Loading...
HomeMy WebLinkAboutResolution - 2023-R0418 - Contract 17517, Armada Solutions, LLC - 08/22/2023Resolution No. 2023-R0418 Item No. 6.30 August 22, 2023 RESOLUTYON BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Service Contract No. 17517 for cabling services for data, voice and fiber, by and between the City of Lubbock and Armada Solutions, LLC, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on August 22, 2023 ATTEST: Courtney Paz, City Secr ry APPROVED AS TO CONTENT: W , Brooke Witcher, Assistant City Manager APPROVED ' ' 'O FORM: Mitchell S rwhit , First Assistant City Attorney ccdocs IIIRES.Contract-Armada Solutions, LLC August 16, 2023 Resolution No. 2023-R0418 City of Lubbock RFP 23-17004-DH Cabling Services for Data, Voice and Fiber Agreement Contract 17517 This Service Agreement (this "Agreement") is entered into as of the 22 day of Aueust 2023 ("Effective Date") by and between Armada Solutions, LLC (the Contractor), and the City of Lubbock (the "City"). RECITALS WHEREAS, the City has issued a Request for Proposals 23-17004-DH, Cabling Services for Data, Voice and Fiber and WHEREAS, the proposal submitted by the Contractor has been selected as the proposal which best meets the needs of the City for this service; and WHEREAS, Contractor desires to perform as an independent contractor to provide Cabling Services for Data, Voice and Fiber, upon terms and conditions maintained in this Agreement; and NOW THEREFORE, for and in consideration of the mutual promises contained herein, the City and Contractor agree as follows: City and Contractor acknowledge the Agreement consists of the following exhibits which are attached hereto and incorporated herein by reference, listed in their order of priority in the event of inconsistent or contradictory provisions: 1. This Agreement 2. Exhibit A— General Requirements 3. Exhibit B— Best and Final Offer 4. Exhibit C— Insurance Requirements Scope of Work Contractor shall provide the services that are specified in E�chibit A. The Contractor shall comply with all the applicable requirements set forth in Exhibit B and Exhibit C attached hereto. Article 1 1.1 The contract shall be for a term of one (1) year, with the option of four (4), one (1) year extensions, said date of term beginning upon formal approval. The contract may be renewed for up to four (4) additional one (1) year terms under the same term and conditions upon written agreement from both parties. 1.2 All stated annual quantities are approximations of usage during the time period to be covered by pricing established by this bid. Actual usage may be more or less. Order quantities will be determined by actual need. The City of Lubbock does not guarantee any specific amount of compensation, volume, minimum, or maximum amount of services under this bid and resulting contract. 1.3 The Contractor must maintain the insurance coverage required during the term of this contract including any extensions. It is the responsibility of the Contractor to ensure that valid insurance is on file with the Purchasing and Contract Management Department as required by contract or contract may be terminated for non-compliance. 1.4 A) Prices quoted shall be guaranteed for a period for six (6) months upon City approval. The rate may be adjusted at the City's discretion for the effective change in Consumer Price Index (CPI) or Product Price Index (PPI) as appropriate. B) Further, if the Contractor can provide documentation for actual charges for material, labor, etc. that demonstrates that the change in CPI or PPI is not sufficient, the Contractor shall provide such documentation to the City, and at the City's sole discretion, the contractual rate may be further adjusted. If agreement regarding a new rate cannot be reached, the City shall terminate at the end of the current contract period. C) If an adjustment to pricing is granted under this section, the Contractor must provide the Director of Purchasing and Contract Management written, quarterly documentation to justify the ongoing adjustment. If no such documentation is timely received, the rate will automatically revert to the initial, awarded rate. 1.5 This contract shall remain in effect until the first of the following occurs: ( I) the expiration date, (2) performance of services ordered, or (3) termination of by either party with a 30 day written notice. The City of Lubbock reserves the right to award the canceled contract to the next lowest and best bidder as it deems to be in the best interest of the city. Article 2 Miscellaneous. 2.1 This Agreement is made in the State of Texas and shall for all purposes be construed in accordance with the laws of said State, without reference to choice of law provisions. 2.2 This Agreement is performable in, and venue of any action related or pertaining to this Agreement shall lie in, Lubbock, Texas. 2.3 This Agreement and its Exhibits contains the entire agreement between the City and Contractor and supersedes any and all previous agreements, written or oral, between the parties relating to the subject matter hereof. No amendment or modifcation of the terms of this Agreement shall be binding upon the parties unless reduced to writing and signed by both parties. 2.4 This Agreement may be executed in counterparts, each of which sha(I be deemed an original. 2.5 In the event any provision of this Agreement is held illegal or invalid, the remaining provisions of this Agreement shall not be affected thereby. 2.6 The waiver of a breach of any provision of this Agreement by any parties or the failure of any parties otherwise to insist upon strict performance of any provision hereof shall not constitute a waiver of any subsequent breach or of any subsequent failure to perform. 2.7 This Agreement shall be binding upon and inure to the benefit of the parties and their respective heirs, representatives and successors and may be assigned by Contractor or the City to any successor only on the written approval of the other party. 2.8 All claims, disputes, and other matters in question between the Parties arising out of or relating to this Agreement or the breach thereof, shall be formally discussed and negotiated between the Parties for resolution. In the event that the Parties are unable to resolve the claims, disputes, or other matters in question within 30 days of written notification from the aggrieved Party to the other Party, the aggrieved Party shall be free to pursue all remedies available at law or in equity. 2.9 At any time during the term of the contract, or thereafter, the City, or a duly authorized audit representative of the City or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided to the City under this Contract. In the event such an audit by the City reveals any errors or overpayments by the City, Contractor shall refund the City the full amount of such overpayments within 30 days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 2.10 The City reserves the right to exercise any right or remedy to it by law, contract, eyuity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 2.11 The contractor shall not assign or sublet the contract, or any portion of the contract, without written consent from the Director of Purchasing and Contract Management. Should consent be given, the Contractor shall insure the Subcontractor or shall provide proof of insurance from the Subcontractor that complies with all contract insurance requirements document, this provision shall control. 2.12 Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 2.13 Contracts with Companies Engaged in Business with Iran, Sudan, or Eoreign Terrorist Organization Prohibited. Pursuant to Section 2252.152 of the Texas Government Code, prohibits the City from entering into a contract with a vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist organization. 2.14 Texas Public Information Act. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1) preserve all contracting information related to the contract as provided by the records retention requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body any contracting information related to the contract that is in the custody or possession of the entity on request of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting information related to the contract as provided by the records retention requirements applicable to the governmental body. 2.15 No Boycott of Israel. Pursuant to Section 2271.002 of the Texas Government Code, a) This section applies only to a contract that: ( I) is between a governmental entity and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: ( l) does not boycott [srael; and (2) will not boycott Israel during the term of the contract. 2.16 Texas Government Code 2274. By entering into this Agreement, Contractor verifies that: ( l) it does not, and will not for the duration of the contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and will not discriminate during the term of the contract against a frearm entity or firearm trade association. 2.17 Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifes that, pursuant to Texas Government Code Chapter 2274, it does not boycott energy companies; and will not boycott energy companies during the term of the Agreement. This verification is not required for an agreement where a governmental entity determines that these requirements are inconsistent with the governmental entity's constitutional or statutory duties related to the issuance, incurrence, or management of debt obligations or the deposit, custody, management, borrowing, or investment of funds. 2.18 Confidentiality. The Contractor shall retain all information received from or concerning the City and the City's business in strictest confidence and shall not reveal such information to third parties without prior written consent of the City, unless otherwise required by law. 2.19 Indemnify. The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials, officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of any kind, character, type, or description, including without limiting the generality of the foregoing, all expenses of litigation, court costs, and attorney's fees, for injury or death to any person, or injury to any property, received or sustained by any person or persons or property, to the extent arising out of, related to or occasioned by, the negligent acts of the Contractor, its agents, employees, and/or subcontractors, related to the performance, operations or omissions under this agreement and/or the use or occupation of city owned property. The indemnity obligation provided herein shall survive the expiration or termination of this agreement. IN WITNES5 WHEREOF, the parties hereto have caused this Contract to be executed the day and year first above written. Executed in triplicate. CITY OF LUBBOCK Tray Pa e ayor ATTE T: Courtney Paz, City Secre CONTRACTOR BY: Authorized Representativ �T � � ��—�� . Print Name ,��3`-( �nun��i �j�� �� Address �PROVED AS TO CONTENT: �— James Brown, Informati ology Director , In��; ll� , x 7f�U� City, State, Zip ode . ...�.u,,, -----iNTENTIONALLY LEFT BLANK----- Exhibit A City of Lubbock, TX Cabling Services for Data, Voice and Fiber I. GENERAL REQUIREMENTS INTENT 1.1 The City of Lubbock is issuing this Request for Proposal (RFP) under the guidelines of a High- Technology RFP, and the award of the contract shall be made to the responsible vendor(s) whose proposal is determined to be the best evaluated offer resulting from negotiation, taking into consideration the relative importance of price, qualifications, experience, references, local support and service, and other evaluation factors set forth in the request for proposal. Receipt of any proposal shall under no circumstance obligate the City of Lubbock to accept the best price offering. a) The City of Lubbock (hereinafter called "City") is seeking proposals from interested firms and individuals, (hereinafter called "Proposer") install and maintain the voice and data cabling and fber installation and fiber maintenance in buildings b) Offerors are invited to submit demonstrated competence and qualifications of their firm for providing these services. c) The information contained within this document is intended to provide interested firms with the requirements and criteria that will be used to make the selection. d) All Contractors must be Panduit Certified installers. 2. COST PROPOSAL 2.1 Prices shall include service call charge, all of the overhead, including, but not limited to, trip related charges, mileage and materials. 2.2 The Offeror shall submit pricing on Price Sheet, Attachment A. 2.3 The contract shall be for a term of one (1) year, with the option of three (3) one (1) year extensions; said date of term beginning upon formal approval. All stated annual quantities are approximations of usage during the time period to be covered by pricing established by this proposal. Actual usage may be more or less. Order quantities will be determined by actual need. The City of Lubbock does not guarantee any specific amount ofcompensation, volume, minimum, or maximum amount of services under this bid and resulting contract. The Contractor must maintain the insurance coverage required during the term of this contract including any extensions. It is the responsibility of the Contractor to ensure that valid insurance is on file with the Purchasing and Contract Management Department as required by contract of contract may be terminated fornon-compliance. 3. VOICE CABLE AND DATA CABLE 3.1 The installation of all premises, distribution, backbone and horizontal wiring are to comply with all local code authority and the following EIA/TIA and ANSI specifications and or standards: ANSUTIA 568 Standard, Commercial Building Communications Wiring Standard EIA/TIA 569 Standard, and Commercial Building Standards for Telecommunications Pathways and Spaces. ANSUICEA S-83- 596-1988, Standard for Fiber Optic Premises Distribution Cable ANSUTIA-C.2 Category 6. All premises wiring required to complete installation of the services requested in this RFP will be the responsibility of the Contractor. Premises wiring are defined as intra and inter building data and voice wiring necessary for the project. This includes fiber patches and data patch connections. All Voice patch and cross connects will be done by City Communications Staff. 3.2 Manufacturers Material Specification sheets are required for all installation materials used in this bid of all materials are chosen for cable products. This material is to be attached as Attachment "C" to the balance of the response. 33 All cabling must be designed for the purpose as outlined in article 800 of the NEC code. Contractor is to determine the proper use of either PVC or Teflon conductor insulation depending on the air handling requirements of the building or as applicable wiring and building codes require. All voice and data wiring must be band striped with the color of the mating insulated conductor of the assemble pair. Telephone industry standard 10 basic color codes are to be used. Conductors will be twisted into pairs and assembled into a cylindrical core. Cables having more than 25 pairs will be coded into industry standard 25 pair color groups being bound with a unique color binder. 3.4 All wiring and ternunation materials employed in the installation of this system must fully comply with all applicable requirements under FCC Part 68 subpart J and be recognized or listed by a national recognized testing laboratory (NRTL). 3.5 All new wiring in common areas or offce environments must be enclosed in metal raceway (i.e., wire mold) when locations are not provided or served via already provided in wall voice & data conduit and electrical boxes 4. FIBER OPTIC CABLE 4.1 Fiber cable to be supplied is to be multimode 62.51125 micron. Single mode at 8.31125. Accepted manufacturers for this product is: Corning, AT&T, 3M, Berktec. 4.2 All fber optic cables and connection to be designed and manufactured to all applicable ANSUEIA/TIA specifications. 4.3 End connections for fiber cable must be LC or otherwise ordered by the City. S. VOICE, DATA AND FIBER TERMINATION'S 5.1 Voice termination's are to be made on standard single RJ-45 jacks with a minimum of 50 micro inches of gold surface plating on the contact wires and plugs, The City currently employs Panduit Pan-Net Mini-Com jacks. Colors are white or electrical ivory. 5.2 Data ternunation's are to be made on standard single Category 6e RJ-45 8 position jack with a with gold surface plating on the contact wires and plugs. The City currently employs Panduit Pan-Net Mini-Com jacks. With Blue as the first jack in the plate followed by Black, Green and Yellow. Wiring standard for Category 6e wiring ternvnation is T568B. 5.3 Data modular jack housings are be to Electrical Ivory in color, flush mount and is to located on the same face plate as the voice termination whenever possible. 5.4 Equipment room MDF and IDF terminations for voice applications are to be made on standard 66 M1-50 or 110 type termination blocks and associated mounting brackets and hardware specifically designed for the purpose. The use and or combination of cable trays, backboards, wall frames, and stand-alone frames are expected to be utilized improvising a logical and proper layout to equipment spaces and IDF locations. 5.5 Data MDF and IDF will be ternvnated on Panduit Mini-Com Modular Patch Panel Kits. 5.6 All fiber ternunations will be in a Panduit Fiber Box according to the City Standards. 6. INSTALLATION 6.1 The Contractor will coordinate with the City any interruption to existing telephoneldata communications. Any interruptions are to be minimized and be performed after-hours, on weekends or holidays. 6.2 Regarding installation activity that is potentially disruptive (i.e. drilling, running cable, mounting frames, raceway, etc.) to administrative activity, the Contractors will notify the Communication Department manager of potential disturbance prior to beginning work. 6.3 Contractors are to supply their own tools and equipment, especially brooms, dustpans, ladders, vacuum's etc. 6.4 Contractor will be required to clean work areas at the end of each shift or workday. 6.5 Installation equipment, materials, and product will ONLY be allowed to be kept in specified areas. Hallways, office areas lobbies etc. are not suitable for storage and the City will NOT be held liable for missing or stolen equipment. 6.6 Wiring to all outlets to run above the ceiling shall be fastened to the building structure at eight (8) foot intervals through the combined use of, but not limited to, J hooks, beam clamps, D-rings, and hangers. At no time are voice or data drops/homeruns to be directly secured to the building structure above ceiling without the use of cable supports. Cabling above ceiling shall be sectioned off, and routed back to intermediate or master wiring closets. All wiring shall run continuously from the outlet to the wiring closet without breaks or splices. Cable supports shall be employed every eight (8) feet. Cable supports (J Hooks etc.) shall be sized 50°/0 larger than needed to allow for future growth. No cable shall be placed on Ceiling Grid or attached to Ceiling Grid stays. 6.7 In areas where ceiling tiles are removed for cable pulling, or ceiling tiles are damaged as a result of cable pulling, the Contractor shall replace tiles with like tiles. 6.8. All boxes, equipment and cable shall be frmly secured in place. Boxes, jacks and blocks shall be plumb and square. Consideration will be given for overall aesthetic factors. Sample installation diagrams and layouts are to be followed at all times. Deviations due to design and or Building structural considerations must be cleared with Communication Department. 6.9 Any new or replacement premises wiring shall be clearly labeled. The Contractor and City will work to design a structured method of designating all cabling involved with the project. 6.10 The Contractor will observe all applicable departmental safety and security regulations established. 6.11 The Contractor is responsible for repair of damage to the building due to carelessness of their workmen, and exercise reasonable care to avoid any damage to property. The Contractor must report to the City any damage to the building that may exist or may occur during the occupancy of the quarters. 6.12 The Contractor must run all jumpers and wiring, including line jumpers connected to lightning or surge protectors, as may be required to properly interconnect the system parts to each other and to the common carrier network(s). 6.13 The Contractor must promptly correct all defects for which the Contractor is responsible. 6.14 Upon completion of the work, the Contractor must remove his tools, equipment and all rubbish and debris from the premises and must leave the premises clean and neat. 6.15 The Contractor will obtain the City's Communications Department permission before cutting into or through any part of the building structure such as beams, girders, concrete, or tile floors, partitions and ceilings. The Contractor shall restore any girders, beams, floors, partitions, ceilings, fire partitions and walls to their original condition. 6.16 The Contractor will coordinate all work with the City's Communications Department. 6.17 Cable pulling tension shall not exceed 110N (251b� for UTP horizontal four pair cables. 6.18 Optical fiber connecting hardware shall be installed to provide well-organized installation and cable management and always in accordance with manufacturer's guidelines. 6.19 Core boring set up is to be handled in such a way as to minimize interference with daily operations and with minimal impact to the work environment. 6.20 A temporary structurelenclosure is to be erected to contain all indoor core-boring locations. Cleanup of debris related to boring is the responsibility of the contractor. Work area is being cleaned and returned to an as found condition. This will include but not be limited to water control and abatement, floor washing, vacuuming, carpet cleaning, furniture dusting, furniture cleaning and furniture washing by a professional cleaning service as needed. 6.21 Fiber optic cable service loops are to be provided at all fiber termination points. Wiring closet loops are to be a minimum of 15ft. End ternunation or main ternunation point loop is to be a minimum of 30ft. 6.22 Category 6e and Category 3 horizontal cabling shall have a minimum two (10) foot service loop for each cable above ceiling. Service loop is to be neatly dressed and secured. 6.23 Category 6e patch panel terminations are to maintain cable jacket according to Panduit installation standards. 6.24 All indoorloutdoor splices and distribution must be enclosed in an enclosure designed for the purpose and able to provide maximum protection to splices and protection from environmental effects. 6.25 All splices must be impervious to environmental effects and mechanical shock. 6.26 Splice trays must protect all fiber splices. 6.27 All inside distribution and outside plant fber cabling must be strain relieved to hinder the possibility of breakage and connection failure. 6.28 The use of inner duct is mandatory in ALL situations were �ber is being installed unless hardened Fiber cable is being used. Buried or aerial fber optic cable must be approved and designed to specific standards intended for aerial or buried application. In general, all fiber must run in inner duct to its ternunation point (fiber patch panel). 6.29 Installation work will involve performing installation duties in an operational, production data center. The utmost care is to be exercised in the installation of requested services. At no time will installation work be permitted without notification of Communications Department. 6.30 City may elect also to implement other changes of its own accord. Should the City elect to make its own changes, City shall assume responsibility for the operation integrity of the structured wiring as it is directly affected by such changes by City. Upon request, the Contractor shall research all reported physical installation & performance problems or errors and correct them to the City's satisfaction. If the problem or error resulted from design changes made by City, the charge for correction shall be computed using the rates for standard T&M charges as requested in this bid. 6.31 All asbestos clearance must be attained by Contractor before drilling or cutting of any materials in City buildings. 7. TESTING AND ACCEPTANCE GENERAL 7.1.1 Inspection of the installed systems shall be made by the staff of Communications Department. If items from the bid have been omitted or need changing as per requirements stated herein, they shall be noted in a deviation list. This deviation list will be given to the Contractor who is expected to complete all items within the time specified by Communications Department prior to any payment being due there under, the system must be delivered, installed and accepted by Communications Department, as stated herein. 7.1.2 Installation of structured horizontal wiring, cable riser, voice and data drops, raceway, terminations, fiber riser, fiber distribution, coring, and peripheral equipment must be completed. 7.1.3 The City will make inspection as it deems necessary when notified by the Contractor that the services requested, or any part thereof, is ready for acceptance. 7.1.4 After cutover of any portion of the system, the Contractor shall conduct acceptance tests outlined in this section for fiber and copper cabling. 7.1.5 Performance and quality tests shall be conducted as specified in this section. 7.1.6 Successful testing by the Contractor with written report of results to Communications Department manager of all performance and quality incorporating the full range of testing specified. 7.1.7 Implementation of any and all deviation list items which may result from inspections by the Communications Department manager must be completed. 7.1.8 Written certification signed by an authorized representative of the Contractor indicating the satisfactory completion of the above outlined items. 7.1.9 Acceptance of the services requested shall be granted after all equipment has passed the tests required in the RFP, and has been in operation thirty (30) consecutive days without a major failure. The event of a major failure, the City reserves the right to extend the acceptance date until a time the installation complies with the thirty (30) day major fault free requirement. 8.2 8.3 7.1.10 Following verification by Communications Department that the installation conforms to all the requirements stated herein, and that the system is 100°/0 operational, a letter of acceptance will be issued to the Contractor. 7.1.11 Final payment is contingent on signed acceptance of services from the City. VOICE GRADE WIRE TESTING The following tests shall be run on all voice grade runs: The tests shall be run from end to end between all termination points. Station jack to IDF, riser to main equipment room etc. 1) Continuity. (all pairs) 2) Wire Map. (test must include open pairs, shorts, and crossed pairs) CATEGORY 6e WIRE TESTING The following tests shall be run on all installed Category 6e data runs: Testing shall be end to end, patch panel to jack including patch cables. (Total run length not to exceed 316ft. With patch cables 328ft). a. b. c. d. e. f. g• h. i. Wire Map Length Insertion Loss NEXT Loss PS NEXT Loss ACR-F Loss PS ACR-F Loss Return Loss Propagation Delay Delay Skew Test results shall be presented in an Excel spreadsheet, version 5.0 or greater, and detailing cable port location (building, closet etc.) and all requested test data for the run. 8.4 SINGLE MODE AND MULTI MODE FIBER TESTING The following tests shall be run on all installed fiber stands: Testing is to be end to end with all ternunations and splices involved for each strand tested OTDR, Both directions. Test results shall be presented in an Excel spreadsheet, version 5.0 or greater, detailing cable detailing cable port, location (building, closet etc.) length and attenuation in dB. Additionally, each test is to include a graphical representation of the test, measurement results, and cable information and set up parameters. The following standards will be used: ANSUTIA/EIA-455-59A, Measurement of Fiber Point Discontinuities Using an OTDR. ANSUTIA/EIA-455-60A, Measurement of Fiber or Cable Length Using an OTDR. ANSUTIA/EIA-455-61A, Measurement of Fiber or Cable Attenuation Using an OTDR. ANSUTIA/EIA-526-7, Optical Power Loss Measurements of Installed Singlemode Fiber Cable Plant. ANSUTIA/EIA-526-14-A, Optical Power Loss Measurements of Installed Multimode Fiber Cable Plant. EVALUATION CRITERIA The following criteria will be used to evaluate and rank submittals: a) Experience - The offeror's experience in providing the services as requested in the specifications. (15°/0) b) Responsibility - The offeror who has the capability, in all respects, to perform fully the contract requirements and the moral and business integrity and reliability that will assure good faith performance as required by these specifications. (20°/0) c) Capability and Skill - Offeror's capability, flexibility and skill to perform the services stated in the specifications. (10%) d) Responsiveness - The degree to which the offeror has responded to the purpose and scope of specifications. (10°/0) e) Record of performance based on previous work with the City and/or other client references. (10°/0) fl Cost (35°/0) 10. PROPOSAL FORMAT a) Proposals should provide a straightforward, concise description of the Offeror's capabilities to satisfy the requirements of the RFP. Emphasis should be on completeness, clarity of content, and conveyance of the information requested by the City. b) The proposal should be bound in a single volume where practical. All documentation submitted with the proposal should be bound in that single volume. No spiral binding. c) If the proposal includes any comment over and above the specific information requested in the RFP, it is to be included as a separate appendix to the proposal. d) The proposal must be organized into the following response item sections and submitted in an indexed binder. TAB A Qualifications and Experience Briefly introduce your company, providing a summary of the administration, organization. Provide a detailed description of your experience. TAB B Price Sheet 1. Use the provided price proposal sheet. Attachment A. TAB C References Provide three references. Please include the name of the agency, contact name, telephone, fax and email address. Performance should include goods or services, similar to those in this proposal, within the last twenty- four (24) months. City of Lubbock RFP 23-17004-DH Cabling Services for Data, Voice and Fiber BAFO Location Total # Item Description Quantity Required (+1-) UOM E�chibit B Armada Solutions LLC Floresville, TX $12,592.00 Unit Total Price Cost �':� --- -`'-; :"� �r" - - -- � --- - ---,_ - - - --__ #1-1 CAT 6 Data Drop 50 to 300 feet l EA # 1-2 CAT 6 Voice Drop 50 to 1000 feet I EA #1-3 CAT 6 Voice and Data Drop 50 to 300 feet 1 EA #1-4 25 pair CAT 3 500 feet terminated both ends 1 Per Ft � -- � #2-1 1000 feet Single Mode Fiber 6 strand With termination $160 $160 $280 $2 � $160 $160 $280 $2 �� both ends and wall mount cabinet 1 EA $5,000.00 $5,000.00 #2-2 500 feet Multi Mode Fiber 6 strand With termination both ends and wall mount cabinet 1 EA $4,400.00 $4,400.00 #2-3 Fiber re air and testing 1 Per Strand $300 $300 � � o #3-I Install Panduit Mini-Com patch panel Ports. 24 EA $10 $240 #3-2 Install Panduit Vertical Cable management both sides of 1 EA $ l20 $120 rack. #3-3 lnstall Horizontal Panduit able management. 2 EA $60 $ l20 #3-4 Install 1 U Filler Panels 2 EA $45 $90 #3-5 Purchase and instal I one CPI 7 foot free standing data I EA $1,600.00 $1,600.00 rack and 3.5 feet of ladder rack to wall. #4- I Cost per hour for repair and other related services � �� 1 Per Hour $120 $120 �M�� � �\�1.'�J� "''r" VENDOR ACKNOWLEDGEMENT In compiiance with this procurement, the undersigned ot%ror having examined the request for proposal, instructions to otTerors, documents associated with the request for proposals, and being familiar with the conditions to be met, has reviewed the information regarding: • Insurance Requirements • Suspension and Debarment Certitication • Tezas Government Code Section 2252.152 • Tezas Government Code Section 2271.002 • Tezas Government Code 2274 • Federal and State Regulations • Master Agreement An individual authorized to bind the company must sign the following section. Failure to execute this portion may result in proposal rejection. Authorized Signature � c. Print/Type Name Ac ��.c}c� So I�L� ��,�� Li.r Company Name � c � `� Title '� - �3 - �-�c �- ?� Date ��. ��t <<.,.,j-�� �-3� Address � {N� , �' L City, State Zip ode Contact for questions, clarifications, etc. Name and Title: I � ��� � Mailing Address: City, State, Zip: Telephone No: Fax No: E-Mail: ��� �e �;e �c ��' �U - 13� g �a,1 - C0�'1 Exhibit C Commercial General Liability Re�uirements: $1 M occurrence /$2M aggregate (can be combined with an Excess Liability to meet requirement). CGL is required in ALL contracts. It is perhaps the most important of all insurance policies in a contractual relationship. It insures the Contractor has broad liability coverage for contractual activities and for completed operations. Commercial General Liability to include Products — Completion/OP, Personal and Advertising Injury, Contractual Liability, Fire Damage (any one fire), and Medical Expenses (any one person). A t�j,��,iabjL_���irem�nts: $1Mloccurrence is needed Workers Compensation and Employer Liability Requirements: Statutory. If the vendor is an independent contractor with no employees and are exempt from providing Workers' Compensation coverage, they must sign a waiver (obtained from COL Purchasing) and include a copy of their driver's license. Employer Liability ($ ( M) is required with Workers Compensation. * The City of Lubbock (including its officials, employees and volunteers) shall be afforded additional insured status on a primary and non-contributory basis on all liability policies except professional liabilities and workers' comp. * Waivers of Subrogation are reyuired for CGL, AL, and WC. * To Include Products of Completed Operations endorsement. * Carrier will provide a 30-day written notice of cancellation, 10-day written notice for nonpayment. * Carriers must meet an A.M. Best rating of A- or better. * Subcontractors must carry same limits as listed above