional charge. Alcatel-Lucent wilJ quote
training prices upon the City of Fort Worth's request.
~-:...2 __ Scope of _Work for Microwave ·------· ... ___________ ... ··---·--·-·-·-· ... _. __ _
Alcatel-Lucent will assign to this Project the following personnel, with responsibilities listed in
section 3 of this SOW:
• The Program Manager (PM): The PM is the Alcatel -Lucent individual responsible for the
day-to-day activities required to ensure successful deployment and completion of the
Proje<."t . The PM will maintain control of the Project and has access to those resource.
required for successful completion of the work . The PM is the City of Fort Worth's primary
point of co ntact during the performance of the work .
. 4.l c a!PI Luc~! Prnpr tt'!ary and (l)Of1d,,nt ,al. 0 10 10 NI Ri11l'lts R('1('rved fl
. ' ..
• The Network Engineer (NE): ·t11e NE is the Alcatel -Lucent individual responsible for the
Project's adherence to good e ngineering practice, responsiveness to the City of Fort Worth's
technical requirements and requests, and compliance with Alcatel-Lucent's engineering
standards.
• The Alcatel-Lucent Implementation Project Manager (1PM): The 1PM is the individual
responsible for the day-to-day activities required to ensure successful installation and
commissioning of the Equipment. The IPM has resources at his disposal to complete the
Project on time and within the City of Fort Worth's expectations.
• The Alcatel -Lucent organizational structure allo~ for quick escalation of issues and quick
access to research and development, technical assistance center, product line management,
and manufacturing Support Functions.
5.2.1 Llmttations of Microwave SOW
Alcatel-Lucent is not responsible for the condition of the City of Fort Worth's existing
equipment or the deficiencies of non-Alcatel-Lucent work related items. If the Project requires
equipment and services in addition to the Equipment and Services provided by Alcatel-Lucent,
then Customer/ subcontractor bears the sole responsibility of acquiring that equipment and
those services.
5.3 Transmission Engineerfn1 Services
Alcatel-Lucent and the City of Fort Worth will undertake the responsibilities assigned to them,
respectively, in this Section 4.
5.3.1 Feastbllfty Studies
Feasibility studies are prepared using preliminary and unverified
information provided by the City of Fort Worth or other sources.
Feasibility studies are prepared by Alcatel-Lucent in order to form the
baseline Equipment and radio frequency system design and budgetary
estimates. FP..asibility studies include the following responsibilities:
• __ Providin_g_system t~l~ma~; ________________ .. ____ ·-----·--·--·
• Providing preliminary path profiles, path calculations and
. ___ availa bility caJculatio~---·· _____ --------··--.. ----------·--
• Providing a technical report summarizing system design
___ co nsiderations aJULEquipment re~irements. ___ -------·--
:\.lcatel -Lucent requires the following infonnation from the City o f Fort
A~ ~j~
X
X
X
Worth to perform feasibility studies: _ _ __ _
_ !_ Lat1.!_u~e and Longitude ,,.f the proposed micr:<!_W_'!_ve sites ______ ·-·-·-F:BE ·~
_ • Datum of the s ite coordinates if known (NAD27o r NAD8:l2.____ ____ . _ .. X _____ _
_ • ..... F.xisting_towerheW,tsifknown ___________________ . __________ . _ X ___ _
-··--··---···---------·-----·-·---·------------.---·······--------··-----. ·····---------···-· --··--· -----Alratel ·lu, ..... ,t Prnpt~taf'{ •nd (onl1<JN,t•al. Q 1010 Al( Qf thts R-.W<J . 1'4
• Ground Elevation of the sites if known [JXI··==i
Feasibility studies provide preliminary assumptions and are not
intended to be final designs. The City of Fort Worth assumes all risks
as.c;ociated with installing any F.quipment based on a feasibility study.
5.l.2 Path Surveys
Formal microwave path surveys are conducted to determine or verify
site coordinates, ground elevation, on-path obstructions Oocation and
height), tower information, and other parameters required to engineer
the final design of a radio link. The present and anticipated future effect
of on-path obstructions, such as tree growth, is evaluated and
incorporated into the path design where applicable. Microwave path
surveys include the following resix>nsibilities :
• Provide documents relating to previous path calculations and
freguency coordinationi
• Provide information to the surveyors to locate the proix>sed
microwave sites
• Arrange for surveyor access to the proposed microwave sites
• Verify site elevations above sea leveli
• Verify site lon~tude and latitude;
• Provide existing tower d~ription and inforl!lation ·
• Provide general survey observations, comments and site
photographsi
• Provide site layouts including towers with antennas at proposed
center lines.
Alcatel-Lucent geodetic coordinates will be accurate to within 1-second
of latitude and 1-second of longitude. Ground elevations are accurate to
within 5-feet and that on-path obstructions at critical points are
identified and present heights are accurate to within 5-feet.
5.3.3 Path Design
When conducted by Alcatel-Lucent, path design Services are based on
formal field survey data gathered under task 4.2. Path designs are
considered final. The Project can move to the implementation stage
hased on the recommendations within the final design report. Path
design Services include the following rcsix>nsibilities :
A C N/A
X
X
X
X
X
X
X
X
A ~ .!'!L~
·--·-Select fr~cy band and ca~ci~~irements for ea~h; ___ .. . X
• Determine antenna centerline heights based on Akatel-Lucent 's path X
___ dearance criteriaj_ _____________________ -··-----
• _ Des~hs to.J.>_rotect against_.&!:2.und-based reflections..i_____ X
• Select radio types, antenna si7.es and types, power output, and X
protection scheme required to meet the city of Fort Worth 's
availability a nd capacity requirements;
·-
-
t ',
---------· ·---------~~-~--~ • Calculate path availability using industry accepted models for X
predicting outages and countermeasure improvements associated
with normal atmospheric multi-path fading. up-fading, rain fading
and obstruction _;.fa_dic_..'_n .... s ... ; ----------------------
• Submit a final path design report, including system maps, path X
profiles and availability calculations.
In addition to warranty exclusions set forth in the Agreement, Alcatel-
Lucent is not responsible for excessive outages or degraded performance
<lue to abnormal fading conditions that include, but are not limited to:
• Formation of extreme radio refradivity gradient~ associated with:
• Exceptionally large temperature inversions,
• Abnormal temperature/humidity layers,
• Fog formation,
• Signal trapping caused by surface or atmospheric ducting;
• Reflections from unidentifiable off-path terrain features or physical
structures;
• Rain fading due to rainfall rates that are in excess of the published
rates or charts used to predict rain induced outages;
If Alcatel-Lucent suspects abnormal propagation conditions are causing
degraded system performance, Alcatel-Lucent will reasonably assist the
City of Fort Worth in verifying the conditions leading to the degraded
system performance. After lhe problem has been identified, Alcatel-
Lucent will support the City of Fort Worth in identifying possible
solutions to the problem, and ~ss the incremental improvement
expected from corrective actions. (mplementation of corredive action
required to remedy this type of problem shall be the sole responsibility
of the City of Fort Worth.
The stated rain model applies for !.)'Stems that are eight (8) gigahertz
and higher. The City of Fort Worth may request a copy of Alcatel-
Lucent 's path de.~ign modeL
5.3.4 Frequency Plannln!I
Frequency planning Services include frequency selection, prior
coordination, interference case resolution, and FCC license application
documentation preparation _ Interference studies will be conducted
utilizing industry accepted methods, hardware, and software to build a
database th.at is as accurate as IX>5Sible at the t ime o f the study .
Frequency planning Services include the following responsibilities:
• Complete frequency select io n and provide frequency coordination
AC~--·
X
data sheets; . ------·----·--·----· ..... -------··----···.
• Complete the Prior Coordination Notice and associated X
___ Supplemental Showing documents under FCC Part 101.103.(<ti_rules·
_ _! _ Complete the FCC 601 license application; ·---------,_x __ ---+-
_•_1'\le the license application with the FCC; ____ __ X
•. Payment of FCC license foes. __ _____ ·-···-·----·---X
fn the event harmful frequency interference is detected <lurin~ the
Acceptance Testing of a radio system and Alcatel-Lucent provided the
frequency planning Services, Alcatel-Lucent's total responsibility for
correcting the problem is limited to selecting new frequencies.
If harmful intt-rference occurs after the radio system has been installed
and accepted, corrective action is the sole responsibility of the City of
Fort Worth.
5.4 Project Servt_c_es _____ -------------___ _
Alcatel-Lucent and City of Fort Worth will undertake the responsibilities assigned to them,
respectively, in this Section 5.
5.4.1 Protram Management
Alcatel-Lucent's PM responsibilities include:
• Prepar.ing, updating and mcmitoring Projel."t schedules; -
• Complying with the terms and conditions of the contract and
Purchase Order; _
• Maintaining positive Customer focus during the deployment stage o f
the Project and into the~ deployment phase. ______ _
5-4.2 Network Engineering & System Design
Alcatel-Lucent's NE responsibilities include:
• PrO\,;ding syste m designs that meet the City of Fort Worth
s pecifications and requirements. Defining demarcation points for
Alcatel-Lucent related work; ---------
• Defining technical requirements and interfaces of outside ve ndo r
purchased items.i_ ____________ -·-·------·· ________ _
• __ pesigning and _~_!!g~~ring a chann1:_l _ _el~!_]j_______ _ ________ _
A C NIA
X
X
X
A C NA
X
X
• Providing functional system and station diapm~--------.. ________ X
• . Providin_g_ a hill of mate rials for the_ Pr oject:; __ __ _ _ _____ X
• Developing manufacturing systems test, integration and field test
____ re~irements_ to ensure the ~em_~}"ates as~3: the des~ inten.!i__
• Providing systems and network engineering s upport during
E<1uipment manufacturing and field deployment phases of the
__ Project. ______ _ ______ . _____ _
X
X
17
5 .... l Implementation ProJKt Manqer
Akatel-Luc ent's 1PM responsibilities include:
• Site a cquisition -• Civil engineering for Eguipment shelters and towers -• Antenna sys tems and other O™ F.quipment procurement
• Radio sI_Stem installation
• Antenna system installation
• Radio a nd antenna system test and commissionimt
• Building and tower modifications to accommodate new
Equipment (if and when required}
• Installation of ancillary F,quipment
Coordinating the site surveys required to finalize the scope of work
related to the specific Project.
5...... Site Surveys
Review tower structural a nalysis design information against proposed
antenna system design to determine fitness of tower for purpose.
Determine and document locations for new Eauioment at each site.
Determine, measure, and document DC power interface locations and
cable routes.
Determine, measure, and document DS1 / DS3 / OC3 interface locations
and cable routes.
Complete facility drawin~. floor plans, cable running sheets and wall
e levations relative to the new F,quipment.
Provide and engineer a ssignments for alarm and control.
Engineer and document fuse and breaker types1 si7.es and assimments.
Complete outside olant general survev a nd document.
Prepare Customer/ s ubcontractor Survey docwnentation and
Installation Specificatio n .
5A.5 General Project Respons iblfftfes
Obtain build ing permits and construction lice nses rec.1uired fo r the
implementa t io n of t h is Project. Notices will be posted a t the applicable
A C ~
X ·-X
X
X
X
X
X
--X
X X
A C N/A
X
X X
X
X
X
X
X
X
X
A C N/A
X
.. s it~ ~_to the commencef!Ien.t .of work . __ ... --------·---...._. _ -·
Provide Alcatel-Lucent access to the installatio n sites on an as needed X
basis. Work will be pe rfo rmed by Alcate l-Luce nt and /or subcontracted
-~noel a t Alcatel-Lucent's sole cfucretion. ----.. -··
Provide storage & staging warehouse fo r rad io F.q ui pme nt and associa ted t-xc---
. JI.qui pme nt. ·-=----·---·-...__... .. -+----<
Provide normal road conditions acces sible by standard co nstruction X
ve h icl es to the installat io n s ites.
Special Equipment for installation is not included (i .e. cranes, I[]
helicopters, boom trucks etc .). Usage of this Equipment will be at
additional cost to the City of Fort Worth and documented through a ,Job
.. Information Memorandum prior to commenceme_!l_t_o_f _w_o_r_k. ____ _
5.5 Bufldtn9 and Outstde_P_la_n_t _____ ---------____ _
Alcatel-Lucent and Customer/ subcontractor will undertake the responsibilities assigned to them,
respectively, in this Section 6.
5.5.1 Civil Work
Provide as built documentation including plot plans and architectural
blue12rints for towers and shelters.
Provide structural analysis report on existing towers or facilities to ensure
they are structurally sound to accommodate new radio and antenna
Equipment.
Provide survey documentation with proposed tower locations, property
boundaries, tnie north, landscape details, fences and other details
necessary for new towers.
Provide soil analysis report and foundation design for new towers and
shelters.
Provide foundation design and tower design drawings and other technical
data .
Complete necessary documentation (fonnal survey & 2C letter) for FCC
and FAA filing for a12eroval and obtaining building permits.
5.5.2 Towers
Construct o r modify tower in accordance with a pproved final design and
the a pplicable versio n o f EIA/11.A RS--222, including painting. tower
_l~,;a fetr_slimh ladders and _lightnin g rods. ________ .... __ ------·--·-
Provide and connect adequate earth ground in accordance with final
de..~~.r.id th~~~~_ble version of~ or_~'!_i_yalent .c;tandard.
Provide antenna and waveguide s upport systems including waveguide
~<lde_£.i_~eguid ~rid~ sti _i_~!~ and ground bus ~a-~ __
Provide and install footing hardware a nd b uilding modifications required
to accommodate tri pod or antenna mount on building rooftop or side wall
A
X
-
A
j f ap..J2!icable . _ ___ ··--------.. ·----~~
C NIA
X
X
X
X
X
X
C N A
X
X
X
X
-.... ··--
·-----------···-.. ·-·----·-----------~---·------··--------·-------·-. ---···-·--··---------·--· . ··-------
Al (dlei ·lu(ent ~rr~tet~ry ~nd (,inhdeot tal . 0 l0 10 <\I I ~fih !'. It~ 19
5.5.J Shelter, & FadlttfH
A C N/A
Facilities will have adequate space, heating and air conditioning to meet X
the operational ~uirement.11 of new Equipment prooosed herein .
~rovide 220 VAC power to the DC system. X
Provide appropriate fuse and circuit breaker a~ign~ents. X
Provide a power distribution interface within 30 feet of the proposed X
~ipment location.
Provide attachment for s tation ground within the maximum distance of X
fifteen ( 15) feet of the proposed F.qu ipment location. Existing facility
grounding is a sing!e point configuration. ·--Provide and install AC/DC rectifiers and battery backup systems if X
required.
Provide a ground ring or plate as recommended by local practices. X ··-
Installation Services
Alcatel -Lucent and Customer/ subcontractor will undertake the responsibilities assigned to
them, respectively, in this Section 7.
5.6.1 Antenna & Wave,ufde Systems Installation
A C N/A
Antennas, wa vegu ide and mounting F.quipment delivered to s ite and X
inventoried.
Asse mble anten_nas , ri g towers and de -rig towers upon completion. X
Provide and install standard leg pipe mounts. X
Provide a nd ins tall s teel s_upport members for s ide braces as reouired. X -Penet rate building wall o r roof for waveguide entry ports a nd in sta ll entry X
pl a t es as required. Install waveguide boot. ···-[!}stall antennas and rad o m~ at specified ce nter li nes. _ __ X
_ Ca p t he unused p<?la r ity o f a d ual pole anten na ~t!t ~ terminati~n loa<h__ x ----···
~----Install waveguide runs, hanger kits and ground kits in accordance wi th X
manufact ure r 's ~jfications. -----------------------_______________ -x ~---~---· _Te rm inate waveguide runs within three feet o f pro~radio location. __ ---·----·. Perform antenna and waveguide swee p tests to confirm compliance with X
~a.!!ufact_ure r 's specifications. ____ --------------------_ _ _ _ _______ >--...,.. _____ ,
Install pressurization system F.quipment and ca librate. _______ f--·x
Perform an te n na align ment. Performance objectives of path will be se t to ,-x ,.... ,... _____
-~o~mance calcu la tio n s heets. ___ ·-------------_ ----
5.6 .1 Radio Installation
l O
a.
b.
c.
d .
e .
Radio and ancillary F.quipment delivered to site and inventoried. Uncrate
_ radio and locate in ge~eral vicinity of final _ Equipment location.
Install new radio in existing rack or install new radio in new rack. Bolt
rack to floor and install rack to~ support.
Complete power connections at radio location and circuit breaker within
50 feet of radio locations.
Complete radio ground connection to station ground ring or bus bar
within 50 feet of radio location. _
Complete radio L waveguide interface connection.
Install OSt cabling between radio and Customer Demark(Prograrn
Office/Customer/ subcontractor to define demarcation point and other
points in between}
Install DS3 cabling between radio and xxx. {Program Office/Customer/
~bcontractor to define demarcation point and other points in between)
[ru.till fiber optic cabling and fiber management trays as necessary.
_ Com12let~ alarm, orderwire and EI.MC and reoeater cabling if reauired.
_fower on radio, warm up and provision.
Conduct the following tests in act..-ordance with the instructions contained
in the applicable radio instruction books:
Transmit crystal oscillator freouencv check and record.
DS3 line and radio DADE.
Measure and record transmit power. ..
Measure and record actual RSL at radio.
Record receiver fade margin (applicable only to paths designed by
Alcatel-Lucent).
5. 7 Network Management System Commissioning
QUters. Install TSM management system hardware & com
Develop database and GUI interfaces for TSM man
U pda te database wi t h ~-if'ic network node inform
agement system.
ation. -
A C NIA
X
_._._
X
X
·-X
X
X
X
X -,-...
X
X ·-X
X
X
X
X --X
A C NIA
X
X
X
5.8 Hop Acceptance Tests ------
A C N/A
Co nduct ove r the hop o ne way Bit Erro r Rate Te~i (BERTI for 3 0 m in ut es X
y}:lran s m itter. ________ ·-------------·--· -----·---·-· _ ... ·-·--·--· -· .
Record US I readinp and_com_p1e t e test_ Jocumentation ____ ··-·-------·-!. ..
Submit end to end system test documentation fo r Customer I X
... ubcontractor _review and Acce_punce . ____________ --·----·-·-----·-----·--·····-------..
5._9 __ System . Acceptance Procedures ----· __________ ----------·
Alca te l-Lucent wi ll notify TI IE Ci ty of Fo rt Wo rth o f wo rk completion and system ready for
Custo m e r / s u bco ntractor Accepta nce.
Alca te l-Lu ce nt wi ll co mple te a s it e wa lk th rough wit h the City o f Fo rt Wo rth to inspect the
··-·--·--··----·······--... ~--··· -·-------·· ···--------
11
installation work. A punch list of reasonable deficiencies will be prepared and agreed to by both
Alea tel-lucent the City of Fort Worth. Punch list items affecting City of Fort Worth's traffic will
be listed as critical.
Within reasonable time frames Alcatel-Lucent will work to clear the punch list items
concentrating on critical items first.
If deemed necessary by the City of Fort Worth or Alcatel-Lucent, a fmal walk through will be
completed to verify completion of the punch list items.
Alcatel-Lucent will generate a PCN including the resulLc; of Equipment tests and end to end
system tests. The City of Fort Worth will sign PCN acknowledging completion and system
Acceptance.
For Alcatel-Lucent installed Produds, Acceptance will occur on a per hop basis no later than five
Business Days from the date Alcatel-Lucent completes Services. For Products not installed by
Alcatel-Lucent, Acceptance will occur upon shipment. For avoidance of doubt, Alcatel-Lucent will
provide invoices for the Services upon completion of Services at each site.
Final System Acceptance occurs when anyone of the following items have been completed:
The City of Fort Worth has taken beneficial use of system;
Installation, test and turn-up of Equipment is complete at all contracted sites;
Tests have been completed and test data provided to the City of Fort Worth; or
Traffic affecting punch list items have been reasonably addressed.
A final invoice for Services will be prepared and submitted to the City of Fort Worth for payment
once System Acceptance is achieved.
The Project Completion Notice will be signed by the City of Fort Worth and Alcatel-Lucent upon
Acceptance, refer to Exhibit B for a sample.
Pro\'ide as built drawings and system documentation.
5._1_0 __ System Traffic Cut-over ____ ··-------·---____ ·-----__
Alcatel -Lu cent and the City of Fort Worth will undertake the res pons ibilities assigned to them,
respectively, in this Section Q .
22
--•
A C NIA
Prepare cut-over plan using channel plan and the City of Fort Worth's X X
requirements
Schedule cut-over of traffic. Ensure minimal disruption to existing traffic. X X
Comolete cut--over and circuit wirin1. X X --Validate cut-over completed su<:cessfu.lly with no adverse affect to the X X
City of Fort Worth's traffic. .
5.11 Equipment Removal
Alcatel-Lucent and TIIE City of Fort Worth will undertake the responsibilities assigned to them,
respectively, in this Section 10.
A C N/
A
Relocate existing equipment at installation sites to accommodate X
installation of new F.auioment.
Relocate antennas and waveguide from tower to accommodate new X
antenna system.
Remove old radio equioment uoon completion of traffic cut-over. X
Remove antennas and waveguide from tower upon completion of traffic X
cut-over.
Disnose of decommissioned eouioment. X
11le City of Fort Worth is responsible for removal , disposal, and X
abatement of all rn11.ardous materials.
6 Network Design -Ethernet/IP /MPLS
6 . 1 . 1 Oescri ptton
Alcatel-Lucen t's IP /M PLS Network Design Service develops the detailed networ k design and
network ele men t configurations for the City of Fo rt Worth's "'I P /M PLS " network o f service
rou ters. 11le network design service includes t he developm e nt of a deta iled design docume nt,
and the t emplate co nfigurat ion files for the noted IP /MPI..S service routers.
Fo r City of Fo rt Worth, the backhaul co mponent of this microwave network, based on the Alcatel
-Luce nt microwave radio equipment, will sen:e as the inter co nnect for the 7705 a nd 7750 co re
compone nts .
---·--·--·-·· -----· ·-·-··-··-----L.l Alca tei -! IKP.l\f Proprit'tarv 3nd Con fid ential . () lO t O All Afgl\ts "~-
This network design service pertains to the following equipment:
• Alcatel-Lucent 7705 SAR-8 and 7750 SR-7
• Alcatel-Lucent 5620 SAM
The Alcatel-Lucent IP/MPLS Network Design Service for the core network is based upon the
following IP/MPLS/VPN service assumptions :
• OSPF or IS -IS IGP core
• Point-to-point Ethernet VLL-.
• One example VPLS Service
• One example VPRN Service
6.1.2 Tasks
Alcatel-Lucent shall:
6.1.2.1 Network Oesflfl Workshops
Hold a network design workshop with City of Fort Worth, or representatives, to clearly define the
network and service requirements for the IP/MPLS network design. The high-level design
concepts will be discussed with City of Fort Worth and different options presented regarding the
implementation.
6.1.2.2 Detailed Design Document
Based upon the design workshop, and the requirements provided by City of Fort Worth or other
services, Alcatel-Lucent will develop a detailed design for the IP/MPLS equipment which is
described in a s ingle detailed design document. The design will outline which features are
implemented, and how, with configuration examples.
The detailed design for the solution will encompass the following technical areas:
• System level paramete rs (login access, timing, BOF configuration).
• IGP routing (OSPF or fS-IS)
• QoS (access policies, ne twork policies, queuing a nd scheduling polic ies) based upon servi ce
assumptions in the introduction section
• M PLS protocol a nd path design
• Network e le ment security
• Laye r 2 service design
i) One exa m ple Ethernet VLL service (if in fi n al design}
~) One example V PLS service (if in final design)
• Layer 3 servke design
o One example VP RN service (i f in fina l design)
• 56 20 SAM m anagement connec tivi ty
6.1.2.l Confl1uratton Ffles
• Develop the template configuration files for one of each of the number and type of network
elements outlined in the description section. The t e mplate configuration files a re developed
from the following inputs:
o Approved network design
o Individual network element locatio n in network
o Individual network element bill of materials (BOM)
• The configuration files will be loaded onto the network elements and tested as a component of
the Data Network integration (DNI) service.
6. 1.2.4 Acceptance Test Plan
As part of the network design service, Alcatel-Lucent will develop the IP/MPLS sys tem
Acceptance Test Plan . The IP /MPLS portion of the ATP will focus on the following network
areas:
• IP routing
• MPLS path establishment
• Point-to-point VPN service (e.g. Ethernet VLl...s) establishment
• All services to be implemented in the final design
• Network resiliency in the event of failure scenarios defined in the network design
NOTE: The above listing is the standard ATP format, but an ATP is not limited to this format.
Any changes from the standard ATP are to be performed and agreed to by City of Fort Worth and
Al catel-Lucent prior to the start of integration. All changes to the standard ATP will require an
up-scope with associated pricing changes.
6.1.2.5 Design Support during WAN lntetratfon Testing
• An e ngineer from the Alcatel-Lucent ne twork d esign team will provide re mo te design
consultation s upport for an agreed-upon period during the integration phase of the rollo ut.
6.1 .J Deliverables
Alca te l-Lu cent s ha JJ provide the fo llowing fo r this service :
• Des ign p lanning works ho p
• Detailed design documen t fo r the IP /MPLS service routers
• Ne twork f"le ment te mplate co nfi guratio n files for infrastructure services
• Ethe rnet/I P/M PLS Acceptance Test Plan
• Remo te Support fo r Services/ End Customer
_6. 2 __ Customer Responsibflitfes _____ _ ---·----------
City o f Fo rt Wo rth shalJ :
• Assi gn a p roject lea d e r a nd e ns ure a n appro priate point o f co ntad fo r each fu nc ti o na l a r ea to
wo rk ~,th t he se n.ices te am .
• Provide all network and service requirements in written fonnat at the beginning of the d esign
phase.
• Answer Alcatel-Lu1..-e nt's technkal questions in a tim e ly manner.
• Procure all necessary software and licenses, prior to the integration work.
• Review, provide feedback and sign off on the design documentation, configuration files and
ATP prior to integration.
• Provide remote access capability to the 5620 SAM and the network elements, to support
Alcatel-Lucent remote access during the network commissioning phase.
• Sign acceptance of work perfonned for this SOW.
• Perform all connectivity testing to e nd user equipment, following completion of the service
described in this SOW.
6.3 Schedule / Tfmelfne
Alcatel-Lucent requires a minimum of four (4) weeks from PO receipt to allocate resources. City
o f Fort Worth and Alcatel-Lucent will mutually agree in advance on project schedules or start
date before commencement of work.
6.4 Assumptions
City of Fort Worth is able to participate in the network design wo rkshop as part of a reasonable
s chedule for the project.
7 Data Network Integration -Ethernet/IP
7.1 Alcatel-Lucent Responsibflttfes
7.1 .1 Descrtptlon
Al catel-Lucent's Da ta Network Integration Service configures and integrates netwo rk elements
into City o f Fort Worth's "data " ne twork, verifying that the new network elements are fully
functional within t he ne twork . The Data Network Integratio n Service is made up o f configuratio n
and tes ting services. A wi de ran ge o f testing services is incorporated into this Service.
Equipme nt:
• 8 x n os SAR -8
• 1 x n50 S R-1
• 1 x .5620 SAM
7.1.2 Tasks
Alcatel -Lucent shall :
7.1.2.1 Method of Prcxedur@ (MOP)
Deve lo p MOP whic h wi ll s pecify the act ivi ties to be performed a nd in cl ude a n Acce pta n ce Test
Pl a n (AT P). Pro gress a nd pe rforma nce wi ll he m on ito red thro ugh the MO P, a nd fi na l ne two rk
an:epta nce wi ll he as.<;esscd by tonfonnance to the ATP c riteria.
l b
7. 1. 2. 2 Netwonc Element lnt-.ratton
• Work with City of Fort Worth-specific configuration parameters, per City of Fort Worth-
provided detailed design, to configure the network clements and make them a part of the
o perational network. Configuration parameters may include IP addressing. ATM addressing,
MPLS/LSPs, Layer 2/3 VPNs, routing protocols (e.g., OSPP, BGP), routing tables, QOS/CoS
parameters, Acts, virtual paths for remote management, protection options, and other
configuration specific parameters.
• Perform locali7.ed testing to make certain logical configurations remain intact.
7. 1. 2. l Connectfvfty T esttnt
• Once the network element is integrated at the network element level, provision physical
interfaces and logical interfaces. These could be over various types of circuit., (e.g.,
1000/100/10Dase, OC-N, DS-N) based on the type of module and port.
• Once the connectivity is established, validate connectivity with tests documented in the ATP.
7.1 .2.'4 Acc~tance Testtnt
Once the network is functioning as a solution, perform ATP to validate element-level, network-
level, and system-level functionality. Note: This ATP is created by Alcatel-Lucent and agreed to
by City of Fort Worth prior to the start of the Data Network Integration Service. Standard
components of the ATP are as follows:
• Network Level Testing: verifies that the equipment being integrated meets a greed-to
standards. ·
• Hardware Acceptance Testing: verifies hardware redundancy/robustness, power, and timing
specifications.
• Localized Configuration Testing: validates the stability of the "soft" configuration during
power cycles, hot swaps of cards, and card/slot redundancy.
• System Level Testing: tests robustness and stability of communication paths from each newly
integrated network element to other network elements and verifies NOC connectivity
• Network Element Connectivity Testing
• Transmission Testing
• Network Operation Center Co nnectivity Testing
NOTE ; The a bove listing is the standard ATP format , but a n ATP is not limited to th.is fo nnat.
Any changes from the standard ATP are to be performed a nd agreed to by City of Fo rt Wo rth and
Alca tel -Lucent prior to the s tart of in tegration . All changes to the standa rd A TP wil l req uire a n
u p-sco pe with associated pricing changes.
7 . 1. 3 Oe Hverabt.s
Alcatel-Lucent shall provide the following:
• MO P
• Wo rk co mpletio n fonn
7. 2 City ~ Fort Worth R~~nsibtlfti!5 __ . ·--------···-··------··-··· -····---
City o f Fort Wo rth shall :
-------·---·-· 1\1 <..\tM -t.ucent Ptl'ljll"l eta,y Jnd C!>f\f tdl!ntlal . e 201/J Al l !l'9h ts !l~. ------------··-···· ----l7
• Assign a project leader and ensure an appropriate point of contact for each functional area to
work with the services team .
• Procure all necessary software and licenses, prior to the integration work .
• Review, provide feedback and sign off on the MOP and configuration files, if any, prior to
integration.
• mure that all transmission facilities are in place and error-free to the appropriate
demarcation points in the work sites.
• Resolve any network issues that might delay the integration (e .g., troubleshooting of adjacent
switches or routers).
• Provide a City of Fort Worth engineer to assist with on-site support, if needed (e.g., for NOC
connectivity testing).
• Identify and provide City of Fort Worth-specific training (e.g., safety-related) required by
Alcatel-Lucent personnel prior to the beginning of on-site activity .
• Assure that access is provided to the integration sites for the pre-identified Alcatel-Lucent
engineers.
• Sign acceptance of work performed for this SOW.
• Perform all connectivity testing to end user equipment, following completion of the service
described in this SOW.
7.3 Schedule/ Ttmelfne
Alcatel-Lucent requires a minimum of two (2) weeks from PO receipt to allocate resources. City
of Fort Worth and Alcatel-Lucent "";ll mutually agree in advance on project schedules or start
date before commencement of work.
7.4 Assumptions ------------------------
• Detailed design for the equipment to be deployed is available prior to the start of MOP
development.
• Site preparation, installation and turn-up are completed prior to scheduling of the integration
Service.
• City of Fort Worth-provided circuits are in an error-free state, and terminated at the
appropriate devi ces.
• TI1e EMS syst e m, if applicahle, is fully o perational a nd connected to the network .
• Cross-eo nnect panel,; utilized by t he netwo rk ele me nts a r e d early la beled .
8 Technical Support Service
_8_. 1_. Alcatel-Lucent Responsibilities _ _ ____ ------· . ··---___ --· --·· _____ _
8. 1.1 Description
Akatel-Lucent's Tec hn ical Support (TS) Service provides City of Fort Worth remote access to
Aka tel -Lucent en gineers , in s uppo rt o f product -related questions, troubles hooting assista nc e,
l 8
••
diagnostic procedures, and Patch Releases and Maintenance Releases, as may be made available,
to restore and resolve network troubles for Maintained Pmduds.
S.1.2 Tasks/DeHvenblft
Alcatel-Lucent shall:
• Provide City of Fort Worth access via phone to the Alcatel-Lucent Welcome Center or, if
available, via web on-line Customer Support 24 hours a day and 365 days of the year in order
to open an Assistance Request ("AR1. The Alcatel-Lucent Welcome Center will assign each AR
a unique trackable number in order to facilitate communication and enable rapid assistance.
• Provide technical advice and guidance via telephone or email by Alcatel-Lucent product
specialists located in our Technical Support Centers ('iSC1. Upon request from City of Fort
Worth, City of Fort Worth may receive information, advice and assistance for the Maintained
Products related to:
• Maintained Product features and operational issues; and
• Known problems and available solutions for the Maintained Products.
• Troubleshoot network problems, via phone, virtual private network, or modem connection,
down to Maintained Product component level. or sufficiently to exclude Maintained Products
as the root cause. See subsection on "Remote Connection" in the "General Customer
Responsibilities" section below.
• Provide Patch Release or Maintenance Releases for Maintained Products, as provided in
accordance with the applicable product software support policy. For selected products noted
on "Maintained Products and Scope of the Services", Alcatel-Lucent may remotely install
software fixes, patches, and updates that may be made available. Otherwise, City of Fort
Worth shall provide their own means to install such fixes, patches, and updates that may be
made available.
• Software policies that exclude Patch Release or Maintenance Releases may be available
under a separate agreement.
• For Severity Level Critical (Severity 1) and Major (Severity 2), restore Maintained Products to
operational status by identifying de fective hardware components or providing software and/or
procedural workarounds, where feasible. All software workarounds are licensed subject to the
same terms, restrictions, and limitations as contained in the licenses under which the software
was acquired.
• Provide 24x7 access to product s pecific Customer Support content of the Alcatel-Lucent.com
we b site if avai lable for the product. Cus tomer Support content may include t echnical product
support informa tion, s ubscriptio n services, and other self-he lp facilities , as we ll as the a b ility
to s ubm it non -critical ARs and check the status of A.Rs o nline .
• On -s ite support is not s pecifically provided as part of this agreement. If Alcatel-Lucent
determ ines it cannot restore o r resolve an issue remo tely, Alca tel -Luce n t. at its sole discre tion ,
may provide e mer gency on -s ite s u pport. In the eve n t o n -site interven tion is pe rformed. time
required to arrive o n --site wil l not be included wit h ti me measured against Rest o re (as defined
below).
Al <;!!t'l ·l11 c <!fll PYop,tf!t .iry aniConf10l!<lt lal . C> Z010 All R!th h R--.ed. 29
8.2 Oeflnttton of Seventy Levels
Seve rity Levels are defined as the condition o f the sy stem wh e n City of Fort Worth submits an
AR . Alcatel-Lucent defines three severity levels for reported problems, a ligning with TL9000
R.4 .0 standards. Severity Lev e ls are defined as follows:
• "Critical" (also known as Severity Level 1, SL1): The system is inoperative and City of Fort
Worth's inability to use the product has a critical effect on City of Fo rt Worth's operations.
This condition is generally characterized by comple te system failure a nd requires immediate
correction. In addi tion, any condition that may critically impact human safety is considered a
Severity Level 1 Critical problem.
• "Major" (al.so known as Severity Level 2, SL2): The ~-ystem is partially inoperative but still
usable by City of Fort Worth. The inoperative portion of the product severely restricts City of
Fort Worth's o perations, hut has a less critical effect than a Severity Level 1 condition.
• "M inor" (also known as Severity Level 3, SL3): Tite system is usable by City of Fort Worth,
with little or limited impact to the function of the system. This condition is not critical and
does not severely restrict overall City of Fort Worth operations.
In order to classify a request, Alcatel-Lucent technical support personnel will confirm with City of
Fort Worth the impact of the reported problem to determine an appropriate classification.
Where parties disagree on the classification of a particular reported problem, City of Fort Worth
and Alcatel-Lucent technical contacts will discuss the classification in good faith to reach a
mutually acceptable classification. In the event the parties are unable to reach agreement on the
classification, the reported pro blem s haJI he classified at City of Fort Worth's assigned
classification level ; however, no targets or o ther performance indicators o f any kind shall apply to
such reported problem.
8.3 TS Key Performance Indicators
The TS key performance indicators ("KPI"), established by Alcatel-Lucent, are dependent on the
severity level of the request as reported by City of Fort Worth to the TSC via telephone.
Al catel-Lucent KPis e xte nd to Ma intained Products running on a currently s upported softwa re
ve r s ion release o nly .
8 . 3. 1 Deftnttton of Key Performanc~ Indicators
• "Respond Time" ( a lso known as Specialist Ca ll-back) m eans the time period from whe n City
o f Fort Wo rth first notifies the Alca tel-Lucent Welcome Center of a reported problem to when
a n Alca tel-Lucent ex pert a tte mpts to contact City of Fo rt Worth via te lephone o r preferred
co ntact m e thod as defin ed when submitting the req ues t. In t he event Alca t e l-Lucent is una ble
to contact City o f Fo rt Worth after three (3) a tte m pts, the ticket wi ll be closed .
• "Restore Time" (also known as Remote Neut ra lizat ion) means a measure of the length of rime
from when Alcatel-Lucen t is con tacted and an event is detennined to be loss of service an<l/or
functionality affecting. to the time when Akatel-Lucent provides the means to return a system
to operational status.
• "Resolve Tune .. (also known as Final Resolution Ti m e} means a measure of the lengt h o f ti m e
from whe n City of Fort Worth first not ifi es t he Alca te l-Luce nt Welco m e Ce nte r to the t ime
when a solut ion to addres s th e ·iss ue is made ava ilable to City o f Fort Wo rth. This may occur
s imultaneotL'i ly wi th Res to re Time, unless the Resto re Tim e is hy me ans o f a wo rkaround
s uitable o nl y fo r te mporary w;e a nd Alcate l-Luc e nt d etermines that a mo re s uita ble
pe rma ne nt so lution can feasi bly he provi d ed.
lO
The Service Level Agreements on these K.Pts are described in the section .. Service Level
Agreement Values."
TS Service includes only Patch Releases and Mainterutn.ct! Releases as may be made available for
Maintained Products in accordance with the applicable Maintained Product software support
policy during the Tenn for use with Maintained Products. TS Service does not include access to
Feature Releases. Decisions of which versions of software will be updated, and whether to
include a correction in a Maintenance Release as opposed to including it in the next .Feature
Release, rem in Akatel-Luc:ent's sole discretion. TS Service does not entitle or support City of
Fort Worth to use optional or new software features resident in a Maintenance Release or Feature
Release, except to the extent that City of Fort Worth has separately paid the applicable license
fees for the use thereof. Alcatel-Lucent shall have the sole right to determine whether a new
functionality shall be included in a Feature Release or as an optional software feature.
a.5 License Terms
AD software that is ultimately provided in connection with TS Service, including without
limitation Maintenance Releases, Patch Releases or workarounds, are licensed subject to the
same terms, restrictions, and limitations as contained in the licenses under which the original
software was acquired.
8.6 Lab System
TS Service is intended for Maintained Products deployed commercially in a communications
network. Coverage may be extended to Maintained Products used in City of Fort Worth's own lab
for testing purposes before and during commercial use in City of Fort Worth's network if such lab
use is identified on the SOW. In the event TS Service is provided to Maintained Products in City
of Fort Worth's lab, such TS Service will be provided at normal business hours, on normal
.business days, at the loca1 time of the place where City of Fort Worth's equipment is located
(exceptions may apply) without regard to the Support Level applicable to City of Fort Worth's
other Maintained Products. Respond Tune~nly indicators will apply.
8.7 Customer Service Delivery Feedback/Escalation
City of Fort Worth may escalate a problem or provide feedback on the TS Service that is being
delivered or has been delivered. Service Delivery Feedback is for tasks and provision of
deliverables specifically defined in this docwnenl City of Fort Worth may initiate escalation or
feedback by calling the Welcome Center number and ask to speak to the duty manager to escalate
an open AR or create a Service Delivery Feedback AR.
a.a ctq of Fort Worth Responsibntttes
• When reporting an AR. City of Fort Worth shall include Severity Level of problem and output
of any diagnostics, printed logs, already performed to help reproduce the conditions under
which the trouble OCCtUTed. Identify site ID or contract number, submitter name & location,
callback telephone number and/or email address, system name & location, processor location.
type and serial number, and alternate contact.
8.8.1 City at Fort Worth ResponstbUftfft Concemtnt Alatel-Luc:ent Web Sfte Access
By accessing any Alcatel-Lucent.com web site to which Alcatel-Lucent affords City of Fort Worth
access, for or in coMection with its TS Service, City of Fort Worth agrees to the fol1owing:
11
• City of Fort Worth s hall not enable or permit Web site access to any person other than its
employees, without Alcatel-Lucent's prior written consent. Such consent shall be at Alcatel-
Luc.ent's sole discretion.
• If requesting such consent, City of Fort Worth shall identify to Alcatel-Lucent any non-
employee who City of Fort Worth would like to have access to the Web site, and If requested by
Alcatel-Lucent, will provide a copy of a Non-Disclosure Agreement executed between City of
Fort Worth and the non-t!mployee in accordance with the confidentiality terms of the
agreement pursuant to which the Maintained Products were supplied. Such agreement will
provide, at a minimum, the level of protection provided in this contract. Alcatel-Lucent may
refuse consent within its sole discretion.
• City of Fort Worth must notify Alcatel-Lucent in writing immediately of any change in the
employment or authorization status of any personnel having authorized access to the Web site.
• City of Fort Worth's use of any Alcatel-Lucent.com web site is subject to all Terms of Use then
set forth or linked to the web site. Such Terms of Use shall in no event be construed to
increase Alcatel-Lucent's obligations under this SOW nor to create or modify any performance
indicators for the Services under this SOW.
Without limiting Alcatel-Lucent's other rights, Alcatel-Lucent may deny access immediately and
in the future to individuals using the web site other than as permitted. Alcatel-Lucent shall have
no liability to City of Fort Worth on account of such denial.
9 Repair & Exchange Services
9.1 Alcatel-Lucent Responsf bUttfes
9.1.1 Descrfptton
Repair & Exchange Services (RES) provide repair or exchange of defective, City of Fort Worth-
o wned hardware (Parts). SI.As applicable to this SOW are listed in the "Service Level Agreement
Va lues" section.
9.1.2 Tasks/OeHverables
Al cat e l-Lucent shall:
• Repair or exchange from Alca t el-Luce nt invento ry RES Entitled Parts at City of Fort Worth's
request. Repaired or exchan ged Parts may contain components that are used, remanufactured
o r refurb ished. Ex changed Parts will be Fo rm , Fit and Functionally com patible.
• Deliver repaired or exchanged Parts to City o f Fo rt Worth's Entitled Site, or to a City of Fo rt
Worth s pecified site suitable for c ustoms clearance processing, by the a p plicable RES Delive ry
Deadline, in acoordance with INCOTERMS 2000 defined Delivered Du ty Unpaid (DDU) o r
Delivered Ex Ship (DES) or Delivered Ex Quay (DEQ) when applicable.
• Provide a s pecific fonn to be used by City of Fort Worth to record the failure description o f the
Pa rt.
---·------------·---·---------
12
• •
9. 1.2.1 For Return for Repair (RES-RFR)
• On the next Business Day following receipt and acceptance of a Part Request from City of Fort
Worth, provide a Part Request Number to City of Fort Worth as return authorization a nd
instructions on where City of Fort Worth is to ship their defective Parts .
• Upon receipt of the reported defective Parts from City of Fort Worth with the required
accompanying documentation and labeled with the Alcatel-Lucent Part Request Number,
repair or exchange the defective Parts, a t its discretion, a nd deliver the functional Parts within
the specified RES Delivery Time.
The Service Level Agreements on these KPI are described in the "Service Level Agreement
Values" section.
9.2 City of Fort Worth Res..!..po_n_si_b_fli_tt_e_s _________________ _
• City of Fort Worth is responsible for including all relevant documentation with each returned
Part including failure description, diagnostic test results, or some other indication suggesting
that a Part was suspected to be faulty or in need of replacement, serial number, and a
reference to Alcatel-Lucent's assigned Part Request Number. All such documentation and
identification must be attached to the exterior of the shipping container.
• City of Fort Worth will assist in efforts to minimize the number of No Fault Found (NFF)
conditions through utilization of technical support services as appropriate; reference to , and
compliance with, manufacturer's diagnostic procedures; and by remaining familiar with
Alcatel-Lucent's a nd the manufacturer's published references .
• City of Fort Worth is responsible for providing adequate packing material to protect against a
reasonable risk of damage that would normally occur during shipping by common carrier.
• City of Fort Worth will handle electrostatic discharge (ESD) sensitive material in an
appropriate manner including the use of ESD protection packaging and will take appropriate
actions to avoid ESD damage.
• City of Fort Wo rth must always provide the specific Part that wa s reported as s uspected faulty
a nd reques ted for repair or exchange.
• City of Fort Worth s hall be responsible for a ll transportation related expenses associated with
the shipment a nd import/export o f defective Parts to Al cate l-Lucent including, as examples,
la beling, packaging, shipping, customs fees and duty taxes, a nd insurance.
• Wh e n a pplica ble , City of Fo rt Wo rth is r es pons ible to mainta in and provide all n ecessary
gove rnme nt a uthorizatio n (permits a nd tax id e ntifka tio n , as exa m ples) and documenta ti o n
necessary t o facili t ate customs cleara nce processing.
• City of Fort Worth is responsihle to main t ain and provide proo f of delivery fo r a ll Parts
s hipped to Alcatel-Luc en t .
• City o f Fort Worth is responsible to ensure that their requt'sted del ivery s it e is ready to receive
repaired or exchanged Parts. De lays caused to Alcatel-Lucent o r repeat attem pts by Alca te l-
Lucen t to deliver se rvi ces due to City of Fo rt Wo rth 's site not being ready relieves Alca tel-
Luce nt of its RES Del ivery Dea dline o b liga t io ns and may be bill able at Alca t el-Luc e n t's th e n
t urre nt rates.
• For RES-RFR: Upon iss uan ce of the Alcatel -Lu cent Part Reques t Nwnher a nd s hipping
ins tructio ns, City o f Fort Wo rth will packa ge the d efective Pa rts and s hip the m to a rrive at t he
·----------··---------·-.. -----------------------· ----------------·· -·------· ... -··-------u
;
designated shipping location within thirty (30) days. If it is not the case, City of Fort Worth
will have to e mit another request to Alcatel-Lucent.
9.3 Part Request Process
• City of Fort Worth shall first diagnose and isolate a faulty Part and accurately identifies the
s uspected faulty Part identification number or code. A consultation with an Alcatel-Lucent
technicaJ support agent may be required via the opening on AR at the Welcome Center.
• To initiate a Part Request, City of Fort Worth shall call the designated Alcatel-Lucent Welcome
Center or, optionally, initiate a Part Request through the designated Alcatel-Lucent internet
portal if available or, optionally, through an email request. City of Fort Worth must initiate alJ
time-critical Part Requests through the Wekome Center.
• City of Fort Worth is expected to provide the following information:
• Requester's company name
• Requester name, phone number, & email address
• Maintained Product name and the RES Entitled Part name
• Service
• Entitled Site company name and ship-to address
• Entitled Site contact name, phone number & email address
• Part serial number(s)
• Alcatel -Lucent assigned service agreement number
9 .4 Unreturned Parts
[f City of Fort Worth fails to return the reported defective Part to Alcatel-Lucent as specified or
returns material that is excluded from coverage as specified in "Exclusions" section, City of Fort
Worth agrees to pay Alcatel-Lucent the published list price for the Advanced Exchange Parts and
$500 per item in restocking fees . When informed of Unreturned Part instances hy Alcatel-
Lucent, City of Fort Worth will acknowledge notification of such instances within fourteen (14)
days and will issue to Al cate l-Lucent an approve d purchase authorization within thirty (30) days
of Alcatel -Lucent's notification such instances, or else provide documented evidence that Alcatel-
Luc e nt's cl aim o f Unreturned Parts does not apply.
10General City of Fort Worth Responsibilities
City of Fo rt Wo rth s ha ll :
10. 1 All Ma i ntenance Services
• En s ure t ha t Mainta ined Products are installed, configured , o perated a nd ma inta ined in
accord a n ce wit h Alcatel -Lucent app licable installation, o peration, administration, and
ma intenance s pec ifications.
• Ensure tha t Maintain ed Products a re o pe ra ting o n c u rre n tly s u p ported ha rdwa re a nd software
re lease(s ) wi th imple mentati on of Alcatel -Lu c ent o r OEM required software updates a nd
ha rdwa re c han ges. If City of Fort Wo rth is no t fo rthcom ing with updates to Mainta in ed
Produc ts as indicated in a bove , custome r s hall a ll ow Alca tel-Lucent to perfonn a n a udit o f
th eir ne two rk , a t City o f Fo rt Wo rth's ex pe nse .
··-··-·--------.-...----···-····-··----..------------.. -·--···-··-·-·-·-·----------·-----· ,\I , dlP.i 1.lJ<.('Ot Pr oprn~IMY aod (l)flftil(or,t fat . 0 /010 <\II Rlfl ht, Re'lf'P,M . 14
..
• Notify in writing any changes in Maintained Products (as described in section or appendix
covering "Maintained Products and Scope of the Services") including, but not limited to
quantity or locati9n of Maintained Products less than ninety ( 90) days prior to the start of the
initial or renewal Entitlement Term or to any changes to the Maintained Product or any
changes in the Sites.
• Allow Alcatel-Lucent, if Alcatel-Lucent deems it necessary, to verify the accuracy of the
Maintained Products status by reasonable means.
• Keep a logbook in which all events relevant for the performance of the Services shall be
recorded. 11lis logbook shall at all times be available to Alcatel-Lucent.
• Maintain a procedure external to the software programs for reconstruction of lost or altered
files, data, and/or programs.
• Perform initial problem diagnostics and analysis to isolate the problem to a Maintained
Product.
• When contacting Alcatel-Lucent. provide all information regarding the concerned Maintained
Product. This includes, without limitation: Site, contract number, submitter name & location,
callback telephone number and/or email address, system name & location, processor location,
type and serial number, and alternate contact
• Provide all information necessary for Alcatel-Lucent to provide the Services without delay.
This may includes, without limitation: severity level of problem, output of any preliminary
diagnostics, printed logs, already performed a<..'tions.
• Ensure availability of employees which shall have sufficient competence to assist Alcatel-
Lucent's personnel. Any delay time caused by City of Fort Worth shall be deleted from KPI
measurements.
1 O. 2 Remote Connection
Depending on the Maintained Product a Remote Connection may be mandatory to provide the
Services.
The Remote Connection can be established from Alcatel-Lucent's local site, one of the Alcatel-
Lucent TSCs (Technical Support Center), the Alcatel-Lucent TEC (Technical Expert Center),
Alcatel-Lucent NOC (Network Operations Center), or from an OEM Company or third party
service provider (contracted by Alcatel-Lucent for providing support Services for OF..M software
or Hardware).
City of Fort Worth shall at its risk and expense provide Alcatel-Lucent with the necessary
infra.~tructure to complete a remote connection to the Site.
If, due to reasons beyond the control of Alcatel-Lucent, the Remote Connection cannot be
established or is established with unsatisfactory quality or bandwidth, the KPis specified in the
"Service Level Agreements .. s hall be extended for the same period during which the Rem o te
Co nnection co uld not be established. In this s ituation, Alcatel-Lucent reserves the right, and
upon consent of City of fort Worth, to send s killed personnel to the site to resolve the problem.
Separate tentlS and fees apply.
11 Service Level Agreements
This 1,Cetion describes the SLA selections applicable to the Maintenance Service(s) covered by this
sow.
---~--·----------·· --------JS
11.1 For Repatr & Exchange Se_rvice (RES)
RES Return for Repatr (RES ·RFR)
RES Return for Repair provides Repair or Replacem@nt of
defective City of Fort Worth-owned RES Entitled Parts in ninety
(45) days or less.
11.2
J
I ...
. Rwpond(1)
....... ------...c~•1
.• ,,_,..o.y f'J/~~l~IClri:.tl~..., ··--Hountl~~~~~,..., .
.,Hou,t·. -~
. •Ne;¢~l»!;'ijf~~;ffl·~~~
~ *-r..,..Ncl'it.ii~ .... llM~~-l'btitlD~N~~,t
Notes:
.·•At.lti~
1-Criti ca l ARs can only be opened by pl1<me. For Major and Minor ,\Rs opened v ia the we h , 5
minutes will be added to all Respond targets s ubmitted via Akate l-Lucent 's o n -line web form .
Fo r Major a nd Minor A Rs sent to Alcatel -Lucent via email , 6o minutes will be a dded to a ll
Respond ta rgets .
2 -Re store target'> o nly a pply to o utage conditions (service or functionality) that can be entirely
neutralized remotely. If an on-site intervention is necessary, the travel time to arrive at Site is
added to the Restore time target or discounted from the Restore interval. The decision to go on-
site is mutually a greed with City of Fort Worth. Ad ditional fees may apply . Restore targets do not
apply to RSR Fernto Solution and WiMax Alcatel Lucent Terminals.
-----····--··-···-··---"'
3 -If on-site intervention is required to resolve a hardware problem (e.g., replacing a faulty
Maintained Product), the Restore target is temporarily suspended during that time period. It will
restart once the hardware problem is corrected (e.g., a new or repaired Maintained Product is
installed in the network).
4-If City of Fort Worth requires a service window (i.e. scheduled downtime of the network) to
address a reported problem, the scheduled interval will not be included within the Restore time,
since during the scheduled period Alcatel-Lucent cannot perform activities.
5-Target does not apply when OEM servers and Network Management Systems are not instaUed
in redundant configurations.
6-Target applies when solution does not require a design change or development of software
code. If a design change or development of software code is required, it will be available as per
the applicable hardware or software product support policy.
7-This is measured as a percentage of the total number of ARs that will meet the indicated target
for each classification over a rolling four quarters.
12 Exclusions
Maintenance Services do not include:
• Support for custom software features not named in this SOW as a Maintained Product, that is,
any features that are not present in the generally available version of the Maintained Product.
• Support for third-party software not licensed to City of Fort Worth by Alcatel-Lucent.
• Creating or making corrections to City of Fort Worth-specific reports.
• Making specification changes or performing services connected with installation or relocation
of the Maintained Products.
• Support for non-maintained products, whether or not they reside on the same computing
hardware platform or Alcatel-Lucent provided and hardware platform on which Maintained
Products reside.
• Assistance or service, including without limitation, modification or replacement of the
Maintained Products, repair of damage, or increase in service time caused by or required as a
result of any of the following:
• Failure to continually provide a s uita ble operational e nvironment with all facilities
prescribed by the applicable product specifications document including, but not limited to,
t he failure to provide, the failure o f, or fa u lty , adequate e lectrical powe r , a ir conditioning, o r
humidity, dust control.
• Use o f the Ma intained Prod ucts in a ma n ner not in accordance wi th its s pecificatio ns,
o perating instructions, o r license-to -use .
• Maintenance, repairs, o r other services result ing from casualty , cat astro phe, na tural dis.ast e r
(which shall indude, b ut not be li m ite d to, fire, fl ood, earthquake, wate r , win d or light ning),
accident, trans portation diffic u lties, terror ism o r ot her hostile action , neglect by City of Fo rt
Wo rth, negligence of City of Fo rt Wo rth, o r misuse by City o f Fort Wo rth .
o In the event of a service interruption c.aused by accident, dic;a s te r, or terrorism Alcatel-
Lucent will make a co mme rcially reaso nable attempt to restore service o n the
Ma intained Products. If, ho weve r, service is no t resto red wi thin 12 hours, Alcat €'1-
Lucent and City of Fort Worth wil) mutually agree on next steps to be taken, which may
include the purchase of disaster recovery services to restore service. Additionally, the
commercially reasonable efforts contemplated by this provision do not include the
provision of new, re placement, or additionaJ hardware or software or performance of
on-site services, which if available would require payment of additional charges.
• Modifications, maintenance, or repair performed by other than Alcatel-Lucent designated
personnel, including changes , modifications or alterations not authorized by Alcatel-Lucent
in the Maintained Product, the hardware, or the software environment in which the
Maintained Product operates, including without limitation the introduction of updates of
third party software or hardware that have not been validated by AJcatel-Lucent.
• Attachment of unspecified or non-approved products to the Maintained Products, or failure
o f a processor or other equipment or software not maintained by Alcatel-Lucent or failure of
removable or rotating storage media.
• Database problems: If the condition is determined to be the result of corruption of the
Maintained Product's database, and such corruption is not the direct result of the
Maintained Products, the condition will be referred back to City of Fort Worth. However, if
corruption is the result of, or caused by , Alcatel-Lucent's Maintained Products, Alcatel-
Lucent shall manage the resolution of the problem, at no additional charge; provided,
however, Alcatel-Lucent shall only be responsible for restoring data on the media. City of
Fort Worth shall be responsible for providing Alcatel-Lucent with the data that needs to be
restored.
• Hardware/firmware problems : When a condition has been is o lated to a hardware or
firmware problem on a product that is not covered under this Agreement, the condition will
be referred back to City of Fort Worth for disposition under whatever maintenance
arrangements City of Fort Worth may have for such hardware or firmware.
• Other /interfacing systems problems: If the condition is determined to be caused by systems
o ther than the Maintained Products, including, but not limited to, systems that interface
with the Maintained Productc;, the condition will be referred to City of Fort Worth for
co rrective action unless the other system(s) has been furnished by Alcatel-Lucent and is
covered under th is SOW , in which ca s e AJ catel-Lucent shall manage the resolution o f the
pro bl em.
• Equipment ce rtificatio n , as required per Al ca tel-Lucent 's po licy o n equipment not installed by
an approved Alcatel-Luc e nt installer, o r lapse in Maintenance coverage that spans more than
9 0 days, or equipment tha t has been moved.
• Un less otherwise specifi ed in th is SOW, ins talla tion of mod ifi cat io ns, u pgrades, fe a tures,
e nha ncem e nts o r model co n versions, refin is h ing o r re fu rbis h ing of products , TSC assistance
required in su p po rt o f non-Akatel-Luce nt manufactured equipmen t, o r direct routin e TSC
ass istance initiated by an indivtdual site if TSC sup port is provided to a City o f Fort Worth
staffed con t rol center and/or centralized engineering group.
• Maintenance o r repairs o f acces.sories, attachments or any othe r devices not identified in this
sow.
• Furnishing of optional accessories o r conswnable sup plies.
• Recovery of a ny lost da ta o r expenses fo r reconstruc ting da ta lo st d uring the performance of
Maint e na nce Services .
• Trai nin g o f City o f Fo rt Wo rth sta ff.
.... -··· --~ -----~-.
Ill
• Furthermore, s hould City of Fort Worth desire Services for any u..4'ed Product a nd/or Product
which is not under warranty or has not been under a support service agreement with Alcatel-
Lucent, in effect immediately prior to the request for Service hereunder, the Product must be
inspected and certified for support Service at Alcatel-Lucent's then-current rates, prior to
being eligible for support Services under this SOW.
Technical Support doea not Include:
• Performing preventive maintenance for the Maintained Products.
• Custom modifications or network expansion.
RF.S does not include:
• Part modification or upgrade services, unless deemed necessary by Alcatel-Lucent.
• Root cause analysis or failure mode analysis that specifies the actual Part failure cause or any
s pecific remedial action.
• Repair or exchange of Parts with defects or malfunctions caused directly or indirectly by: (1)
failure of non-Alcatel-Lucent personnel to follow the manufacturer's installation, operation, or
maintenance instructions; (2) Products or their Parts not specificaJly identified as RES
Entitled Products or RF.S Entitled Parts; (3) abuse, misuse, or negligent acts of non-Alcatel-
Lucent personnel; (4) damage from fire, water, wind, exposure to weather, or other forces of
nature; (5) acts of terrorism, vandalism or other hostiles actions.
• Repair or exchange of Parts that show evidence of: (1) improper packaging; (2) improper
handling; (3) modification by non-Alcatel-Lucent approved personnel; (4) the installation or
a ttachment of non-Alcatel-Lucent or non-OEM approved components including hardware or
software; (5) any condition that exceeds the tolerances as prescnoed by the manufacturer.
• Repair or exchange of passive and mounting hardware including, but not limited to, cabinets,
chassis, frames, antennae, connectors, cables, cable assemblies, cords, brackets, bezel,;,
faceplates, adapters, panels or labels.
• Repair or exchange of consumables including, but not limited to, fuses, batteries, air filters, or
transformers.
• Repair or exchange of documentation or software in all media forms.
Engineering and Installation of IPD Equipment does not include:
• Creation o r updating of City of Fort Worth drawin~, records, or databases unless s pecified in
this SOW.
• Additional s ite material (beyond what is s pecific.ally identified in the assumptions section)
requiremen ts and its pricing. Such rt'.quirements and pricing shall be established after
completion o f the site survey o r receipt of City of Fo rt Worth-submitted site material data .
The site materials and associated engineering and installation effort sha ll be quoted to City of
Fo rt Worth; and, upon approval, City of Fort Worth s hall submit a separate Purchase O rde r
fo r such site mat erials and associated shipping and services.
• Unusual d el ivery conditions (crane, wi ndow rem ovaL street clos ures, etc .}.
• Remediation, removal, or o ther corredion of hazardo us material.
• Modification to, o r repair of, City of Fo rt Worth-provided material. New or used material
provided by City o f Fort Worth sha JI be in s uch condition that it requires no repair a nd no
adjustment o r test e ffort in excess o f that normal for new equipme nt.
Al<,1tel-l1Ken t Pr opdet.vy and Conf~nlal. o Z010 Ml Rtthh Rewr'led. l9
• Additional personnel required due to special security needs at the site location.
• Expedited services, unless specifically noted.
• Reflectance tests for fiber cables.
• Union requirements on Alcatel-Lucent installation crew.
• Customizing of application software to fit network.
• Correction of non-eonforming site conditions.
• Site acquisitions.
• Building construction and modifications.
• Physical pack level inventory.
• Emergency power/generators.
• Product and services training.
• Outside Plant work.
• Removal and/or relocation of existing equipment.
• End panels, spacers, AC outlets, and other rack accessories unless specifically mentioned in
the assumptions section.
• Wall penetration.
Data Network Integration -Ethemet/lP does not include:
• High level network design
• Testing connectivity to end user equipment
13 Term/Duration for Maintenance Services
The following applies to all Maintenance Services included in this SOW.
Term: The 'term" s hall refer collective ly to the Initial Term a nd Renewal Tenns as described
below.
Initial Term; The "Initial Term" of this SOW will begin on the day the purchase order for the
Ma intenance Service is a ccepted or such other Service start date as may be a greed to in writing by
the parties and will continue for a period of two (2) years. City o f Fo rt Wo rth s hall place a
purc ha se order to cover the e ntire Init ial Term .
Renewal Tenn: City of Fort Worth's coverage under this SO W fo r the Services will
auto ma t ically renew fo r successive o ne-year term5 (each a "Re newal Term") unless eithe r party
gives written notice o f intent to not renew no later than sixty (60) days prior to the expirat ion of
the Tenn then in effect. The prices and terms o f Service fo r a Renewa l Tenn shall incorporate
any modifications of which Alcate l-L uce nt has provided Ci ty o f Fo rt Wo rth written no t ice prio r to
the s ta rt of the Re n ewa l Term. City of Fo rt Worth shaJI place a confirmat o cy p urc hase o rd er fo r
each Renewal Term prio r to the fi rst day o f that Rene wal Te nn .
Prices a re based upon purchase of the Service for the enh"re agreed Term. Accordingly, and
notwithstanding any o ther provision of the Agreement, City of Fo rt Worth may no t terminate
this SOW, o r any o rder purs uant to this SOW.fo r co n venie nc.e during the co urse of the lr1itial
Term o r any Re ne wal Te rm .
...
14 Project Schedule
Unless specified elsewhere in this document, City of Fort Worth and Alcatel-Lucent will mutually
agree in advance on project schedules or start date before commencement of work.
15 Pricing Summary
15.1 Prfcfng Notes
• The quoted prices are valid for POs received within 60 days from the date of this SOW.
• All prices are in $US, unless stated otherwise.
• Prices do not include taxes.
• If this SOW is accepted as is, please reference the 10US078552A2 quote number on your POs.
Maintenance Services:
• Coverage Choice for Maintenance Services is set forth in the section/appendix called
"Maintained Products and Scope of the Services."
• If City of Fort Worth purchases or collocates additional products of the same type for which
Maintenance Services are in effect or additional license capacity during the Initial Tenn or any
Renewal Term, City of Fort Worth will pay the pro-rated maintenance fees in advance of
coverage at the standard rate stated below for the additional products or lkense capacity
based on the number of months remaining in the applicable Term, starting on the dates on
which the new products were put into service. City of Fort Worth shall provide an update of
any change in quantities on Maintained Products on a quarterly basis or otherwise agreed to
in writing. Updates must occur annually at a minimum. However, notwithstanding the
foregoing, an immediate update is required if the City of Fort Worth increases the quantity of
the Maintained Products by more than 1096 at any time.
• City of Fort Worth must purchase Maintenance Service coverage for all products in its network
of the types for which Maintenance Services are in effect under this SOW. City of Fort Worth
s hall allow Alcatel-Lucent, if Alcatel-Lucent deems it necessary, to verify the accuracy of the
Maintained Products, hy reasonable means.
• Prices are based up:m purchase of Maintenance Services for the entire agreed Term .
Accordingly, and notwithstanding any other provision of the Agreement, City of Fort Worth
may not terminate this SOW, or any o rder pursuant to this SOW, in whole or in part, for
convenience during the fnitial Term or any Renewal Tenn .
Project Management Services:
• Travel & Liv ing not included.
Engineering and Installation of IPD Equipment:
• Price includes all travel and expenses. Travel costs are estimated. [f current prevailing
industry airline rates increase significantly hy time o f installation, additional costs will be
incurred.
• If delays to scheduled Alcatel -Lucent work/completion dates are customer caused, additiona l
c harges may be incurred.
• The pricing for the Services under this SOW is based upon the configurations and quantities
provide d and s pecified within this SOW. Alcatel-Lu<..-ent reserves the right to re-quo te prices
for the Services under this SOW if City of Fort Worth requests any changes to the
configurations or quantities.
• Price is valid for entire projec.'t only, as defined in this SOW. Separate portions o f the pricing,
if requested individually, may require a separate services quote.
• Unless otherwise agreed upon, a ll prices are based on installation interval"! agreed by the
parties in writing (including compressed schedules), o r, if none, Alcatel-Lucent's standard
installation intervals for the product in question.
• Pricing does not include hauling, hoisting or warehousing of equipment.
• Unless otherwise noted, only normal transportation for services personnel is included in this
price. Special modes of transportation, such as snowmobile, helicopter, 4x4 veh icle, etc. are
s pecifically excluded.
• Unless otherwise specified, all far-end terminations, including but not limited to DSX , LGX ,
power, alarms and grounding, must be on the same floor as the equipment being installed.
• Changes to orders which include site/installation material, made after material procurement
is complete, will result in a 15% re-stocking fee for non-customi7.ed materials and full billing
for all customized materials (e.g. pre-connectorized cables). Alcatcl-Lucent's pricing, as listed
herein, is subject to change if the Services are provided in support of a governmental contract
or are otherwise subject to a Prevailing Wage Law. The term "Prevailing Wage Law" means
the federal Davis-Bacon Act (Title 40 U.S . Code, chapter 3 , Section 276(a)) or any s imilar
federal, s tate or local law or regulation requiring that workers under certain contracts be paid
the prevailing local wage for the cla~ification of work in question. City of Fort Worth further
agrees that, if a Prevailing Wage Law is applicable, an adjustment to the pricing shall be made
in proportion to the increased amounts Alcatel-Lucent is required to pay as a result of
application of the Preva iling Wage Law.
16Glossary
16.1 Maintenance Definitions
• "Agreement" s hall mean the co ntra ct governing the Services described in this SOW.
• "Assistance Request" or "AR" s hall mean a City of Fo rt Wo rth-initiated request for Services
to be perfo rmed. An AR will be co ns idered va lid when Alca tel-Lu cent acknow ledges t he
req uest fo r assistance a nd con firms ack nowledgemen t by providin g City o f Fo rt Wo rth wi th an
AR trackin g number (call number , ticket ntunber). An AR may be in itiated by City of Fort
Worth by telephone through the Alcatel-Lucent Tec h nical Services Center (tSC") or via mail
o r through the Akatel-Luccnt.com cust omer support web site: http://www.Alcate l-
Lucent.com/support. Phone has to be used to initiate an AR for Critical and Major AR_
• ~Bu..<Jine.s Day~ o r ~BO" shall mean nonnal full working <lay in the location where City of
Fort Worth's equipment i.<; located.
MBusiness Hour" or "BH" shall mean th e e la psed 6 0 -min ute t ime period d uring norma l
working hours in the loca tio n w he re City o f Fort Wo rth's eq uipme nt is o pera t ing.
• ''CaJendar Day" s hall m ea n the weekdays Sunday, Monday, Tuesday, Wednesday, Th u rsda y ,
Frid ay a nd Sa turday an d s hall he incl us ive o f na tio na l, s t a te or loca l ho li days .
.. .,
• "Coverage Period" shall mean the times of day and the days of the week during which
Maintenance Services will be provided.
• "F.nd Date" s hall mean the date of end of the Term . After that date, City of Fort Worth may
no longer initiate requests for Services.
• "Hour" shall mean any consecutive 60-minute time period.
• "Maintained Products" means those products for which Maintenance Services a.re
purchased in accordance to this SOW and are specifically identified in the section/appendix
"Maintained Products and Scope of Services." Different products or products additional to the
number of Maintained Products stated in this section are not covered in this SOW.
Maintenance Services are only available for Maintained Products that are commercially
deployed and operational. The RES Entitled Parts are part of the Maintained Product.
• "OEM" or "Original Equipment Manufacturer" means product and/or maintenance
provider other than ALU that provides hardware, software and/or services.
• "Reasonable Effort" or "RE" means those efforts and/or tasks set up to perform or act
upon to resolve an issue or a problem. However, it does not guarantee to resolve or fix a
problem, but will make every effort to do so within the scope of what is commercially
reasonable given the nature of the problem.
• "Service" means the services to be provided by Alcatel-Lucent as described in this SOW.
• "Service Level Agreement" or "SLA" means the service level that City of Fort Worth has
subscribed to Alcatel-Lucent concerning the Services.
• "Site" shall mean the physical address of where Maintained Products reside and s hall be the
basis for Service resource planning such that only Sites are eligible for Services.
• "Start Date" shall mean the date of beginning of the Tenn . At that date, City of Fort Worth
may begin initiating requests for Services.
• "Statement of Work" or "SOW": means this document, including the herein attached
Appendices.
• "Software" s hall mean intangible Information in o bject code form constituting one or more
computer or apparatus programs and the informa tional content of s uch programs, together
with a ny documentation s upplied in co njunction with and supplementing such programs, the
fo re going being provide d to City o f Fort Worth by way o f e lectronic transmissio n or by being
fix ed in media furnished to City of Fort Worth.
• "Support Window" s hall m ean the times of day and the da ys o f the week during whi c h
Mai ntenance Services will be provided.
• "Tuhnical F.xpert Center" o r 'TEC" means the Tec hn ica l Ex pert Ce nte r of Alcatel-
Lucent's organization , wh ich performs Third Level Maintenance.
• "Tec hnical Support Center" o r "TSC" means Alcatel-Lucent 's Technical Support Center
where from Alcatel-Lucent shall provide Second Level Maintenance to City of Fort Worth,
through different available media (means of phone communication, Remote Connection
and/or by means of on Site interventions).
• "Welcome Cente r " or 'WC" means the w Alcatel-Lucent Welcome Ce nte r " organ iza tion set
u p by Alcatel-Luc e nt to a ll o w Ci ty o f Fo rt Worth to contact Alca tel-Luce nt services ce nters by
mea ns of a u nique e ntry point.
...
16.2 Abbreviations
• AR: Assistance Request
• BO: Businerl.S Day
• BHz Business Hours
• CD: Calendar Day
• EDU: External Disk Unit.
• FRU: Field Replaceable Unit
• H: Hour
• KPI: Key Performance Indicator
• SLA: Service Level Agreement
• NA: Not Available
• NBD: Next Business Day
• NBDAN: Next Business Day After Next
• NFF: Not Fault Found
• PO: Purchase Order
• PR: Part Request
• PRN: Part Request Number
• RE: Reasonable Effort
• RES: Repair & Exchange Service
• RR: Reporting & Review
• SLA: Service Level Agreement
• TS: Technical Support Service
• TSC: T ec hnical Support Center
• TEC: Technical Expert Center
• WC: Welcome Center
17 Appendices
_1_7_. 1 __ Ma_f_n~afned Products and Scope of the Servfc_es __________ _
fqufpment QUMtitv Loatian Servic" Support l.9¥el
n<Y5SAR 8 C lty of Fort Worth RTS Bronze . --
no5SAR 8 City of Fort Worth RFR Standard ( ... 5 davsl
7750 SRcf2 t City of Fort Worth RTS Bronze
7750 SRc12 1 City of Fort Worth RFR Standard (45 davsl
5620 SAM 1 Cltv of Fort Worth RTS Braue
17 .2 Exhibit A: Product Description
DESCRIPTION PART NUMBER QTY
MOR-8000 RADIO EQUIP_M_E_NT ______ ------+---1_50_~~-er_n_e _t -+---
~------------------------------------<
MOR-8000 RADIO ACCESSORIES
MULTIPLEX EQUIPMENT
TELECT OSX-1 CROSS CONNECT
------------------------+-----------DC POWER SYSTEMS -----------------
ANTENNAS & FEEDLINE EQUIPMENT
-·· ·-------------------------.---~ MDR-8000 RADIO SPARES
>-----------------------·----~ ··----------+---
----------· ·-·-----------·-·---+-·----·-
-DC POWER SYSTEMS SPARE_S ___________ -----------+---.. -------··
1----·-----···-·------------· -··---·------------·--·· ·---~----·· ---· • ···-----. ··-----·--
. -----------·---,-·•·• -----·-·--·-------
---·-----------------. -··--
-----------· . .... ·-··-------·--------... ----~ ----------· ---------~--
-·· ·----------------·---···---------·--·-····-.------·----------------·-------------
Jo •• -... ----··-·-·-..... ___________ •• ·-·--------------·-----··-----··-----+----t
~ --··--------. ---------------------· ----------·· ---
·---------·-----------------------·· ··-----+-----!
.. -··------·-----· ...... --------·---· •••.• -----·----~l--·--•-·-------··--· ••. --.._ ___ _
~ . .
17.l Exhtbtt 8 Wtreless Transmtsston otvtston Project Completion Notice
Customer/
Subcontractor PO#:
Name:
Project Name: SPT#:
Work Completion Date: (internal use only)
WQRKSITES;
Site NamH Equipment Type
1
2
3
4
5
6
7
8
9
10
---····-· ... ·------------
---------------
PUNCH LIST:
Punch List Items
2
Accepted By
Customer
Alcatel-/
Lucent subcontr
actor
Daw
Accepted
3 -----+-----+--------4
5
6
7 ----·-·-·-------------8
---------·-·-·--·-·· .• ---------a___ ____ _._ ___ _.._ _________ _
COMMENTS;
--·-·----·---·· . ·······-····---· -··--·-----------·-----------·--·--------------·---·-··
·-sc-cv.,..,s=r=e,..,..,..·~AC-c--=c =epy~ANCC--=ec-; · _.. .. ---.... --.. --... ·-·-·--------------------------
Customer / s ubcontractor Rep,..entattv.: Alcat.M..uc:.nt RepntMntatlve:
Name: kJ c.b oo. SO\.l\..\.os/5~ 4.)r e-k(S
------· ________ Signature: -~~~
Name:
S ignature:
Date: Nov . 5 I ,J..o Io ------· .... -· .. ------------I Date:
-----AlcatPi Lucent Pm p tetary ~ Conl!dent ial . Q 7.01 0 AJI Fl111ht\ RMervNI.
... ' .
EXHIBIT 'B
~, scientel
.. , ... ~ ·---·~-~---............ ···-··¥-..
\'lllllt l f ~l,. lt (
Scielllel WreleN. LLC
1200 Placid Ave. Suite 500
Plano, TX 75074
City d Fort 'North
PRICING SUMMARY
City d Fort Worth System Upgrade
Proposal# 2010326 Rev1
September 23, 2010
Original COF
Pricing
PROJECT EQUIPMENT
MOR.aooo RADIOS s 375,473
MPLS ROUTERS $ 267,495
5620SAM $ 57,050
DSX-1 PANELS s 8 ,262
ANTENNA EQUIPMENT $ 49,329
PROJECT EQUIPMENT TOTAL s 757,eot
PROJECT SERVICES
INSTAUATION AND TEST, RADIO & ANTENNA EQUIPMENT s 231 ,768
TRANSMISSION ENGINEERING s 46,935
FACTORY STAGING s 13,127
CUSTOMER 'MTNESS TEST $ 2,391
PROGRAM MANAGEMENT $ 24,174
EF&I STAGING FOR MPLS EQUIPMENT s 25,987
Data Network Integration -Staging in Longview, lX and Field Verification $ 52,279
MPLS FIELD SUPPORT, ONE VI/EEK IN FW $ 13,150
7705 SAR 5 YEAR SLA $ 81 ,725
7705 SAR NET'M)RK DESIGN $ 40,300
APPLICATION & SYSTEM ENGINEERING $ 11 ,744
ON-SITE TRAINING FOR MOR-8000 ANO MPLS 5 DAYS/6 STUDENTS S 52 ,200
WAREHOUSING -2 MONTHS s 9,486
PROJECT SERVICES TOTAL $ 805,281
PROJECT SPARES
RADIO SPARE MODULES MDR-8000 s 31 ,495
MPLSSPARES $ n,090
PROJECT SPARES TOTAL s 103,515
Revised COF COF Pricing
Pricing After Report
s
$
$
$
$
s
$
$
$
$
$
$
$
$
s
$
s
375473.00 $ 366,&43 .00
267495.00 $ 267,495 .00
57050.00 $ 57,050 .00
0.00 $
49329.16 $ 43,950.30
$7.Q.347 $735,131
216,412 $ 218,787
16,980 $ 16,980
13,127 $ 13,127
. s
24,17-4 $ 24,174
25,987 $ 25,987
52,279 $ 52 ,279
-$
13,769 $ 13,769
40,300 $ 40,300
11 ,744 $ 11 ,124
52,200 $ 50,300
9,486 $ 9 ,486
478,451 $ 478,313
31,495 s 25,5 75
73,590 s 73 ,590
105,0IIS s 99,185
Management Adjustment s (287 ,189> S (217,181) $ (28 7 ,189)
P ROJECT EQUIPMENT, SERVICES & SPARES TOTAL $ 1,179,272 $1 ,043,702 $1,023,421
UC'Buy CONTRACT PRICING WORKSHEET Contract CW10-09 Date 11 /2 8/20 10 For C a talog & Price S heet Type Purchases No.: Prepared:
Thu Form m,at be prepared by Contractor and given to End User. End User Issues PO to Contractor, and
MUST also fax a copy of PO, togetl,er wiJJ, completed Pricing Worksllee4 to H-GAC @ 711-99145,18.
Please type or print legibly.
llolyh,s jCity of Fort Worth CM11'1K1N": jscientcl Wire less A.-y:
Coa llld /Nanette Monte PITpllrM /Jose ph Manci no Pe,-; By:
I"'-' 1817-392-2625 l'IIMe: j 1-214-770-3 162 :
Fee FH : [ 1-630-652-3 805
i µmanc inot@scie ntelwireless.co m Eiull: l nanette . mo nte@fort wo rth gov .org F.•ail:
Cata ... / Price SIied City of Fort Worth System Upgrade Ne-.
Gnorral l>eK ri pdN
of Pn,ch1ct:
~ Catalot / Price S lhet lteas bei91 pMr'Choed -Itemize Below -A ttad1 Additional Slleet If Necessary
Quan ; Description Unit Pr Total
2 j MD R-8706£ -6 GHz -150 Mbps Data Capacity -Includes Accesso ries ( HGAC Part Number MD R-8706E-15j 26800 j 53600
2 [MD R-87 06 E -6 GHz -150 Mbps Data Capacity - Incl udes Accessories ( HG AC Part Number MDR-8706E-15j 251 26.5/ 50253
2 j MD R-8 706E -6 GHz -150 Mbps Data Capacity -Includes Accessories ( HGAC Part Num ber MD R-8706E-15i 23 150/ 46300
4 /MD R-87 1 IE-I I GHz-150 Mbps Data Capac ity-Incl udes Accessories tH.C:i~t>art Nu mber MDR-871 IE-1 / 24500/ 98000
4 i MD R-87 11 E - 11 GHz · ljO Mbps Data Capacity -Incl udes Accessories (~~N~bci(Ml>~r-s.n,+E-l j 26 750 / 10700C
16 \Control Swi tch Module (HGAC Part Number · SCI-AL U-CSM) : : ;·: ~,· ·;.: ': f ·.·;-.;-:' \ ~ ~.;~ ::. ·~: .. ~: ~"? :_. ! ~~; \:,.}: ~~ !,;· :\\)? 1840.5( 2944 ~
8 /an Mod ule (HG AC, Part ~u ~~ -SC l-1LtJ-~~N) __ . • , .. ·-··.·-·~ .. -. :.;.:.:..-·· ::.!'-.::-
35 4.6/ . ,.. ..~-.... .. .. •,. , ..... 'j :)' 2836 .8
16 j 16 Port Tl/E l AS AP Card (HGAC Part Num ber-~1-ALU:ASAP) 2973.6 / 47577 .6
18 i8 Po rt Gigf.lFE Ethernet Card (HGAC Part Nu mber -SC I-A LU-ETHC) 2973 .61 53524.8
8 j SAR Re lease OS License (HGAC Part Numbe r -SCI-ALU-SL) 602 .lj 48 16.8
8 ) 1/E I Cab le 26 A WG Open Ended (HGAC Part Number -SC I-ALU-A WG) 5001 400(]
16 j Powe r Cable ( 4M) (HGAC Part Numbt.-r - SCI-ALU -PO W) 106.2 ) 1699.2
Total From Other S heets. If Any : S 554 ,130 .20
S ubto tal A: 1053 186.4
B. Unpu blished Options. Accesso ry or Service itetllS -rtemize Below -Attaclt Additional Slteet ff Necessary
(Note: Unpubli shed Items are any which were not submitted and priced in contractor's bid.)
Q uan Descriptioa Unit Pr Total
I ]Bundl e 77SO SR-7 w/P EM3 /E FT +SF M2 wi th SF/CP M (MPL S Bun dles l'Omes with I Year Warran ty) 267 81. I[ 26781.1 I
1 [l oM-77 50S R-7/12 IOM2 -20G 20000 / 6000(
2 )2P OCJ/STMI Channeli7.ed Adapter 10 500) 2 1000
4 js Fr-OC-3/STM-1 SF P Optic MO D JR -I 600/ 2400
Total From Other Sheeu, If Any: S 147,250.00
S ubt otal B:
Check: Total cos t of Unpu blished Opt ions (B) cannot exceed 25% of the total o f
For thi5 transaction the percentage i5: 24 "!. the Base Unit Price plus Published Options (A +B).
C. Other AJ lowances. Dilco.nts, Trad~lu. Freight. Make Ready or MiKellaaeoua Charges
Discount (Management Adjustemeat) -287189.:Ci
Subtotal C : -1 87189 .. 5
Delivery Date:! 7/15/2010 I D. Total Purchase Price (A +B+q: 10234 2&
.,~ ' ... E XH IBIT~
MILESTONE ACCEPTANCE FORM
Services Delivered :
Milestone / Deliverable Ref. #:
Milestone I Deliverable Name:
Unit Testing Completion Date:
Milestone/ Deliverable Target Completion Date: -------------
Milestone I Del iverable Actual Completion Date : -------------
Approval Date:
Comments (if needed):
Approved by Consultant:
Signature:
Printed Name:
T itle :
Date :
For Director Use Only
Contracted Payment Amou nt:
Adjustments. includin g
pen a lties :
Approved Pa ym ent Amount:
-----------!
Approved by City Department Director or
Designee:
Signature:
Printed Name :
T itle :
Date:
E .XHIBIT D
NETWORK ACCESS AGREEMENT
This NETWORK ACCESS AGREEMENT ("Agreement'") is made and entered into by and
between the CITY OF FORT WORTH ("City"), a home rule municipal corporation with its principal
location at 1000 Throckmorton Street. Fort Worth, Texas 76102, organized under the laws of the State of
Texas and situated in portions of Tarrant. Denton and Wise Counties, Texas, and Scientel Wireless,
LLC with its principal location at 948 Springer Drive, Lombard, IL 60148, ("Contractor").
1. The Network. The City owns and operates a computing environment and network (collectively
the "Network"). Contractor wishes to access the City's network in order to provide MPLS over Microwave
services. In order to provide the necessary support, Contractor needs access to the wireless network for
configuration and turn up services during the life of the project and continued remote support and
monitoring.
2. Grant of Limited Access, Contractor is hereby granted a limited right of access to the City's
Network for the sole purpose of providing remote access services. Such access is granted subject to the
tenns and conditions forth in this Agreement and applicable provisions of the City's Administrative
Regulation 0-7 (Electronic Communications Resource Use Policy), of which such applicable provisions
are hereby incorporated by reference and made a part of this Agreement for all purposes herein and are
available upon request.
3 . Network Credentials. The City will provide Contractor with Net-.wrk Credentials consisting of
user IDs and pass'M>f"ds unique to each individual requiring Nel'M>rk access on behalf of the Contractor.
Access rights will automatically expire one (1) year from the date of this Agreement. If this access is being
granted for purposes of completing serv ices for the City pursuant to a separate contract, then, this
Agreement will expire at the completion cl the contracted services, or upon termination of the contracted
services, whichever occurs first. Services are being provided in accordance with City Secretary Contract
No.
4. Renewal. At the end of the first year and each year thereafter. this Agreement may be renewed
annually if the following conditions are met:
4.1 Contracted services have not been completed .
4.2 Contracted services have not been terminated.
4.3 Within the thirty (30) days prior to the scheduled annual expiration of this Agreement. the
Contractor has provided the City with a current list of its officers, agents, servants, employees or
representatives requiring Network credentials.
Notwithstanding the scheduled contract expiration or the status of completion of services. Contractor shall
provide the City with a current list of officers, agents, servants. employees or representatives that require
NeMOl'k credentials on an annual basis. Fail ure to adhere to this requirement may resul t in denial of
access to the Network and/or termination of this Agreement.
5. Network Restrictions. Contractor officers. agents, servants , employees or representatives may
not share the City-assigned user IDs and passwords Contractor acknoY.4edges, agrees and hereby gives
its authorization to the City to monitor Contractor's use of the City 's Network in order to ensure
Contractor's compliance with this Agreement. A breach by Contractor, its officers, agents, servants ,
e mployees or representatives, of this Agreement and any other written instructions or guidelines that the
City provides to Contractor pursuant to this Agreement shall be grounds for the City immediately to deny
Contractor access to the Network and Contractor's Data, tenninate the Agreement. and pursue any other
remedies that the City may have under this Agreement or at law or in equity .
6. Termination. In addition to the other rights of termination set forth herein, the City may tenninate
this Agreement at any tim e and for any reason with or without notice. and without penalty to the C ity .
Upon termination of this Agreement. Contractor agrees to re move entirely any client or communications
Vend or Netw ork i\c.:c<;s Ag r ec m ~I Re v . U t I 00009
I
~: ' I
I
'i
I
I
.~
!
software provided by the City from al( computing equipment used and owned by the Contractor, its
officers, agents, servants, employees .and/or representatives to access the City's Network.
7. lnfonnatfon Security. Contractor agrees to make every reasonable effort in accordance with
accepted security practices to protect the Network credentials and access methods provided by the City
from unauthorized disclosure and use. Contractor agrees to notify the City immediately upon discovery of
a breach or threat of breach which could compromise the integrity of the City's Network, including but not
limited to, theft of Contractor-owned equipment that contains City-provided access software, termination
or resignation of officers, agents, servants, employees or representatives with access to City-provided
Nel'M>rt< credentials, and unauthorized use or sharing of Network credentials.
8. LIABILITY ANO INDEMNIFICATION. CONTRACTOR SHALL BE LIABLE ANO RESPONSIBLE
FOR ALL DAMAGES THAT THE CITY MAY INCUR DIRECTLY ON ACCOUNT OF ANY BREACH OF
THIS AGREEMENT BY CONTRACTOR, ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES.
THE CITY, rrs OFFICERS, AGENTS, SERVANTS ANO EMPLOYEES, SHALL NOT BE LIABLE FOR
ANY DAMAGES THAT CONTRACTOR MAY INCUR AS A RESULT OF THE CITY'S RESTRICTIONS
TO OR DENIAL OF ACCESS TO CONTRACTOR'S DATA ON ACCOUNT OF ANY BREACH OF THIS
AGREEMENT BY CONTRACTOR, rrs OFFICERS, AGENTS, SERVANTS OR EMPLOYEES, OR FOR
ANY REASONABLE SECURITY MEASURES TAKEN BY THE crrv. IN ADDITION, CONTRACTOR
SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY
DAMAGE ANO/OR PERSONAL INJURY, INCLUDING DEATH, AND ALL CLAIMS, DEMANDS AND
JUDGMENTS THEREFOR, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR
OMISSION($) OR INTENTIONAL MISCONDUCT OF CONTRACTOR, rTS OFFICERS, AGENTS,
SERVANTS ANO/OR EMPLOYEES. CONTRACTOR, AT CONTRACTOR'S OWN COST OR
EXPENSE, HEREBY AGREES TO INDEMNIFY, DEFEND AND HOLD HARMLESS THE crrv. ITS
OFFICERS, AGENTS, SERVANTS AND/OR EMPLOYEES FROM AND AGAINST ANY CLAIM,
LAWSUIT, DEMAND OR OTHER ACTION TO THE EXTENT THAT THE SAME ARISES FROM THE
NEGLIGENT ACT(S) OR OMISSION(S) OR INTENTIONAL MISCONDUCT OF CONTRACTOR, ITS
OFFICERS, AGENTS, SERVANTS OR EMPLOYEES.
9 . Confidential Information. Contractor, for itself and its officers, agents, employees, and
representatives. 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 . Contractor
further agrees that it 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 . Contractor
shall notify the City immediately if the security or integrity of any City information has been compromised
or is believed to have been compromised .
10. Right to Audit Contractor agrees that the City shall, duri ng the initial term, any renewal terms,
and until the expiration of three {3) years after termination or expiration of this contract. have access to
and the right to examine at reasonable times any directly pertinent books, data, documents, papers and
record s. both hard copy and electronic, of the Contractor involving transactions relating to this
Agreement. Contractor agrees that the City shall have access during normal 'M)(king hours to au
necessary Contractor facilities and shall be prcwided adequate and appropriate 'M'.lrk space in order to
conduct audits in compliance with the prov isions of this section . The City shall give Contractor
reasonable advance notice of intended audits. Contractor further agrees to include in all its
subcontractor ageements hereunder a provision to the effect that the subcontractor agrees that the City
shall , during the initial term, any renewal terms. and until expiration of three (3) years after termination
or expiration of the subcontract, have access to and the right to examine at reasona ble times any
directly pertinent books, data, documents, papers and records, both hard copy and electronic, of such
subcontractor inv olv ing transactions related to the subcontract. and further tha t City shall have access
during l10fmal working hours to all subcontractor facilities and shall be provided adequate and
appropriate work s pace in order to conduct audits in compliance with the prov is ions of this paragraph .
City sha ll give subcontractor reasonable notice of intended audits .
Ve ndor Network Accc!ls Ag reement
Scient.1 Wireless, LLC
l.
Re" I )1 I 012 00()
..
I
j
I
11. Agreement Cumulative. This Agreement is cumulative of and in addition to any written
contracts, agreements, understandings or acknowledgments with the City signed by Contractor . This
Agreement and any other documents incorporated herein by reference constitute the entire
understanding and Agreement between the City and Contractor as to the matters contained herein
regarding Contractor's access to and use of the City's Network .
12. Amendments. The terms of this Agreement shall not be waived, altered , modified,
supplemented, or amended in any manner except by written instrument signed by an authorized
representative of both the City and Contractor.
13. Assignment. Contractor may not assign or in any way transfer any of its interest in this
Agreement. Any attempted assignment or transfer of all or any part hereof shall be null and void .
14. 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 .
15. Force Majeure. Each party shall exercise its best efforts to meet its 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.
16. Governing Law/ Venue. This Agreement shall be construed in accordance with the 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 .
17. Signature Authority. The signature below of an authorized representative acknowledges that the
Contractor has read this Agreement and agrees to be bound by terms and conditions set forth herein.
ACCEPTED AND AGREED:
Ka~en L. Montgome~y
Assistant City ManaLJ /; I
nate: / !~ ____ _
Vendor Network Access Agreement
Scientel Wireles111 , L LC
Scientel Wireless, LLC:
By~~~k,S
Tille:.~
Date : _ '-1 I J --··
Rev . I:>ilOOO(}()
.,
Project Name:
Project Number:
Contract Date:
Request Number:
Request Name:
Date of request:
Change Requested:
CITY SECRETARY y lf~ --CO \
CONTRACT NO . O
Change Order Request
City of Fort Worth
l OUS0785 5282
l/25/2011
l
Nanette Monte
8/31/2011
Adding needed installation materials and labor hours to facilitate live cut over from
existing DS3 network to new Ethernet network.
Reason for change:
These items could not be identified until the final network design was completed. Final
network design completion was delayed due to the fact that we were not granted FCC
license for one of the microwave links in the original design. This necessitated a redesign
of several links in the network. Therefore, additional dollars are needed to provide the
necessary equipment and addition labor required for the cut over.
Cost Impact:
Increase Contract Value by $49,500 Total: $49,500
Schedule Impact:
There will be no schedule impact as this change order is being processed to
facilitate installation.
Operational Impact:
None
Payment Terms:
The additional $49,500 will be invoiced immediately upon the City's approval of
this Change Order.
All other terms and conditions of the contract remain unchanged and in full force
and effect.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
09 -15 -11 AOS:22 OUT
CITY OF FORT WORTH:
By:~~-
Karen L. Montgomery r
Assistant City Manager
Date :_9;~/;--,.....,,.....y//'-f--J __
By:~ AssistaCityAttoey
Contract Authorization:
M&C: C-24680
Date Approved :1/25/2011
Scientel Wireless, LLC
By: __ i ____ _
JoSt..Ptt-MA11trNQ
VP or !;Ji-LES
Date: 1/25/2011
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
M&C .view
"·'··.·· ~· /;_::~::
'fl}/\("
.<t{}
DATE:
CODE:
1/25/2011 REFERENCE NO.:
C TYPE:
**C-24680 LOG NAME:
PUBLIC
CONSENT HEARING:
Official site of the City of Fort Worth, Texa
04SCIENTEL
WIRELESS
NO
SUBJECT: Authorize the Executi on of an Agreement for Equipment and Professional Services with Scientel
Wireless, LLC, Using a Houston-Galveston Area Contract for the Upgrade and Replacement of
the Microwave System Supporting the C ity's Public Safety Rad io Communications System for
the Information Technology Solutions Department at a Cost Not to Exceed $1 ,023,428.00
RECOMMENDATION:
It is recommended that the City Council authorize the execution of an agreement for hardware, software
and profess ional services with Scientel Wireless , LLC , using a Houston-Galveston Area Contract for the
upgrade and replacement of the m icrowave system that supports the C ity's publi c safety radio system for
the Information Technology Solutions Department at a cost not to exceed $1 ,023,428.00.
DISCUSSION:
The City of Fort Worth provides and supports a radio system utilized by its own police and fire departments
as well as several other law enforcement jurisdictions external to the City. A key component of the system
is a microwave system that connects all radio t ransmit/receive sites and the primary and alternate dispatch
centers at Police/Fire Communications Center at 3000 West Bolt Street a nd City Hal l.
The existing microwave system was o ri ginally installed in the mid-1990s. It is no longer supported by the
manufacturer, Alcatel-Lucent. This M&C prov ides for the upgrade and replacement of this system with
current generation Alcatel-Lucent hardware and software.
The enhanced capabilities of the upgraded system will help increase the reliability of the public safety radio
system , and will be a critica l element as the City moves to a current generation radio system over the next
two to five years . The capabilities of the new system will enable the City to reduce the number of microwave
sites, eliminating the requ irement for at least one tower as well as space within two City build ings in
downtown Fort Worth .
Staff recommends executing an agreement with Scientel Wirefess , LLC , usi ng a Houston-Galveston Area
Contract for the hardware, software and professional services required to upgrade and replace the existing
microwave system . The Texas lnterlocal Cooperation Act perm its j oint participation by local governments ,
states , state agencies and non-profit corporations to use the Houston-Galveston Area Council (H-GAC)
Cooperative Purchasing Program. Purchases made by using H-GAC procedures satisfy otherwise
applicable competitive bidding requ irements .
The IT Sourcing Initiative will have no impact on th is project.
ADMINISTRATIVE CHANGE ORDER -An administrative change order or increase may be made by the
City Manager for an amount up to $50,000.00 and does not requ ire specific C ity Council approval as long
as sufficient funds have been appropriated .
http://apps.cfwnet.org/council_pac ket/mc_review.asp?I D=1460 4&council clat.e =1/25/20 11 (1 of 2) [1/26/2011 8:15:19 AM ]
M&C iteyiew
M/VVBE -A waiver of the goal for M/VVBE subcontracting requirements was requested by the IT Solutions
Department and approved by the M/WBE Office because the purchase of goods or services is from sources
where subcontracting or supplier opportunities are negligible.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that funds are available in the current capital budget,
as appropriated , of the Information Systems 2004 Overrun Fund .
TO Fund/Account/Centers
Submitted for City Manager"s Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
FROM Fund/Account/Centers
P252 539120 041030167280 $1 ,023,428 .00
Karen Montgomery (6222)
Peter Anderson (8781)
Steve Streiffert (2221)
http://apps.cfwnet.org/council_packd/mc_review .asp?ID =14604&.councildate=1/25/2011 (2 of 2) [1/26/2011 8 :15 :19 AM]
Chakrathouk, Manivanh
From: DeHoyos, Beatrice
Sent:
To:
Thursday, September 15, 2011 9 :09 AM
Chakrathouk, Manivanh
Subject: RE : Contract: Change Order Request for Scientel Wireless , LLC
The contract number is CSC41420. This is Change Order No . 1.
Please let me know if you have any questions.
~
13eatY(ce; Ve,, tloyO¥
IT Business Systems Coordinator
IT Solutions/City of Fort Worth
beatri ce.dehoyos@f ortworthgov .org
Tel: 817.392.6640
From: Chakrathouk, Manivanh
Sent: Thursday, September 15, 2011 9:03 AM
To: DeHoyos, Beatrice
Subject: Contract: Change Order Request for Scientel Wireless, LLC
Hello Beatrice,
Please advise the original contract number to this change order request? Additionally, will this be Change Order No . 1,
2, .... , please advise?
Thank you,
Adm 1nistrat1vc Technician
City Secretary Oflk1; 11 000 l'hrockmorton St. I Ft Wnrth. TX. 76102
0: S l 7-}92-6090 IL: Manivanh.Chak:rathouk @fortworthgov .org
1