HomeMy WebLinkAboutAgenda Report - September 15, 1991or
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA TITLE: Request for Proposal for Civic Center Data/Telecommunication Cabling
MEETING DATE: Septen ber 15, 1991
PREPARED BY: Public Works Director
RECOMMENDED ACTION: That the City Council approve the request for proposal for Civic
Center datattelecommunication cabling.
BACKGROUND INFORMATION: The data/telecommunication cabling is part of the overall
Civic Center project. It will consist of providing and
installing both data and telephone cabling and
connecting devices between City Hall, City Hall Annex,
Carnegie Forum, Public Safety Building and four
temporary trailers.
This is a two-phase project that covers both the interim time that City Hall is being remodeled and
the move into final office locations. Fiber optic cable has been selected as an open ended
solution for both the data cabling needs of the IBM AS/400 computer system and the personal
computer local area network. Standard unshielded twisted pair cable will be used for both data
and telephone within the office walls.
We originally considered and budgeted for coaxial cable, but after reviewing existing and future
needs with consultants, it was clear that we should be using fiber optic.
FUNDING: Originally Budgeted: 1994-95
Budgeted Fund: 121.0-350.61
Total Project Estimate: $120.000.00
Jack . Ronsko
Public Works Director
Prepared by: C. Mark White, Information Systems Coordinator
JLR/CMWlilt
APPRCJED _-- — — i S
THOMAS A PETERSON rc.c+ra carr
City Mnnnger
cc '
CITY OF LODI
Request For Proposal
Civic Center Data/Telecommunication Cabling
DATE: September 15, 1994
The City of Loci
Section 1
Request for Proposal
PROJECT BACKGROUND 44
SECTION 1. SCOPE OF WORK 56
1.00 FIBER OPTIC BACKBONE (PHASE 1)
56
1.01 FIBER OPTIC BACKBONE (PHASE 2)
S6
1.02 HORIZONTAL DATA STATION CABLING (PHASE 1)
66
1.03 HORIZONTAL DATA STATION CA13UNG (PHASE 2)
¢6
1.04 ALPATH DISTRIBUTION CABLE (PHASE 1 Pumm SAFETY To Clnl HAIL ANNEX)
7�
1.05 ALPATH DISTRIBUTION CABLE (PHASE 1 PUSLIa SAFETY To TEMPORARY Bum.)
as
1.06 ALPATH DISTRIBUTION CABLE (PHASE 2 Pusm SAFETY To REMODELED CrrY HALL)
9s
SECTION 2 PROPOSAL REQUIREMENTS AND VENDOR QUALIFICATIONS 1040
2.00 SCHEDULE
1040
2.01 VENDOR INQUIRIES
1040
2.02 MANDATORY VENDORS CONFERENCE AND WALK THROUGH
1144
2.03 PURPOSE OF THIS DOCUMENT
1144
2.04 EQUIPMENT AND SERVICES REQUIRED
1144
2.05 VENDOR PROFILE
1344
2.06 SUBCONTRACTORS
1242
2.07 WARRANTIES
1242
2.08 TRAINING
1341
2.09 SYSTEM ACCEPTANCE
1343
2.10 MAINTENANCE
1444
3. SUBMITTAL AND SELECTION PROCESS 1545
3.00 PROPOSAL FORMAT 1645
3.01 BASIS FOR SELECTION OF SYSTEM AND CONTRACTOR 1546
3.02 PROPOSAL SECTIONS 1646
4. TECHNICAL SPECIFICATIONS 1848
4.00 SUMMARY
1844
4.01 CONTRACTOR RESPONSIBILITIES
1843
4.02 GENERAL TECHNICAL REQUIREMENTS
1949
4.03 STANDARDS
2020
4.04 FIBER OPTIC CABLE SPECIFICATIONS
2124
4.05 EQUIPMENT - AS/400 HUBS / H.P. ADVANCESTACK HUBS /
2322
4.06 MDF - CLOSETS / IDF-CLOSETS
2322
0912319490131104 J:IPROJECTS% MIS CIC IVICIDATACOMILQDIRFP3.00CW+"D1"01RFP3.0GC
PAGE 234
The City of Loch
Section 1
Request for Proposal
4.07 BACKBONE CABLING
IA13
4.08 HORIZONTAL DISTRIBUTION SYSTEM
3434
4.09 WORKSTATION LOCATIONS
Vizi
4.10 TERMINATIONS AND CROSS CONNECTIONSK
3939
4.11 MATERIALS (SUGGESTED)
�¢2i
4.12 FIRESTOPPING
2Z27.
4.13 SAFETY
S¢Z7
4.14 DOCUMENTATION
Ila$
4.15 TESTING
Az29
5. PROJECT MANAGEMENT PLANS, POLICIES AND PROCEDURES 3134
500 OVERVIEW 3434
5.01 PROJECT MANAGER 3134
5.02 PROJECT MANAGER RESPONSIBILITIES 3134
5.03 THE CITY OF LODI RESPONSIBILITIES AND RIGHTS 3232
6 INSURANCE AND BONDING 3333
6.00 INSURANCE 3333
7. PRICING 3434
PRICING SHEETS 1631
ALTERNATIVE PRICING INFORMATION SHEET 1A
3636
.ALTERNATIVE PRICING INFORMATION SHEET 2A
2737
PRICING INFORMATION SHEET 1
3839
PRICING INFORMATION SHEET 2
3939
PRICING INFORMATION SHEET 6
4040
PRICING INFORMATION SHEET 3
4144
PRICING INFORMATION SHEET 4
4242
PRICING INFORMATION SHEET 5
4343
09123/9409;34104 J:IPROJECTSIMISCICIVICIDATACOMILODIRFP3.DOCH*;LODALOOIRFR3-a}OC
PAGE 1,44
The City of Lodi
Section 1
PROJECT BACKGROUND
Request for Proposal
The datattelecommunication cabling is part of the overall Civic Center Project. Phase
one will consist of the City Hall Annex (formerly called the Beckman Building) being
remodeled as well as the basement of Carnegie Forum. In addition, four temporary
buildings will be brought on site for additional temporary office space. Before phase
one is completed conduit will be laid between buildings in preparation for fiber optic
cable, additional permanent telephone cable to the City Hall Annex and temporary
telephone cable to the temporary buildings. After the completion of phase one staff will
vacate the City Hall building and phase two will begin.
Phase two will be the actual remodeling of the City Hall building. It should be noted that
fiber optic cable run in phase one will be pulled back into the remodeled City Hall
building at the completion of phase two and temporary fiber run to the temporary
buildings will be re-routed from the City Hall main distribution frame "MDF) to the
telecommunication room in the basement of the Public Safety building.
Timing of computer system cut -overs will be critical. The brief down-time will be
restricted to coincide with a weekend, with full functionality on the following Monday
morning.
The telephone PBX for the Civic Center is located in the Public Safety Building at 230
W. Elm Street.
The IBM AS/400 Model E45 is currently located in ;he Finance Department, Data
Processing Division, in the City Hall Building basement, at 221 W. Pine Street and will
be moved to the City Hall Annex at the completion of Phase 1. The AS/400 is
accessed by all buildings in the Civic Center Project.
The Local Area Network (LAN) servers and hubs are currently located in the
Administration Department, Information Systems Division, in the City Hall Building, 2nd
floor, at 221 W. Pine Street and will be moved to the temporary buildings at the
completion of Phase 1. At the Completion of Phase 2 the LAN server will be moved
into the newly remodeled City Hall Building basement, adjacent to the MDF. The Civic
Center LAN is accessed by all buildings in the Civic Center Project.
The LAN and the AS/400 computer systems are ne%t currently linked in any way. There
are some personal computers accessing the AS/400 via terminal emulation cards; this
accounts for some office areas requiring two or more data jacks to access the two
systems.
09123194044 4444 J:%PROJECTSWISC%CIVICIOATACOM%LQQIRFP3.DOC 144L -0Q 1L-GDtRFP4A, 0C
PAGE 4ia
The City of Lodi Request for Proposal
Section 1
SECTION 1. SCOPE OF WORK
1.00 FIBER OPTIC BACKBONE (PHASE 1)
A. Optical Cable Corporations Fiber Optic cable, 6 -strand and 12 -strand, as
specified in Section 4.04, will Ne run between buildings within conduit that
either exists or will be installed by others.
B. One (1)12 -strand and one (1) 6 -strand Fiber Optic cable will run from the
remodeled City Hall Annex to the transition box outside of the under
construction City Hall. One Hundred Twenty (120) foot coils should be left in
the Annex so that the cables can be extended into the City Hall computer
room MDF during Phase 2 of the project.
C. One (1) 6 -strand Fiber Optic cable will run from the transition box outside of
the under construction City Hall to three (3) other buildings. One (1) 6 -
strand to the Carnegie Forum, one (1) to the temporary Trailers and one (1)
to the Public Safety building. In the Carnegie Forum and Public Safety
buildings, One hundred twenty (120) foot coils should be left so that the
Fibers can be extended into the City Hall computer room MDF during Phase
2 of the project. In the temporary Trailers a two hundred fourty (240) foot
coil should left for the Phase 2 extension.
D. The Contractor will install Fiber Optic connector housings or panels in the
remodeled City Hall Annex, Carnegie Forum, temporary Trailer and Public
Safety Building to mount and protect the Fiber ends.
E. Each end of each Fiber strand will be connectorized in compliance with
Sections 4.04.G and 4.04.H., except in the transition box which will contain
splices from the 18 strands that route from the Annex to the three sets of 6
strands that run to the other buildings.
F. The 18 strands of Fiber that run from the remodeled City Hall Annex will
connect via splices to the 6 -strand Fibers that run to other buildings within
the transition box.
G. The Contractor will be responsible for cable lengths. Refer to the prints
provided for distances.
1.01 FIBER OPTIC BACKBONE (PHASE 2)
A. The "MDF" that was in the remodeled City Hall Annex will move to the City
Hall. This will require that all outside Fibers that were "coiled" in the
remodeled City Hall Annex, Public Safety and Carnegie Forum be pulled
through the transition box and into the City Hall MDF.
B. The 6 -strand Fiber that ran from the temporary buildings to the transition box
shall be pulled out, re-routed and run from the City Hall MDF to the Public
0012319409i'Mild J:IPROJECTSIMISCICIVICIDATACOMILODIRFP3.DOCFi:IL-OaAL-Oa/RFP3.00C
PAGE E44
The City of Lodi
Section 1 -
Request for Proposal
Safety building. The Public Safety building will now have 12 strands of
Fiber.
Refer to Section 1.01. E for connectorization procedures.
C. A Fiber Optic connector housing or panels to accommodate a minimum of
32 Fibers will be needed in the City Hall MDF.
1.02 HORIZONTAL DATA STATION CABLING (PHASE 1)
A. Phase 1 of the installation involves the running of Category 5 cables for
support of a AS/400 system and a 10BaseT system. These cables will run
from the "Hub" locations in the remodeled City Hall Annex, the remodeled
Carnegie Forum Basement. the temporary Trailers and the Public Safety
Building to "user" locations as follows:
Annex 73 New Voice / 72 New Data Jacks
43 devices AS/400
future devices 10BaseT (1 old 12 -port hub)
Carnegie Forum 25 New Voice / 27 New Data Jacks
3 devices AS/400
10 devices 10BaseT (1 old 12 -port hubs)
Temporary Bldgs. 49 New Voice / 66 New Data Jacks
7 devices AS/400
48 devices 106aseT (1 new 48 -port hub)
Public Safety 0 New Voice / 0 New Data Jacks
57 devices AS/400 (desire capacity to support
16 Ports using existing twin -axial cable to each terminal)
6 devices 10BaseT (1 old 12 -port hub)
B. All Data station cabling will run from a Category 5 user outlet to Category 5
patch panels that are wall or rack mounted.
C. Also during Phase 1 there will be one Voice cable run from each Data
location to a MOD -TAP 110 type or equivalent punch block in the MDF and
IDF's. The one exception is that the Public Safety building will have no
Voice cables.
1.03 HORIZONTAL DATA STATION CABLING (PHASE 2)
A. Phase 2 of the installation involves the running of Category 5 cables in the
City Hall and additional cabling in the Carnegie Forum Basement as follows:
City Hall 6 locations AS/400
58 locations 10BaseT
Carnegie Forum 2 locations 10BaseT
091231940#44144 J�IPROJECTSIMISCICIVICIDATACOMILODIRFP3.DOCH*%LODULOa1RFP3AOG
PAGE §7-G
The City of Lodi
Section 1
0
Request for Proposal
1.04 ALPATH DISTRIBUTION CABLE (PHASE 1 Public Safety to City
Hall Annex)
A. The selected contractor will be required to provide and splice one 200—pair
FLEXGEL filled alpath cable from the building exit point of Public Safety to the entrance
point of the new City Hall Annex building. The cable is to be an AT&T WG4WR 200 -
pair 24 gauge cable (comcode 105187 645). The Contractor is responsible for all
measurements based on the provided site drawings. The Contractor will verify all
footage prior to quoting and ordering materials. In addition, the Contractor is required
to place a 3/8 inch poly pull rope with the new cable.
B. At the Public Safety building entrance conduit to the MDF (PBX location) of
the building, provide and place one 200 -pair CMR riser rated cable, AT&T ARMM 200
comcode 103 562 625. The Contractor is responsible for all measurements based on
the provided site drawings. The Contractor must verify all footage prior to quoting and
ordering materials.
C. At the City Hall Annex building entrance conduit to the MDF of the building,
provide and place one 200 -pair CMR riser rated cable, AT&T ARMM 200 comcode 103
562 625. The Contractor is responsible for all measurements based on the provided
site drawings. The Contractor must verify all footage prior to quoting and ordering
materials. Moreover, the Contractor is not to attach cabling to the ceiling grid, but
rather to the wooden supports of the building.
D. At both the Public Safety Building and City Hall Annex MDFs, terminate all
distribution cable pairs of the ARMM cables on AT&T 110A connecting blocks and cap
using AT&T 5 -pair connecting clips.
E. Ground cable sheaths at the MDF using a #10 solid gray ground wire with
3M grounding clips. All grounding of cable sheaths is to be in accordance with EIA/TIA
and NEC requirements.
F. At the entrance points of both buildings, splice the ARMM 200 to the
WG4WR 200 -pair cables (pair for pair) using AT&T 710 SD1 25 splice modules
(comcode 103 274 xxx). After splicing, bond the cable sheaths using the proper bond
braid and clamps. After the completion of bonding and splicing, place splice in a 3M
riser rated splice closure and fasten securely to the wall or ceiling area. The Contractor
is not to attach to the drop ceiling grid.
G. After termination and splicing, the Contractor will test all cable pairs for
shorts, grounds, opens, crosses, and splits. The Contractor is to provide 100% usable
091231 AQ91"V94 J:IPROJECTSIMISC%CIVIC%DATACOMILODIRFP1.DOCIi:u.-0011400tRFRS.DOC
PAGE 7}4
The City of Lodi Request for Proposal
Section 1
pairs. After testing, the Contractor must provide typed test results. All cables to be
clearly labeled with the cable number and cable pair count using a standard cable tag.
1.05 ALPATH DISTRIBUTION CABLE (PHASE 1 Public Safety to
Temporary Bldgs.)
A. The selected contractor will be required to provide and place one 100—pair
FLEXGEL filled ALPATH cable from the building exit point of Public Safety building to
the entrance point of the new portable trailers. The cable is to be an AT&T WG4WR
100 -pair 24 gauge cable (comcode 105187 587). The Contractor is responsible for all
measurements based on the provided site drawings. The Contractor will verify all
footage prior to quoting and ordering materials. In addition, the Contractor is required
to place a 318 inch poly pull rope with the new cable.
B. At the Public Safety building entrance conduit to the MDF of the building,
provide and place one 100 -pair CMR riser rated cable, AT&T ARMM 100 comcode (103
562 609). The Contractor is responsible for all measurements based on the provided
site drawings. The Contractor must verify all footage prior to quoting and ordering
materials.
C. At the Temporary building entrance conduit to the MDF of the building,
provide and place one 100 -pair CMR riser rated cable, AT&T ARMM 100 comcode (103
562 609). The Contractor is responsible for all measurements based on the provided
site drawings. The Contractor must verify all footage prior to quoting and ordering
materials. Moreover, the Contractor is not to attach cabling to the ceiling grid.
D. At both the Public Safety and Temporary Buildings MDFs, terminate all
distribution cable pairs of the ARMM cables on AT&T 110A connecting blocks and cap
using AT&T 5 -pair connecting clips.
E. Ground cable sheaths at the MDF using a #10 solid gray ground wire with
3M grounding clips. All grounding of cable sheaths is to be in accordance with EIAITIA
and NEC requirements.
F. At the entrance points of both buildings, splice the ARMM 100 to the
WG4WR 100 -pair cables (pair for pair) using AT&T 710 SDI 25 splice modules
(comcode 103 274 577). After splicing, bond the cable sheaths using the proper bond
braid and clamps. After the completion of bonding and splicing, place splice in a 3M
riser rated splice closure and fasten securely to the wall or ceiling area. The Contractor
is not to attach to the drop ceiling grid.
G. After termination and splicing, the Contractor will test all cable pairs for
shorts, grounds, opens, crosses, and splits. The Contractor is to provide 100% usable
pairs. After testing, the Contractor must provide typed test results. All cables to be
clearly labeled with the cable number and cable pair count using a standard cable tag.
0912319146444" J:IPROJECTSIMISCICIVICIDATACOMILODIRFP3.D0CMc3L0WV6081Rp3"DOC
PAGE Q-ta
The City of Lodi Request for Proposal
Section i
1.06 ALPATH DISTRIBUTION CABLE (PHASE 2 Public Safety to
Remodeled City Hall)
A. The selected contractor will be required to provide and place one 200—pair
FLEXGEL filled ALPATH cable from the building exit point of Public Safety building to
the entrance point of the newly remodeled City Hall building. The cable is to be an
AT&T WG4WR 200 -pair 24 gauge cable (comcode 105187 645). The Contractor is
responsible for all measurements based on the provided site drawings. The Contractor
will verify all footage prior to quoting and ordering materials. In addition, the Contractor
is required to place a 3/8 inch poly pull rope with the new cable.
B. At the Public Safety building entrance conduit to the MDF of the building,
provide and place one 200 -pair CMR riser rated cable, AT&T ARMM 200 comcode (103
562 625). The Contractor is responsible for all measurements based on the provided
site drawings. The Contractor must verify all footage prior to quoting and ordering
materials.
C. At the newly remodeled City Hall building entrance conduit to the MDF of the
building, provide and place one 200 -pair CMR riser rated cable, AT&T ARMM 200
comcode (103 562 625). The Contractor is responsible for all measurements based on
the provided site drawings. The Contractor must verify all footage prior to quoting and
ordering materials. Moreover, the Contractor is not to attach cabling to the ceiling grid,
but rather to the wooden supports of the building.
D. At both the Public Safety and City Hall MDFs, terminate all distribution cable
pairs of the ARMM cables on AT&T 110A connecting blocks and cap using AT&T 5 -pair
connecting clips.
E. Ground cable sheaths at the MDF using a #10 solid gray ground wire with
3M grounding clips. All grounding of cable sheaths is to be in accordance with EIArTIA
and NEC requirements.
F. At the entrance points of both buildings, splice the ARMM 200 to the
WG4WR 200 -pair cables (pair for pair) using AT&T 710 SD1 25 splice modules
(comcode 103 274 xxx). After splicing, bond the cable sheaths using the proper bond
braid and clamps. After the completion of bonding and splicing, place splice in a 3M
riser rated splice closure and fasten securely to the wall or ceiling area. The Contractor
is not to attach to the drop ceiling grid.
G. After termination and splicing, the Contractor will test all cable pairs for
shorts, grounds, opens, crosses, and splits. The Contractor is to provide 100% usable
pairs. After testing, the Contractor must provide typed test results. All cables to be
clearly labeled with the cable number and cable pair count using a standard cable tag.
09123/94444"!194 J:IPROJECTS%MISCICIVICADATACOMILODIRFP3.DOCMaLOGI1 L-OUIRFR34)CW-
PAGE 23-0
The City of Lodi
Section 2
Request for Proposal
SECTION 2 PROPOSAL REQUIREMENTS AND VENDOR
QUALIFICATIONS
2.00 SCHEDULE
A. The schedule for this RFP is as follows:
• RFP issued
■ Vendor Conference
■ Proposal Submission
• Proposal Opening
• Contract Award
■ Start of Installation
■ Completion Date Phase 1
• Anticipated Completion Date Phase 2
2.01 VENDOR INQUIRIES
September 15, 1994
September 23, 1994
October 17_3,1994 1:45 P.M.
October 173, 1994 2:00 P.M.
November 160GttGbeF5, 1994
JanuaryNovembw 19954
February 30Gcea4w-34, 19954
MayMar,Gh 41, 1996
A. If additions, deletions, modifications or clarifications to this RFP become
necessary, such changes to this RFP will be communicated, in writing and
Faxed to all Vendors.
B. All inquiries concerning this RFP should be directed to the following:
Mr. Dennis Callahan
Construction Administrator
221 West Pine Street
Lodi, CA 95240-1910
(209) 333-6706 office
(209) 333 6800 X 690 Voice Mail
(209) 333-6795 fax
091231940941194 J:%PROJECTS%M15C1CIVICADATACOMILODIRFP3.DOC KAL00A
PAGE 10tQ
60
The City of Lotti Request for Proposal
Section 2
2.02 MANDATORY VENDORS CONFERENCE AND WALK THROUGH
A. There will be a Mandatory Vendors conference and walk-through at 2:00
P.M. on Frida EThursday, September 23,1994. The conference will be
held at Carnegie Forum conference room located at 305 West Pine Street,
Lodi CA.
B. The City of Lodi will assume that any Vendor not in attendance does not
desire to submit a Proposalbid on this project.
C. Any Vendor who does not attend the conference or walk-through shall
adhere to Section 4.00.E which requires the return of all documents prior to
the Pr000salElW response date.
2.03 PURPOSE OF THIS DOCUMENT
A. The purpose of this Request For Proposal (RFP) is to include all equipment
materials, labor, training, and services of every and any kind
neede ed for, the proper
installation and operation of the proposed communications wire and cabling
infrastructure and computer systems. The City of Lodi's desire is a total
systems solution consistent with existing computer and communication
hardware. The Vendor may make suggestions on existing system
configuration with an eve on stream -lining computer connectivity and
possible cost savings. If suggestion are made, they must include complete
documentation and associated costs. The City of Lodi is not responsible for.
and will not pay, any costs related to the preparation of a response to this
RFP.
B. The term "Vendor' refers to any party interested in responding to this RFP.
The term "Contractor" is used to refer to the Vendor whose proposal is
selected as most meeting the needs, requirements, and desires of the City
of Lodi as regards the installation of the communications wiring
infrastructure.
2.04 EQUIPMENT AND SERVICES REQUIRED
A. The Contractor shall supply all materials, equipment, and labor, including
supervision of the project, integration of existing computer systems-,, and
connection to existing telephone system. that -are -required to meet the
specifications of this RFP .
B. The Contractor is responsible for the proper installation of a fully operational
system, including all copper and fiber cabling, cable hardware, terminal
blocks, ties, station termination connectors and covers, and all other
accessories or equipment necessary for a complete and professional
installation.
09/2319403133" J:\PROJECTS\MIS CICIVIC%DATACOM%LODIRF P3. DOC NAL001"DIRFP4.000
PAGE uia
The City of Lodi Request for Proposal
Section 2
2.05 VENDOR PROFILE
A. Vendor shall provide information as to:
1. Its organizational structure.
2. Its local operations and administration.
3. The experience of the personnel who will be working on this project
a. Provide a brief biographical resume for key personnel.
b. The Project Manager for the Contractor must have a minimum of
three years experience in installation of data and telecommunication
systems. building distribution wiring and cable on similar projects.
B. Each Vendor must provide a list of at least three (3) prior jobs with similar
wiring requirements. The list must include a contact name. address, and
phone number for each reference.
C. Vendors responding to this RFP shall have demonstrated the ability to:
1. Install and maintain communications wiring systems similar to those
submitted for consideration in response to this RFP.
2. Set up local area networks or camous-wide networks and have
experience with IBM AS/400 systems.
32. Provide any maintenance, servicing, and training required for the
proposed system.
D. Only those Vendors that have proven their capability in the area of ongoing
maintenance, service, and support will be considered. Ongoing support is
critical to any data and telecommunications system, and the City of Lodi,
recognizing this fact, considers that such support is an important
consideration in the selection of a Contractor.
E. Any Vendor responding to this RFP is hereby notified that all buildings,
grounds or any other facilities under the ownership or control of the City of
Lodi are considered to be a "Drug Free Workplace."
2.06 SUBCONTRACTORS
A. All requirements and qualifications to be met by the Contractor shall be met
by any Subcontractors whom the Contractor uses.
B. Vendors shall list all Subcontractors in their proposals.
C. If a Subcontractor is withdrawn for a reason other than the City of Lodi's
request, the Contractor shall notify the City of Lodi within three (3) working
days as to the fact and the reason(s).
2.07 WARRANTIES
A. The installed communications system will be warranted for the following:
1. Against all defects of wire, cable, electronic components and other
materials in the system at cut -over.
0 ! 3T 49A2V$4 J:IPROJECTSIMISCICIVICIDATACOMILODIRFP].DOCN:k4004%L-ODtRFA4.04DC
PAGE L24-0
Tbe City of Lodi
Section 2
Request for Proposal
2. To meet any and all specifications stated in this RFP and as presented
. in all system documentation.
B. All components shall be warranted for a minimum of one (1) year after cut-
over,
utover, or to the extent of any expressed or implied warranties, whichever is
longest. In addition. Vendors may offer an extended warranty, please detail
the length and cost of the warranty in your response to this RFP on Pricing
Information Sheet #3.
C. The City of Lodi is aware of equipment suppliers that offer a fifteen (15) year
warranty. This RFP lists the MOD -TAP products that will be required to
complete the installation. The MOD -TAP products are preferred,
alternatives can be proposed and if so, detail sheets shall be provided.
D. The proposal shall detail all components for which the warranty is less than
one year. The period of each warranty so specified shall be included, as
shall the cost to extend each warranty to a full year.
E. The Contractor agrees to repair or replace all defective components of the
system. Any replaced component shall cavy the full warranty from the date
that the City of Lodi accepts its replacement.
F. The City of Lodi shall have the right to require the replacement. at the
Contractor's expense, of any component that fails more than twice in the
one-year period following acceptance of the system.
2.08 TRAINING
A. The Contractor shall provide all training required by the City of Lodi to meet
the requirements of the City of Lodi. The Contractor shall propose a training
plan as part of the RFP response, and this proposal will be discussed with
the Contractor and agreed to by all parties.
B. There shall be no additional charges for equipment, cabling, or
documentation required to provide training to the City of Lodi personnel.
C. The vendor of the networking hubs, fiber hubs and transcievers shall provide
eight (8) hours of configuration, orientation and training of City staff to
ensure a minimum of down time.
D. The contractor will provide (8) hours of configuration, orientation and training
for the IBM AS/400 system for City --tall to ensure a minimum of down time.
2.09 SYSTEM ACCEPTANCE
A. The Contractor and the City of Lodi will establish a timetable for acceptance
testing of the wiring system. Prior to this activity the Contractor will submit a
plan for acceptance testing of all components of the new system. The City of
Lodi reserves the right to amend this plan by requesting additional tests. All
parties involved in the installation will review the system operation after cut -over
to establish its acceptability.
09/23194001'21194 J,%PROJECTSIMI$C%CWIMATACOM%LODIRFP3.DOCNA1.01 iL001RXP3.00C
PAGE 1314
The City of Lodi
Section 2
Request for Proposal
B. The Contractor shall correct all problems and malfunctions immediately after
cut -over and before the final payment.
C. For a designated warranty period from the day of acceptance the Contractor
will, in accordance with the Warranty, correct any problems and
malfunctions that appear and are not the result of mistreatment or
malfeasance. This will be done without additional charge to the City of Lodi.
2.10 MAINTENANCE
A. Vendor may submit, at their option, a Maintenance Proposal in accordance
with the criteria and requirements of the Maintenance Section of this RFP
(3.02.9). The maintenance of the entire system for the one-year warranty
period is assumed to be part of the contract price proposal.
09123194091"U94 J:IPROJECTSIMISCICIVICIDATACOMILODIRFPJ.DOC We%' ODUUMAiiFP3.QGC
PAGE lA 41
The City of Lodi
Section 3
3. SUBMITTAL AND SELECTION PROCESS
3.00 PROPOSAL FORMAT
Request for Proposal.
A. Proposals shall be in two sections, GeneraVTechnical and Pricing. No
pricing information should be included in the GeneraVTechnical Proposal
which is to cover Sections 1-7 of this RFP. All pricing and other information
requested in Section 8 of the RFP shall be included in the Pricing Proposal
which shall be sealed in a separate envelope and clearly marked with the
Vendors name and the words 'Pricing Proposal for the City of Lodi Wiring
System Project'
B. Both sections of the proposal (GeneraVTechnical and Pricing) must have
vendors name and the signature of an authorized office. Refer to the
Signature page at the end of Section 8.
C. The GeneralfTechnical proposal response must follow the topic and
numbering format of the RFP.
D. All answers should be clear and complete, avoiding unnecessary technical
jargon. It is the responsibility of the vendor to define any terms specific to
the company or industry unless such terms have already been defined in
this RFP.
E. The proposal should clearly present the vendor's willingness or disinclination
to provide the service or equipment stated in each item of this RFP and
related specification and amendments. Any "Yes" or "No" answers will be
taken to mean that the vendor agrees or does not agree to provide/comply
with the item in its entirety.
F. Omissions or deficiencies in required information will cause the proposal to
be considered incomplete. An incomplete proposal may be grounds for
disqualification.
G. Four (4) sealed copies of the bid -proposal response -must be submitted on
or before
1:45 P.M. Monday October 1703, 1994 to the following address:
The City of Lodi
221 West Pine Street
Lodi, CA 95241-1910
Attn: Purchasing Officer
3.01 BASIS FOR SELECTION OF SYSTEM AND CONTRACTOR
A. Selection of the system and Contractor will be made on the basis of a
number of factors. The overall concern is for a system that will meet the
I 08/23184004- - J:IPROJECTSIMISCICIVICIDATAC0MILODIRFP3.DOC
ii::1=OAN�Oo1RFP3,aOC
PAGE 15to
The City of Lodi
Section 3
Request for Proposal
needs both now and in the future, yet be simple to maintain, and for a
Contractor that can work with the City of Lodi to attain the objectives of a
flexible information system that can grow, adapt, and adjust to the City of
Lodi's environment as it changes.
B. This contract will not be awarded solely on the basis of the lowest cost
proposal that appears to meet the specifications and requirements of this
RFP. Incomplete or unclear pricing proposals may be cause for rejection.
C. Both long-term and initial cost benefits should be addressed.
D. The quality and completeness of the proposals that the Vendors provide will
also be a component in the evaluation and eventual selection of the
successful Contractor.
3.02 PROPOSAL SECTIONS .
1. Executive Summary
This section shall describe:
■ The Vendor's general approach to the project.
• Significant aspects or features of the proposal.
■ Other elements that the Vendor feels would be of significance to the City of
Lodi.
2. Vendor Requirements
This section must answer all items in Section 2 of this RFP. In addition, the Vendor
may include at the end any additional information that may be appropriate to this
section.
3. Technical Specifications
This section must answer all items and meet all requirements for documentation as
requested in Section 4 of this RFP. The Vendor may include at the end any
additional information that may be appropriate to this section.
4. Labeling Plan
The Vendor is askeJ :o propose a cable labeling scheme for approval by the City of
Lodi as part of their proposal response. This scheme will also roll into the cable
c;_-ia base descrit: ed elsewhere in this RFP.
091231916#4241" J:IPROJECTSIMISCICIVICIDATACOMILODIRFP3.DOCAL-0044aWRF4A)"
PAGE ]§ta
The City of Lodi
Section 3
5. Quality Assurance Plan
Request for Proposal
The quality assurance plan must describe the Vendors approach to ensuring the
establishment and maintenance of quality control and assurance for the entire
project. The quality assurance plan should specify the tests to be performed, the
equipment to be utilized, and the deliverables/results that can be expected.
The quality assurance plan should also specify the pin -outs and color -coding
scheme of all connections running from a workstation connection to a Termination
in an OF or MDF. This pre -defined strategy for pin -outs will be reviewed and
approved by the City of Lodi prior to contract award.
6. Acceptance Plan
The Vendor should propose an acceptance testing plan that is consistent with the
high quality expectations and criticality of the communications infrastructure design
of the City of Lodi buildings. The acceptance testing plan should be clearly stated
with expected deliverables.
7. Training Plan
The Vendor shall propose, as part of their response to this RFP, a training plan for
the City of Lodi staff to ensure The City of Lodi's capability to understand and
manage the new communications infrastructure.
8. Documentation Plan
The Vendor shall detail in this part of the proposal all documentation to be provided
as part of the project including, but not limited to, all specific documentation
requirements specified elsewhere in the RFP.
9. Maintenance Proposal
The Vendor is requested (at their option) to provide maintenance options and
proposals for the one or two year periods following the one-year warranty period
after the acceptance of the wiring system.
08/23f9409AI 1J•IPROJECTSIMISCICIVICIDATACOMILODIRFPS.DOCHW: LOD11LODIRFit3.DOC
PAGE LZt4
The City of Lodi
Section 4
4. TECHNICAL SPECIFICATIONS
4.00 SUMMARY
Request for Proposal
A. The Proposal shall provide for the installation of cable and wire in
accordance with the hardware and cable specifications in this section of the
RFP.
B. The City of Lodi's Electrical Contractor will install all conduits, and other
Pertinent cable routing parts as shown on the prints.
C. The building floor plans, which include the legends and locations for the
communications outlets and locations of IDFs, the MDF and other
information required by the Wiring Contractor are an integral part of this
RFP.
D. All plans, drawings, and sketches provided to the interested vendors are to
be treated with the same confidentiality as this RFP as they are considered
to be proprietary information. The drawings include sheets DC 1-3, E6-8, A -
E2, 13-E2, and C -E1.
E. All drawings provided to vendors shall remain the property of the City of Lodi
and are to be returned to the City of Lodi with the proposal. Any Vendor
choosing not to submit a proposal must return all drawings and all copies of
this RFP prior to the proposed RFP response date.
F. The Contractor shall furnish their best skill and judgment in performing the
services requested. The Contractor further agrees to use the best efforts to
fumish an adequate supply of technicians and materials at all times, and to
do the work in the most appropriate, expeditious, and economical manner
that is consistent with the interests of the City of Lodi. This includes, but is
not limited to: all labor, services, materials, installation, hoisting, supplies,
insurance, equipment, tools, storage, and any other facilities and items of
every kind and description required for the prompt and efficient completion
of the work.
4.01 CONTRACTOR RESPONSIBILITIES
A. hAhe-requiaemer3t a i- this4RFP,4!he
Contractor's primary responsibility is the installation of4he4►esessary
equipment and wiring; with an emphasis on a total systems solution
consistent with existing computer and communication hardware.
B. Any items not mentioned but required for the installation of a fully
operational communications wiring system shall be provided. The
Contractor shall immediately bring to the attention of the City of Lodi any
omission of items necessary to the installation of the system:
09123/14 8 144 J:IPROJECTSIMISC10IVICIOATACOMILOOIRFP3.DOCi3:1LOO44LrGG4Rr-P3'OOC
PAGE 183-0
The City of Lodi Request for Proposal
Section 4
C. The Contractor shall obtain the approval of the City of Lodi for the final
layout of the of the Equipment/Computer Room, the Cable Entrance Closet,
and all other Closets, especially as this relates to placement of the Main
Distribution Frame (MDF) and the Intermediate Distribution Frames (IDFs).
D. Materials to be provided include, but are not limited to:
1. Main Distribution Frame(s) (MDF) - racks and/or panels.
2. intermediate Distribution Frames (IDF) - racks and/or panels.
3. All copper and Fiber termination equipment.
4. Cross -connect fields for copper (wire) and Fiber Optic terminators.
5. All copper and Fiber Optic cable, including backbone cable, horizontal
distribution cable, workstation cabling, termination panels and
workstation outlets.
6. All support materials required for the wire and cable, such as wire and
cable supports (including racks and rings), J hooks, etc.
E. The Contractor is also responsible for:
1. Fire -stopping of all penetrations according to all fire -related code(s).
2. Labeling and documentation, including drawings designating logical -
diagrams of data cabling and as -built drawings.
3. Acceptance testing, including testing of Fiber Optic cable while cable is
still on the reel and once the cable is placed in the walls as part of the
Acceptance Testing Plan.
4. Notifying the City of Lodi immediately if any errors, problems or
omissions in the installation are discovered before or during the
installation of the cable and wiring.
5. Removal of all trash and debris associated with the work for which the
Contractor is responsible.
4.02 GENERAL TECHNICAL REQUIREMENTS
The following requirements are applicable to all systems where appropriate.
A. All cable shall meet or exceed the specifications of the equipment vendor(s)
for cable attached to their equipment. Contractor shall notify the City of Lodi
of any cable runs shown on the drawings that exceed the limits specified by
cable manufacturers.
B. All cable must be installed within the manufacturers' specified limits for
mechanical (tensile) strength and minimum bend radius.
C. Contractor is responsible for assuring that the length of the cable run plus
slack does not cause the transmission limits of the cable to be exceeded.
Contractor shall immediately notify the City of Lodi of any situations where
this does, or may, occur.
I 4 812 318 4 4#134J" J.IPROJECTSIMISCICIVICIDATACOMILODIRFP3.DOCi4;"D#%LODIRr-P4,0OC
FAGE t2►8
The City of Lodi
Section 4
Request for Proposal
D. Vendors are responsible for reviewing details of the installation layout on the
blueprints.
E. Pull strings shall be left in each conduit for future cabletwire additions.
F. All Fiber connection points must be easily accessible, and must be
pre#erably located in communication equipment room(s), wiring closets, or
other locations authorized by the City of Lodi.
G. All Fiber connection points must be clearly indicated on the as -built
drawings.
H. All cable pairs will be twisted and color coded in accordance with the EIA
standards and terminated in accordance with other pertinent EIA/TIA 568
and BICSI standards.
1. The City of Lodi has sole authority to decide if a cable proposed as an
equivalent to the specifications of this RFP is acceptable.
J. The Vendor will submit samples and specification sheets of all equivalent
cables proposed for review by the City of Lodi as part of the Pronosal8W.
4.03 STANDARDS
A. Installation of all cable installed shall be in accordance with existing and
emerging standards.
B. Material and test standards include, but are not limited to, standards
published by the following:
■ American National Standards Institute (ANSI)
• American Society for Testing and Materials (ASTM)
■ Electronic Industrie: Association (EIA)
■ Telecommunications Industries Association (TIA)
• Institute of Electrical and Electronic Engineers (IEEE)
• National Electrical Manufacturers Associations (NEMA)
■ Underwriters Lab.,ratories (UL)
L Nationai Fire Protection Association (NFPA)
■
International Electrotechnical Commission (IEC)
•
International Standards Organization (ISO)
s
International Telegraph and Telephone Cons:.:Uative Committee (CCITT)
■ National Electrical Code (NEC)
■ Federal Communications Commission (PCC)
■ Occupational Safety and Health Administration (OSHA)
■
International Code of Building Officials (ICBG)
09/2319409444" J@%PROJECTS%MISC%CIVlqDPTACOMILOUIRFP7.DCC$4"LGINWJBaRFP4i=
PACE ZQia
17)
The City of Lod Request for Proposal
Section 4
■ Applicable codes and regulations of the Government of the State of
California and the City of Lodi.
In the event of a conflict between the aforesaid laws, standards, codes,
ordinances and documents, and the City of Lodi's specification, the
Contractor shall immediately bring the conflict to the attention of the City
of Lodi.
C. Fiber optic cable must meet current/proposed Fiber Distributed Data
Interface (FDDQ standards.
D. Copper cable and the installation practices must adhere to E1A/TIA 5686.
E. In addition to being in compliance with existing materials and manufacturing
standards, or standards that will be established within the 90 days following
the submittal date for proposals, all wiring shall meet NEC, state and city
codes.
4.04 FIBER OPTIC CABLE SPECIFICATIONS
A. Each Fiber in the Fiber Optic cable shall be multi -mode graded index cable
with a nominal 62.5/125 um core/cladding diameter.
B. Each Fiber must conform to EIA/ TIA specifications for 62.5 um Core
Diameter/125 Cladding Diameter Class la Multimode, Graded Index Optical
Waveguide Fiber for On -Premises Applications. The glass used in the Fiber
cable shall be 100k PSI. The physical characteristics of the Fiber cable shall
include a pressure extruded jacket that is UV, corona and fungus resistant
and has a UL rating. The preferred cable for the Outside and Inside Plant is
Optical Cable Corporations part number DX06-055D-W3SB- 1UC/900-
OFNR 6 -strand or DX12-065D-W3SB-1 UC/900-OFNR 12 -strand.
1. Maximum attenuation for each Fiber shall be 3.75 dB/km L 850 nm and
1.5 dB/km @ 1300 nm. Any cable that states the attenuation as an
average of the fibers within that cable will not be deemed acceptable.
2. Each fiber will have a maximum bandwidth of 160 Mhz/km @ 850 nm
and 500 Mhz/km @ 1300 nm. Any cable that states the bandwidth as an
average of the fibers within that cable will not be deemed acceptable.
3. Numerical aperture, as measured by EIA 455-47, will be .275 +/-.015.
4. Coating diameter will be 900 micrometers +/- 50 microns
5. Operating temperature range for each fiber will be:
40 deg. C. to +85 deg. C.
6. Impact resistance will be 1,500 impacts
7. Crush resistance shall be 1,800 N'^M using testing method EIA 455-41,
8. Flex resistance shall be 2,000 cyc,,�s
09/23194004144 J:%PROJECTS%MISCIC IV ICIOATACOMILOOIRFP3 DOC14;► 0011k0O1RFP3.00C
PAGE Z1 to
....,._.. .-,t .�.. . "7 s, rp., � . .. ........... ,, ....., ..... .,—:-....-.. -, -wroi� �"". . _ _ _a fa✓`.�"'�z�.$' e'�:..=�?€�...s.'`rr�`��.'."s.�«^�il.'�.�.'"".
The City of Lodi
Section 4
C.
Request for Proposal
Each Fiber in each cable installed shall meet all specifications and shall be
usable according to the City of Lodi's and/or industry standard
specifications. The more stringent requirement shall prevail.
Mechanical specifications for the Fiber cable to be installed per this RFP
are:
6 -Fiber 12 -Fiber
Max Outside diameter 5.5 mm 6.5 mm.
Max tensile bad 1,400 N 1,800 N
Min. loaded bend radius 20 times cable diameter
Min. unloaded bend radius 10 times cable diameter
E. Alternate Fiber cable will only be considered if it meets the specifications
above. A sample of any alternate cable must also be submitted for
consideration.
F. The Contractor is responsible for insuring that the cable packaging for
shipping/storage purposes meets or exceeds the following requirements:
1. One continuous length of cable per shipping reel.
2. The results of the 100% attenuation and bandwidth tests conducted at
the factory shall accompany each reel and the test results shall be
provided to the Construction Administrator of The City of Lodi.
G. Contractor is required to replace, at no cost to the City of Lodi, any Fiber
Optic cables that contain one or more faulty strands that are not in
compliance with the specifications of this RFP.
H. The Contractor shall propose ST -compatible connectors that can be
installed in the field. Said connectors shall be approved by the City of Lodi
prior to installation. These connectors and the method used to install them
shall provide both low loss values and excellent reliability. AT&T STII or 3M
6100 Hot Melt Fiber Optic connectors are acceptable. Characteristics for the
connectors are:
1. Attenuation: .6 dB typical at 1300 nm per mated pair
2. Tensile strength: dB +/-.2 dB loss with 22 Ib loss w/o adhesive (FOTPG).
3. Thermal shock will be +/-.2 dB @ -40 deg. C to +60 deg. C, 5 cycles,
loss measured at room temperature after 12 hours.
4. Durability will be dB loss +1-.2 dB for 1,000 insertions (if cleaned every
25"' insertion).
I. The connectors shall be constructed as follows:
1. Type: ST compatible (physical contact)
2. Fiber size: 125 um cladding diameter
3. Ferrule construction: Zirconia ceramic
4. Housing construction: molded plastic
5. Strain Relief Method: Kevlar retention or epoxy
09/23/94M24$41J:IPROJECTSIMISCICIVICIDATACOMILODIRFP3.DOC FML00I%I.001R6:P3.00C
PAGE 2240
The> city of Lodi Request for Proposal
Section 4
6. Fiber Retention: Adhesive (UV cured)
7. Connector Assembly Time: +/-10 minutes
8. Insertion Loss: 0.6 dB (typical)
(Loss is computed per two mated connectors)
9. Durability: dB loss +/-.2 dB for 1,000 insertions
4.05 EQUIPMENT - AS/400 HUBS / H.P. AdvanceStack HUBS I
FIBER TRANSCEIVERS/MUX's/BALUNS
A. Pricing Information Sheets #5 and #6 list the materials required for this
installation.
B. Galcom products have been specified on the Price Sheet #5, however
alternate products may be proposed. Any alternates that are proposed must
be supported with specification sheets and be equal or superior in
performance to those products specified.
C. Vendors wishing to propose any alternate must propose equipment and
pricing in a format that is similar to that used on the Pricing Information
Sheet #5.
D. Hewlett-Packard equipment and other parts have been specified on Price
Sheet #6. In order to match existing equipment, this Price Sheet is specific
and alternates will not be considered.
4.06 MDF - CLOSETS 1 IDF-CLOSETS
A. The Main Distribution Frame (MDF) will be initially located in the ANNEX.
B. The City of Lodi will provide conduits to link all buildings as shown on the
prints.
C. Contractor will install all terminating equipment and frames (free-standing
and/or wall -mounted) according to the floor plan provided. Any changes
shall be authorized by the City of Lodi in writing prior to the change.
D. The Contractor shall ensure that the installation of the frames and
backboards is conducive to growth in a manner that is orderly, timely and
economical. The arrangement of equipment, panels, cross -connect fields,
and backboards shall allow easy access.
E. At each OF and the MDF a 1,000 ft. reel of 1 -pair Category 3 cross connect
wire 24 AWG twisted shall be supplied and wall mounted.
F. At MDF and OF locations, cables shall be properly secured every 10 inches,
or less if appropriate.
G. LIU's or equivalent equipment shall to be provided by the contractor in each
Closet and in the MDF for the fiber patching, for the active equipment, etc.
H. The MDF and OF Closets are transition points between the Fiber Optic
Backbone Cables and the Horizontal Cabling. These closets will contain the
0lJ2�1l40iii31i4 JAPROJECTS%MISC%CIYICIDATAC OWL= RF P3. DOC I4:IL0011L0V1RFF3.004r.
PAGE 2140
The City of Lodi
Section 4
Request for Proposal
cable cross connection fields and/or panels. the associated cabling/wiring,
and the electronics associated with the Fiber Optic cabling.
4.07 BACKBONE CABLING
A. For the purpose of this RFP, the term "backbone' refers to cable runs
between distribution points, i.e., between MDF and IDFs. The system will
make use of conduit and sleeves. For Fiber Optic cable. 1' innerduct is
required and will be run.
B. All backbone cables entering buildings shall be supported so as to insure
that mechanical integrity of each cable is maintained over the long temp.
C. Additional materials to be supplied by the Contractor to support the
backbone cable shall include. but are not limited to:
1. Backbone cable as specified.
2. Light Interface Units.
3. ST compatible connector.
4. Cross -connect field.
5. Wire distribution rings.
6. Firestopping materials.
7. All incidental material such as screens, tie wraps, anchors, support
hardware and labels.
D. The Vendor shall specify in the proposal the exact cables being proposed
for each component of the City of Lodi backbone system - specifications,
number of strands, etc.
4.08 HORIZONTAL DISTRIBUTION SYSTEM
A. For the purposes of this RFP, Horizontal Wiring refers to that part of the
wiring system that extends circuits from an IDF or MDF directly, home run. to
the end user.
B. The cable length from any workstation location to the termination in the
associated Closet shall be equal to or less than 275 ft. This maximum
length includes all wiring in the run. Any deviation from this requirement of
maximum length shall be brought immediately to the attention of the City of
Lodi.
C. The Horizontal Distribution System requires that the following be run and
property terminated to work locations and/or outlets specified on the job
drawings:
1. (1) 4 -pair 24 AWG Category 5 PVC cable for DATA.
2. (1) 4 -pair 24 AWG Category 3 PVC cable for VOICE.
09123/9+0#44-TW1 J•SPROJECTS%MISCICIVICiDATACOMILODIRFP3 DOC K44L0W 04RFP3.040C
PAGE Z43G
The City of Lodi
Section 4
Request for Proposal
D. The typical wallplate configuration shall provide for one (1) Voice outlet, one
(1) Data outlet and a minimum of two (2) blank outlets for future needs.
unless otherwise specified on the plans.
E. All building horizontal distribution wiring shall be 24 -gauge wire that meets or
exceeds EIA Category 3 or Category 5 respectively.
F. Cables must be routed and dressed so as to: avoid congestion, ensure
accessibility, and guarantee proper maintenance clearance between
cabletwire terminals.
G. Horizontal Distribution cables will be "home run' and have a physical star
configuration.
H. J -hooks or other appropriate support equipment shall be supplied by the
Contractor and will be used to support the Horizontal Cabling. J -hook strap
edges must be rolled to prevent damage to the cable sheathing.
I. Each J -hook or support wire shall be placed no further than six (6) feet apart
and must be able to support no more than twenty (20) 4 -pair cables. J -
hooks will also carry fiber to the IDF or MDF locations.
4.09 WORKSTATION LOCATIONS
A. Vendors shall take careful note of the fact that certain locations may be
voice/fax only or data only as shown on the plans. Note that the Public
Safety building has need for connection to a 1013aseT Hub in the MDF, but
no actual data or voice locations.
B. Wall connection outlets will be Category 5 type for the DATA and Category 3
for VOICE.
C. Each workstation outlet will be directly home run to the appropriate panel or
block in the nearest IDF Closet. This star configuration will be maintained
for the entire horizontal distribution system.
D. Each workstation cable shall be labeled and identified as specified in
Section 4.18 of this RFP. labels shall be no more than 12 in. from the end
of the cable.
4.10 TERMINATIONS AND CROSS CONNECTIONS
A. All connection blocks for VOICE in the MDF and IDF will be MOD -TAP 110
type modular type (high-density, punch -down) that:
1. Must be color -coded and labelled in accordance with the approved
labelling plan.
2. Terminate up to 25 pairs per block.
3. Allow connection of 22 AWG or 24 AWG wires_
4. Support up to 200 insertion/removals without compromising the electrical
or mechanical integrity of the connection.
4912119409ii11" J:IPROJECTSIMISCICIVICIOATACOMILOOIRFP2.00CN:►LOONL-ODtRFP3.00C
PAGE Z5i4
The 'fit of Lodi Request for Proposal
Section 4
5. Have insulation material that fully insulates each block from any
neighboring block(s).
6. Ane partitioned in such a way that the conductors terminated on the
modules are also partitioned.
B. A Fiber termination patch system shall be provided in IDF Closets. All
backbone fiber strands will be connectorized and terminated in the fiber
termination housings with ST compatible connectors.
C. Fiber housings will be modular to allow for the addition or deletion of
components or internal routing of jumpers.
D. Vendors shall propose Optical Jumpers (to be approved by the City of Lodi)
which will be needed to connect the electronic equipment with the optical
transmission cable. In Section 8 of the Proposal. each Vendor shall provide
a unit price for various lengths and conforming to the following
specifications:
1. Fiber type: multimode Coming LNF CSB4
2. Core size: 62.5 um
3. Construction: Zipcord (2 fibers) duplex fiber
4. Strength member. Kevlar
5. Connector type: ST
6. Connector loss: 0.3 dB (typical)
7. Color. Multimode orange
8. Lengths: 1.5 meter to 3 meters
4.11 MATERIALS (SUGGESTED)
A. Following is a list of the products that MOD -TAP offers that will, if used in
conjunction with the Fiber specified in this RFP and MOD -TAP certified
copper cable, be eligible for a fifteen (15) year warranty. The City of Lodi
desires this kind of warranty period. Vendors should propose a solution that
is in the best interest of the City of Lodi. If alternates are proposed, they
shall be either AT&T or Northern Telecom. Altemate pricing shall be listed
on Pricing Information Sheet #7
B. Workstation outlets and Drop cables.
Part #
Description
17-0121-01
Bezel - Almond
17-5234-01
Unifit Mod for Cubicles - Almond
17-0433-01
Single position blank - Almond
17-51-80-61
Single WE8W USOC CAT 3 Jack
17.213.011.130031
Single WE8W 5686 CAT 5 Jack
S-2282
ST TP CAT 5 568 8W-10' Kyd - Blue
C. Patch Panels, Patch
cables and organizers.
Part 0 Description
48r231844a4144 J:%PROJECTSIMM CIC IVICIDATAC0MILODIRFP7.DOCWkLODr<1LOa4RF113 DOC
PAGE 7i tO
The City of Lodi
Section 4
Request for Proposal
27.2B.241.B001G
24 Port 110 Panel 568B - CAT 5
27.213.481.800%
48 Port 110 Panel 568B - CAT 5
45.08.017.13018H
ST TP CAT 5 568 SW -5- Blue
25.B016G
Single position Ring Run
D. Distribution Frames and Accessories.
Part #
Description
25.60044
Open Bay Rads
25.222
Mod Strut Mounting Kit
7-'.60374 (optional)
14 POS Deep Walt Mount Rack
25.B027G
Rack Mount Power Supply
L Fiber Interconnect Components and Accessories.
Part #
Description
17.81014
Fiber Management System
30.B012G
24 Port ST Panel Y2 loaded - MM
15.80116G
24 Port Wall Mount Fiber Box
15.303 -MM
ST Connector Adapter - (6) MM
15-302-00
Blank Adapter Plate
91-3112-01
1.5 Meter Duplex ST Patch Cord
91-3112-03
3.0 Meter Duplex ST Patch Cord
F. Vendor should provide unit pricing on Pricing Information Sheet #7 for the
following MOD -TAP alternates to some of the Galcom parts.
Part #
88-X637-01
88-810.80-000
4.12 FIRESTOPPING
Description
Active Star Hub 14 Port - USOC
Twinax Balun - USOC
A. All firestopping associated with the communications transport system shall
comply with all existing applicable laws, regulations, standards, and codes.
B. Firestopping requirements:
1. Contractor shall seal all penetrations of rigid conduit or sleeves using
approved materials installed according to the manufacturer's
specifications.
2. All slot or chase -type penetrations placed at time of casting shall be
firestopped.
3. All individual cable or wire penetrations that are not in conduit shall be
flrestopped. For larger clearance openings, and for openings containing
pipes subject to movement, sleeves shall be anchored to both
membrane surfaces of the wall and an approved firestop material shall
be installed between the pipe and sleeve for the full thickness of the
wall.
4. Through penetrations in gypsum board wall for cable trays shall be
boxed -out with gypsum board and sealed with a design -tested
09123124"$311#4 J:IPROJECT IMISCICIVIC%DATACOM%LODIRFP3.DOC14;%LOO1 L-GOIRFPZ.0"
PAGE Zjta
'The City of Lodi Request for Proposal
Section 4
firestopping system installed per the manufacturer's specifications and
instructions.
4.13 SAFETY
Contractor is responsible for providing protection from falling material related to the
installation of the cabletwiring system for all personnel.
4.14 DOCUMENTATION
A. As part of the services provided under the contract of which this RFP is a
part, the Contractor shall provide complete cabletwire documentation using
both plans in an AUTO -CAD format and text, refer to Section 4.13.G.3.
B. The City of Lodi reserves the right to review and approve all plans and
documentation to ascertain their compliance with RFP requirements.
C. The Contractor shall give the Construction Administrator all installation.
configuration and operation manuals provided with any parts or equipment.
D. Label Requirements
1. All cables and wires shall be labeled at the time of installation. These
labels shall conform to the labelling plan agreed to by the City of Lodi
and the Contractor.
2. At a minimum, the label on each cableANire shall indicate:
a. End points (terminations) of the individual cable.
b. Type of cable.
3. Voice and data jacks must be labeled differently.
4. Each wall plate shall be labeled with the same number(s) as the Cable(s)
terminating at it.
5. Cross -connect field appearances, when used, shall be labeled with the
appropriate cable number(s).
6. All station -type cabling must be labeled within 6 inches of its termination
point at the work location.
E. A cable record system shall be established. At a minimum the Cable Record
(or schedule) shall include the following information:
1. Cable Number
2. Cable Runs From
3. Cable Runs To
4. Length of Cable Run
5. Additional information shall be included whenever appropriate. For
example:
0912319404444$94 J',%PROJECTStiMISCICIVICIDATACOM%LODIRFPS.DOC14;1LOa41LOalRFA3.OdC
PAGE UtO
The City of Lodi
Section 4
''1�
Request for Proposal
Distribution PaneU1DF/MDF Jumpers - to identify where a
cable is connected, such as to another cable, a controller,
or some piece of equipment.
F. The City of Lodi shall provide the Contractor with a complete set of
architectural drawings, including drawings showing the conduit system
installed by the Electrical Contractor.
G. Not more than four (4) weeks after completion of the installation and before
any final payment will be made by the City of Lodi, the Contractor shall
provide the City of Lodi with:
1. A complete database on electronic media, MS Excel or DBF format, in
accordance with specifications provided by the City of Lodi above, of all
cable and wire installed.
2. Two (2) hard -copy sets of "as -built drawings for the installed wiring
system.
3. Auto -CAD Release 12 or later on 3.5" diskettes for all documentation
drawings.
H. At least two copies of cable records shall be maintained by the Contractor
during the project. One in the appropriate work location, and one off-site.
4.15 TESTING
The following notes are samples of components that should be included in the
Vendors proposed Quality Assurance Plan and the Acceptance Test Plan, but are
not intended to be inclusive, only suggestive.
A. Each Vendor shall develop a media and system Test and Acceptance Plan
to be included in the Proposal. This plan, and all evaluation and te: t criteria,
shall be reviewed by the City of Lodi. Amendments or changes will he
negotiated before the award of the contract.
B. The proposal will include both pre -and post -installation test procedures and
detail the test equipment to be used. The procedure must describe the tests
to be done, the personnel responsible and the test equipment to be used.
C. All test equipment shall be supplied by the Contractor. The proposal must
include a list of the test equipment to be used, including description of the
equipment and their current calibration status reports.
D. Post -installation acceptance testing must be completed within two (2) weeks
of the installation. The system shall not be considered installed until the
acceptance testing has been completed and the system accepted in writing
by the City of Lodi.
E. Within four (4) weeks of the award of the contract, the Contractor shall
submit a test schedule for the City of Lodi's approval.
F. All Acceptance testing will be conducted under the supervision of the
Contractor's Project Manager and the City of Lodi. Testing will include
I09123194904244" J:IPROJECTSIMISCICIVICIDATACOMIIODIRFP3.DOCK:ILODIILODIRFA3.D"
PAGE ,gIG
The City of Lodi
Section 4
Request for Proposal
inspection of the physical attributes of the system, including, but not limited
to, connections and terminations of the equipment and cableMrire
infrastructure.
G. Test Plan and Reports;
1. Shall be based on "as built" drawings.
2. Report of test results must include, as a minimum:
a. Name of test and test number
b. Expected and actual results
Q Date of test
d. Name of person conducting the test
H. Minimum tests will include:
1. Testing of each Fiber Optic strand for continuity, insertion loss and
anomalies.
2. Testing each Data pair for NEXT, attenuation, wire map, length,
impedance, loop resistance and capacitance with a certified Category 5
test unit. Test results should be printed and consistent with EIAITIA
specifications.
3. Testing each Voice pair for shorts, opens, grounds, polarity and split
pairs.
I. Testing by tone is not acceptable.
49122t9409;'244i4 J:IPROJECTSIMISCICIVICIDATACOMILODIRFP3.DOC$4;%LOD"ODIRFA3.0oG
PAGE 3-Qia
I be City of Lodi
Section 5
Request for Proposal
5. PROJECT MANAGEMENT PLANS, POLICIES AND PROCEDURES
5.00 OVERVIEW
A. The Contractor shall submit a Project Schedule (Gantt chart) that details the
tasks involved in the project and their projected completion.
B. Project Management for this project is understood i�; include, but is not
limited to. planning, scheduling. controlling and supervising all activities
required for the successful completion of this project.
C. The Contractor will review all schedules relating to the installation with the
City of Lodi.
5.01 PROJECT MANAGER
A. The Contractor shall assign a Project Manager to this project. This person
will have the responsibility and authority to make the necessary decisions to
ensure a successful installation.
B. A written project status report shall be submitted at a weekly Project Meeting
by the Project Manager or a representative of the Project Manager or as
required by the City of Lodi.
C. The Project Manager shall be on-site for at least two hours per day during
the installation of this wiring system. During the acceptance and testing
phase of this system, the Project Manager shall be on-site for the entire
period.
D. The City of Lodi will appoint a Construction Administrator. This person will
coordinate all the City of Lodi activities with regard to the installation.
E. All communications that concern this project in any manner, including
changes, shall be through the City of Lodi Construction Administrator. No
changes or additions will be made during the last two weeks preceding
cutover unless the reason is critical.
5.02 PROJECT MANAGER RESPONSIBILITIES
A. The Project Manager will notify the City of Lodi immediately of any matters
which will, or may, interfere with the project schedule or compliance with the
RFP requirements.
B. The Contractor shall be totally responsible for any personnel assigned to
work on the installation of the selected system. This responsibility includes
any subcontractors or any outside technical or training assistance that may
be required or contracted for by the Vendor.
C. The Contractor shall restore any damage or changes made to the City of
Lodi's physical plant to the original condition.
I / ]! oila4la4 J.XPROJECT5%MI5CICIVICIDAT AC0MILODIRFP3.DOC 14ikLODALO01RFP4.0"
PAGE 3-118
The City of Lodi
Section 5
Request for Proposal
D. The Contractor shall ensure that the copper wire installation is coordinated
with drywall ceiling and other trades.
E. Remove all trash associated with the installation of the communications
system(s), including all packing materials. Contractor must obtain the City of
Lodi's approval before using the City of Lodi trash facilities for these items.
This removal shall be done consistently during the installation process, or as
required by the City of Lodi's procedures and policies.
5.03 THE CITY OF LODI RESPONSIBILITIES AND RIGHTS
A. The City of Lodi will provide the Contractor with all information required to
complete this system installation, providing that such information is
available. This information includes. but is not limited to:
1. AUTO CAD (DOS) Release 12 or later Plans of the physical plant on a
Disk.
2. Network design.
3. Interface requirements for other types of communications -related
systems.
4. Other applicable information.
B. The City of Lodi retains the right to approve or disapprove the Contractor's
choice of Project Manager(s). The City of Lodi may request the replacement
of a Project Manager for any reason.
C. The City of Lodi will acquire all permits and licensing required to complete
this project.
D. Disputes will be resolved under the laws of the state of California.
49123J9448441#4 J:%PROJECT'.%MISCICIVICIOATACOMI 1 FP7.DOC14:1LOD111001RFP3.00G
PAGE 321a
The City of Lodi
Section 6
6 INSURANCE AND BONDING
6.00 INSURANCE
r)
Request for Proposal
A. The Contractor shall, before any part of the work on the job site is
commenced and at the Contractors sole expense. cause to be issued and
maintain during the entire project insurance coverages set forth below.
B. Worker's Compensation in accordance with the provisions of the applicable
worker's compensation law or similar laws of the country, state or other
entity having jurisdiction over the employee.
C. Employer's Liability insurance with a minimum limit of liability of $100,000 for
each occurrence.
D. Automobile Liability insurance covering the use of all owned, non -owned
and hired vehicles with a combined single limit of liability of not less than
$1,000,000 combined single limit for bodily injury and property damage.
E. Commercial General Liability insurance including Contractual liability,
broadform property damage, XCU (explosion, collapse and underground)
exclusions deleted, cross liability endorsement and independent contractors
liability. Limits of. liability of not less than $1,000,000 combined single limit for
bodily injury and property damage and $1,000,000 for contractual liability.
F. The City of Lodi is to be named on the Commercial General Liability policies
an additional insureds for Work performed for this contract. The Certificate
or policy endorsement shall clearly state: "This is primary insurance without
recourse to similar insurance maintained by the City of Lodi, if any." A
30day Notice of Cancellation shall be required with the provision that the
City of Lodi City Attorney will be notified in the event of any cancellation,
intention of the insurer not to renew or any material change in the insurance
contract or coverages afforded. This Contract with the City of Lodi must be
specifically referred to in the Certificate of insurance of endorsement to the
policy.
6.01 BONDING - Security for Faithful Payment, Performance and Completion
A. Executed payment and performance bonds with labor and material clauses
in a form meeting the City of Lodi's approval, in an amount not less than one
hundred percent (1GO%) of the total Contract Price. The Contractor shall
submit original bonds to the City of Lodi as soon as the Contractor obtains
the bonds, but in any event within three weeks after Contract execution.
I09123/940442-44" J:%PROJEC T51 M ISCICIV ICIDA TACO WLQD1FtF P3, DOC
k:1WD11LODliiFAl.aOC
PAGE 311a
The City of Lodi
Section 7
7. PRICING
7.00 GENERAL
Request for Proposal
A. Complete pricing information shall be provided. All pricing shall be on a per
item or per component basis, i.e., unit pricing.
B. All discount information will be clearly stated and the discount structure
described in detail. The proposal will indicate the items/components to
which discounts do and do not apply.
C. Proposal shall dearly indicate the items/components to which the discount
structure applies and those to which discounts do not apply.
D. Proposal shall state whether or not the discounts also apply to materials
purchased after the signing of the contract but prior to cutover.
E. Proposal shall state whether or not the discounts also apply to materials
purchased after Acceptance of the system.
F. Proposal shall dearly state the conditions/situations under/in which
discounts do not apply.
G. Unless otherwise specified, all preparation and packaging shall be assumed
to be included in the pricing given. If this is not so, it must be clearly stated
and the costs for preparation and/or packaging must be provided as an
additional item.
H. All pricing shall include delivery to the job site. State any applicable taxes
separately with the associated item.
I. The proposal must clearly indicate those instances where one-year warranty
does not apply and must clearly state the charges associated with first-year
maintenance for those items not covered by a full year's warranty.
J. Prices should be given for purchase only, leasing does not apply to this
project. Pricing should be provided separately for the equipment and for the
labor to install it.
7.01 PRICING SHEETS
A. The Price Information Sheets in this section cover the cable/wiring items in
the RFP as well as the equipment that will be required. Vendor should
include costs of all additional materials to be used in the installation in broad
categories which are:
1. Support materials.
2. Cable fastening materials,
3. Workstation location termination materials.
4. Optional information requested in the RFP.
09127/94OW344" J:IPROJECTSIMISCICIVICIDATACOMILODIRFP3.DOCN.LLOIDI%LOOIRFP3.00C
PAGE 343a
The City of Lodi
Section 7
5. Additional IDF material.
Request for Proposal
6. Additional MDF material.
7. Firestopping materials.
8. Miscellaneous material required for a proper installation. Pricing
information on these non -cable materials should be provided in the
format sample included with this RFP.
B. Additional information is welcome, but should be in a similar. if not identical,
format
C. it is the Vendor's responsibility to include pricing on all materials and
equipment required to install the wiring system, whether they are specifically
stated in this section or not. If they are not. the Vendor must include them in
blank spaces on the Pricing Sheets.
D. In the blanks provided on each Pricing Sheet, the Vendor shall indicate the
manufacturer of the item for which the pricing is provided.
E. A completely blank sheet is included for reproducing and using for additional
pricing information.
F. incomplete or unclear pricing proposals may be cause for rejection.
7.02 PRICING FOR CABLE AND WIRE
Except where noted otherwise, pricing shall be provided on a per -foot basis.
09/231940642.4484 J:IPROJECTSIMISCICIVICIDATACOM%LODIRFP3,DOC
M:N ODIL�Oa�RiA3.00C
PAGE 11514)
The City of Lodi
Section 8
8. PRICING SHEETS
ALTERNATIVE PRICING INFORMATION SHEET 1A
Installation
Material/Item/Equipment Cost
PHASE 1
Fiber Optic Outside Plant Cable
Multimode
Mfg.
1. 12 -strand OSP fiber
2. 6 -strand OSP fiber
Estimated number of feet required:
1. 12 -strand OSP fiber
2. 6 -strand OSP fiber
Cost of All Fiber Optic connectors,
LIU enclosures, splices, protective
innerduct and associated parts.
Labor.
Total cost of Phase 1 Fiber cabling:
Unit Price for Dual Fiber jumpers
1. 1.5 meter _
2. 3.0 meter
Request for Proposal
�(j�40ili�i4,1:1PROJECTs1MlsC1CIYICIDATACOM1LODtRFP�.DOC�,uaatu.aous�rs.00c I
PAGE Jjt4
The City of Lodi
Section 8
ALTERNATIVE PRICING INFORMATION SHEET 2A
Installation
Material/Item/Equipment - Cost
PHASE 2
Fiber Optic Cable Inside Plant
Multimode
Mfg.
1. 12 -strand fiber
2. 6 -strand fiber
Cost of All Fiber Optic connectors,
Fiber enclosures, protective innerduct
and associated parts.
Unit Cost for Dual Fiber Jumpers
1. 1.5 meter
2. 3.0 meter
Total cost of Phase 2 Fiber cabling:
Request for Proposal
091231$409434404 J:%PROJECTSIMISC%CIVIC%DATACOMILODIRFP3.DOCW;4L40011LO01RFP3.aaC
PAGE jZtO
43Fk�Ce
The City of Lodi
motion 8
PRICING INFORMATION SHEET 1
Installation
Material/Item/Equipment Cost
PHASE 1
Fiber Optic Inside/Outside Plant Cable
Multimode
Mfg.
1. 12 -strand fiber
2. 6 -strand fiber
Estimated number of feet required:
1. 12 -strand fiber
2. 6 -strand fiber
Cost of All Fiber Optic connectors,
UU enclosures, splices, protective
innerduct and associated parts.
Total cost of Phase 1 Alternative
Fiber cabling:
Unit Price for Dual Fiber jumpers
1. 1.5 meter
2. 3.0 meter
Request for Proposal
0912319409i"V84 J:IPROJECTSIMISCICIVICIDATAC0MILODIRFP3.DOC
N: d0l1LADtRFAS.aCC
PAGE 21ta
The City of Lodi Request for Proposal
Section 8
PRICING INFORMATION SHEET 2
Installation
MateriaMtem/Equipment Cost
PHASE 2
Cost of All Fiber Optic connectors,
LIU enclosures, protective innerduct
and associated parts.
Unit Cost for Dual Fiber Jumpers
1. 1.5 meter
2. 3.0 meter
Total cost of Phase 2 Altemative
Fiber cabling:
49123194OW3444 J:%PROJCCTSIMISC%CIVIC%DATACOMILODIRFP3.DOrN;4LOWLL4WJiFP3.
PAGE jat4
The City of Lodi
Section 8
PRICING INFORMATION SHEET 6
Part Number
Description
Quantity
PHASE 1
J2602A
HP AdvanceStack
48 -port 10BaseT
Hub
1 ea.
J2608A
HP AdvanceStack
Internal Fiber Optic
Transceiver
1 ea.
28682A
HP Fiber Optic
Hub Plus
1 ea.
28683A
External Fiber Optic
Transceiver
3 ea.
J2540A
HP Router PR
2 ea.
J2540A opt.001
V.35 Cable
2 ea.
TOTAL COST OF HEWLETT-PACKARD EQUIPMENT:
N
Request for Proposal
Cost Each Extension
/ 3/844W"V94 J:1PROJECTSIMISCICIVIC!DATACOMILODIRFP3.DOCM:kLOolkL-OQiRr-P3AOC
PAGE 00W
The City of Lodi
Section 8
PRICING INFORMATION SHEET 3
Installation
Material/Item/Equipment Cost
PHASE 1
Copper Cable, 24AWG VOICE
Mfg.
1. EIA Category 3:
4 -pair
Copper Cable, 24AWG DATA
Mfg.
1. EIA Category 5
4 -pair
Cost of wallplates, patch panels,
blocks, racks, brackets, seismic
bracing, line cords, patch cords
and other associated parts. _
Labor.
Total cost of Voice and Data cabling:
Length of warranty:
Cost of Extended Warranty:
Request for Proposal
0912318 044 410♦ J:IPROJECTSIMIS CICIl11CIDATAC0MIL ODIREP3 -DOC 1I "DA4001RFP3,.00C
PAGE 4144
0'-7',)
P
The City of Lodi
Section 8
PRICING INFORMATION SHEET 4
PHASE 2
Installation
MateriaVltem/Equipment
Copper Cable, 24AWG VOICE
Mfg.
1. EIA Category 3:
. 4 -pair
Copper Cable, 24AWG DATA
W9.
1. EIA Category 5
4 -pair
Cost of wallplates, patch panels,
blocks, racks, brackets, seismic
bracing, line cords, patch cords
and other associated parts.
Total Phase 2 Voice and Data cabling:
Cost
Request for Proposal
jL1UjA"4 " J:%P OJECTS%MISC%CIVIC%DATACOMILODIRFP3.DOCii:1L4DIM" MF-P3,DOC
PAGE 42.ia
PHASE 2
5591-GIUU Galcom 7 device
Active Star 1 ea.
5592-G1UU Galcom 14 device
Active Star 1 ea.
5021-GX Galcom TWX Balun 18 ea.
TOTAL COST OF ALL EQUIPMENT:
091 /9 OYA244" J:IPROJECTSIM ISC%CIVICIDATACOWLODIRFP3.DOC 14;AL-0D1%L-0DtRFAS.aOC
PAGE iia
w
T City of Loch
Request for Proposal
S'ection a
PRICING INFORMATION SHEET 5
Part Number
Description
Quantity
Cost Each Extension
CHASE 1
4561-G3
Galcom 8-port MUX
2 ea.
System Side
5500-G1FNT"
Gak wn 4-port MUX
1 ea.
5500-G1FNU
Galcom 4-port MUX
4 ea.
5591-G1 UU
Galcom 7 device
Active Star
3 ea.
5592-GIUU
Galcom 14 device
Active Star
7 ea.
4562-G3
Galcom 8-port MUX
Device Side
2 ea.
5021-GX
Galcom TWX Balun
90 ea.
PHASE 2
5591-GIUU Galcom 7 device
Active Star 1 ea.
5592-G1UU Galcom 14 device
Active Star 1 ea.
5021-GX Galcom TWX Balun 18 ea.
TOTAL COST OF ALL EQUIPMENT:
091 /9 OYA244" J:IPROJECTSIM ISC%CIVICIDATACOWLODIRFP3.DOC 14;AL-0D1%L-0DtRFAS.aOC
PAGE iia
The City of Lodi
Section 8
Costing Sheets
Page - of Vendor
Request for Proposal
Description Manufacturer Part Number Unit Price Ext. Price
09123194M'2144 J:IPROJECTSIMISCICIVICIDATACOMILODIRFP3 DOCiiN{. DI%L-OWRFP3,DOC
PAGE 44»
The City of Lodi Request for Proposal
Section 8
Section 8
ALTERNATE
PRICING INFORMATION SHEET 7
Description Manufacturer Part Number Unit Price Ext. Price
09123194 0Si'2144 J:%PROJECT§%MISG%CIVIC%DATACOM%LODIRFP3.DOC 1i:iL-00"081RFP3,aOL
PAGE 4544
The City of Loci
Section 8
Request for Proposal
USE THIS PRICING SHEET TO PRICE ANY ALTERNATES TO THE GALCOM PARTS.
Description Manufacturer Part Number Unit Price Ext. Price
09123194OUIV94 J.%PROJECTS%MISC%CIVIC%DATACOM%LODIRF P3.DOCM:4100116001RFA4.04=
PAGE 4A44
J
The City of Lodi
Section 8
VENDOR ACCEPTANCE FORM
VENDOR ACCEPTANCE
Name of Authorizing Officer.
Title:
Name of Firm:
Address:
City, State 8 Zip Code:
Telephone Number.
Fax Number.
Request for Proposal
I, accept the GeneraUTechnical specification
( PRINT NAME )
as outlined in this RFP for ,
( PRINT COMPANYWIRM NAME)
and am proposing an appropriate system which will meet its mandatory requirements or
have noted clearly any exceptions. It is my understanding that my proposal, if accepted,
will become a part of our contract and that the quoted pricing is valid and will remain in
effect for and will not be withdrawn for ninety (90) days from the Contractor award date.
Authorized Signature - Date
Title
09IY3I8AO8i9i/94 JLIPROJECTSIMISCICIVICIDATACOMILODIRFP].DOCK;1kODa144DIRFP3AOC
PAGE 47ta
CITY OF LODI
PUBLIC WORKS DEPARTMENT
PROJECT: Civic Center Datarrelecommunication Cabling
�i
ADDENDUM NO.1
Notice is hereby given that the plans and specifications for the above referenced
project have been revised as follows:
1. All references to the word "bid" have been replaced by the word "proposal'.
2. Section 2.00 Schedule is revised as follows:
A. The schedule for this RFP is as follows:
■ RFP issued
■ Vendor Conference
■ Proposal Submission
Proposal Opening
■ Contract Award
• Start of Installation
• Completion Date Phase 1
■ Anticipated Completion Date Phase 2
3. Section 2.03 is revised to read as follows:
September 15, 1994
September 23, 1994
October 17. 1994 1:45 P.M.
October 17, 1994 2:00 P.M.
November 16, 1994
January 1995
February 3, 1995
May 1, 1996
A. The purpose of this Request For Proposal (RFP) is to include all
equipment materials, labor, training, and services of every and any kind
needed for the proper installation and operation of the proposed
communications wire and cabling infrastructure and computer systems.
The City of Lodi's desire is a total systems solution consistent with
existing computer and communication hardware. The Vendor may
make suggestions on existing system configuration with an eye on
stream -lining computer connectivity and possible cost savings. If
suggestion are made, they must include complete documentation and
associated costs. The City of Lodi is not responsible for, and will not
pay, any costs related to the preparation of a response to this RFP.
4. Section 2.04 is revised to read as follows:
A. The Contractor shall supply all materials, equipment, and labor,
including supervision of the project, integration of existing computer
systems, and connection to existing telephone system, required to meet
the specifications of this RFP.
5. Section 2.05 is revised to read as follows:
A3b The Project Manager for the Contractor must have a minimum of three
years experience in installation of data and telecommunication systems,
building distribution wiring and cable on similar projects.
Addendum No. 1
Page 2
S. Section 2.05 (continued):
C2. Set up local area networks or campus -wide networks and have
experience with IBM AS1400 systems.
C3. Provide any maintenance. servicing, and training required for the
proposed system.
D. Only those Vendors that have proven their capability in the area of
ongoing maintenance, service, and support will be considered.
Ongoing support is critical to any data and telecommunications system,
and the City of Lodi, recognizing this fact, considers that such support
is an important consideration in the selection of a Contractor.
6. Section 3.00, G. is revised to read as follows:
G. Four (4) sealed copies of the proposal must be submitted on or before
1:45 P.M. Monday October 17, 1994.
7. Section 4.01 is revised to read as follows:
A. The Contractor's primary responsibility is the installation of equipment
and wiring; with an emphasis on a total systems solution consistent with
existing computer and communication hardware.
8. Section 4.02 is revised to read as follows:
F. All Fiber connection points must be easily accessible. and must be
located in communication equipment room(s), wiring closets, or other
locations authorized by the City of Lodi.
Dated: September 23, 1994
Ordered by:
Jack L.6Rnsko
�� Public Works Director
ADDENDW DOC 2 MY94
R
CITY OF LODI
PUBLIC WORKS DEPARTMENT RECEIPT OF ADDENDUM
PROJECT: Civic Center Dataffelecommunication Cabling
Received from the City of Lodi ADDENDUM NO. 1 to the plans and specifications for
the above referenced project.
Date -
By
NOTE: This acknowledgment must be submitted with the Proposal.
ADDENDU2.DCC 0912344
/7A.)-J,re,Z, tZ
�'19SolU G, L-uEDTJ�.
dolem D`. Dzia:.i
�1'�J� Jc7ijYtSaw,l
�En11� p��Di� l
C Z3� t°lQ 4
;r '; '
1'A! ;_ , rJ
70 7- 645- GCo i
70 7 -611
[Ak—
M�iIF�.T�K Gro�MUNTcr9T�`au.S
VPct.l_.� �mr�un�,c,+�—tarv5 ' i6:3'1X
3�g
CDM�EL- n � Cs�u�
F) ORO N,Cs X Z�
-Frt3,Pe/ /c5 CFS X30/adv X Zs-
�" Q!tr{ b
,.
NOS ALL-
HEWLETT'
PACKARD
mom (,, egg Syrovatka
Support Saha ca"Wall nt
N
M W ilin-Packard C9nlPlilflr
5725 West las P ""s II -Ward
Raaunton.Cablonm 94588-4084
Direct S10/460•IS32
vmce Mad S10/460.1800 EA 1332
Fes 510!460.1604
9,400.SVM a*a@hp0c3deAh0001%
Vorm DrOrian
1%qy t Hawser
L'S Hw4n.wR d ti.m�n
Inr~—1 Rw.w v wh.— Gwprwarr.
,nn C%w•.d Hwa
2&A R.—
$,wrnwwnrn• (.1 9.54I4
916.126 SRR$
Fm 916 -126 SOAS
P44+ 916 556 2248
.1.12
.... rr
N.glh N.ghlmul, Ct'-�-W$
I'11U1 1 �..NNI { 1'V 1p.
/:r 1 • cndyp7
1)3vid J. Ilcrrick
–�^'T+'� ibaaha Aalarw
7677OaYpeASL
$aaa 410
Otild dCAWRI
Tat (3tg430.1180
ht(S10l430.1211
ANx lieriftm
*"" Eno w
;V lea Anl«k.
7677 OaM0or1 SL
$11111111111414
17sklald CA 6/621
Tat (SIO) l70•i 110
fec ($10)430.1281
EVER -GREEN
CON)NILI NICAT1ONS SERV)CES. 11C
)125 KWL^ 4oA0. P 0 90% %6S. vALLGO CA 94591
LIC NO 0414011-C) IEt. 707640.4= FAX 707609141016
ANDREW LITZ
VICE PRESIDENT
PDX. volt!-oATA • OUrS1DE RANT + CADU SPLICING a FIBER OPTICS
MAVERICK
Communications. Inc
v.0Profes3lonal service and installation
Cnw,rw.n.e.eiom Fiber optic, Data. Voice, and Video
_....-._ Jason Luedtke
Administrative Manager/
Project Coordinator
23785 Cabot Blvd., Hayward, CA 94545
...... mi ,,,e, .,nu
(510) 7$5.6600 (510) 78x8966 FAX Lic. No. 601187
STEVE JOHNSON i
PNCPIE (510) 463-3020
PHONE (916) 4441-5707
FAX (5io)463.3584
LICENSE NO 3402623
M P
5Q75fOIEnDGEADRIVE. 9317
CO S L,
PLEASANTON. CA 94580
0whis Pardlnl
Ao=w mw"w
–�^'T+'� ibaaha Aalarw
7677OaYpeASL
$aaa 410
Otild dCAWRI
Tat (3tg430.1180
ht(S10l430.1211
ANx lieriftm
*"" Eno w
;V lea Anl«k.
7677 OaM0or1 SL
$11111111111414
17sklald CA 6/621
Tat (SIO) l70•i 110
fec ($10)430.1281
EVER -GREEN
CON)NILI NICAT1ONS SERV)CES. 11C
)125 KWL^ 4oA0. P 0 90% %6S. vALLGO CA 94591
LIC NO 0414011-C) IEt. 707640.4= FAX 707609141016
ANDREW LITZ
VICE PRESIDENT
PDX. volt!-oATA • OUrS1DE RANT + CADU SPLICING a FIBER OPTICS
MAVERICK
Communications. Inc
v.0Profes3lonal service and installation
Cnw,rw.n.e.eiom Fiber optic, Data. Voice, and Video
_....-._ Jason Luedtke
Administrative Manager/
Project Coordinator
23785 Cabot Blvd., Hayward, CA 94545
...... mi ,,,e, .,nu
(510) 7$5.6600 (510) 78x8966 FAX Lic. No. 601187