Loading...
HomeMy WebLinkAboutE. NATIONAL NETWORKS - INSTALL NETWORK CABLING & CONNECTIVITY EQUIPMENT WITHIN CITY HALL & ANNEXCITY OF PORT ARTHUR, TEXAS MAYOR AND CITY COUNCIL COMMUNICATIONS Page Date: Reference No. Subject 8/2812009 Recommending approval of payment to install network cabling 1 of 2 (Cat6 and fiber optic) and connectivity equipment, required to upgrade the network infi aswcture within City Hall and the annex. RECOMMENDATION: Information Technology recommends City Council approves payment of $45,678.24 to National Networks for the installation of network cabling and connectivity equipment. BACKGROUND: On July 29, 2009 the City received bids for the installation of network cabling in the City Hall and Annex buildings. Bids were received from the following companies: Ivory Stainless Cora an Location Face Plates Face Plates Genesis Business Communication Sys. Houston, TX $44,467.69 $45,567.69 National Networks, LLC Nederland, TX $45,678.24 $46,434.00 NWN Corporation Houston, TX $52,800.00 $52,800.00 CMS IP Technologies Beaumont, TX $60,657.00 $63,353.78 Maverick Communications Beaumont, TX $71,550.00 $71,550 00 Allied Electrical Systems Genesis has quoted the lowest dollaz amount. However, based on the following, National Networks is offering more value for the dollar: National Networks will provide a 25 year warranty on all parts and labor. Genesis would provide a 25 year warranty on parts and a 2 yeaz warranty on labor. • Equipment being installed by National Networks offers more opportunity for growth without additional cost (i.e. lazger capacity patch panels, two port face plates). :Due to iocatien, National Networks would. have the avility to provide faster on-site response time. Information Technology recommends City Council approve payment of $45,678.24 to National Networks for the installation of network cabling and connectivity equipment in the City Hall and Annex buildings. BUDGET/FISCAL EFFECT: ~ .. .. Funds for this purchase aze available in the 2008-2009 budget account 301-1601-591-54-00. STAFF/EMPLOYEE EFFECT: None Page Date: Reference No. Subject 2 of 2 8!28/2009 Recommending approval of payment to install network cabling (Cat6 and fiber optic) and connectivity equipment, required to upgrade the network infrastructure within City Hall and the annex. SUMMARY: Information Technology recommends City Council approve payment of $46,436.00 to National Networks for the installation of network cabling and connectivity equipment in the City Hall and Annex buildings. Fay Young Information Technology Manager Shawna Tubbs Purchasing Manager De orah Echols Director of Finance Approved by: ( )Approve ( )Other (Describe) I City Secretary Date: National Networks L.L.C. (409)724-0440 (409)724-0664 2909 Spurlock Road Nederland, TX 77627 No.: Date: Quote 10266 07/24/2009 Prepared by: Roy G. Hancock Prepared for: Account No.: 3629 Phone: (409) 983-8164 City of Port Arthur PO Box 1089 Port Arthur, TX 77641 U.S.A. Notes: ""THIS OUOTE iS GOOD THROUGH DECEMBER 31ST. 2009'""" ~ _ . _. • r- $0.27 $12,150.00 45,000 Cat 6 CMP Yellow Plenum. (1933047-8) ACCUTEC $5.60 $2,105.60 376 Cat 6 SL Series Jack Blue ACCUTEC $5.65 $1,062.20 188 2 Port Stainless Steel Faceplates $0,53 $99.64 188 Blank Module SL White. (1116410-3) $12.50 $2,350.00 188 Cat 6 Patch Cable Blue -loft 168 Cat 6 Patch Cable Blue - Sft.Part Number Change To 1933118-5 $5.00 $55.58 $940.00 $277.90 5 48 port SL Series Modular Jack Patch Panel. (1933308-1) $30.00 $30.00 1 24 Port SL-Series Modular Patch Panel. (1116749-1) $124.09 $248.18 2 12"" Runway Wall To Rack Kit. (11911-712) $143.75 $287.50 2 19 X 84 Standard Rack -Black. (55053-703) $172.50 $345.00 2 36 X 21 X 18 Wall Mount Swing Gate Rack $4S Ol $384.08 8 2u Horizontal Cable Mgr, Dbl Sided $2,36 $2,362.50 1,000 6 Fiber SOmicron Plenum Interlock Armored Cable $286.33 $286.33 1 6 Panel RM Fiber Closure $196.55 $589.65 3 2-Port Fiber Closet Connector Housing. (CCH-OlU) $41.99 $83.98 2 12 Fiber ST Coupler Panel. (CCH-CP12-25T) $26 86 $188.02 7 St 6-connector Panel. (CCH-CP06-25T) $14.90 $968.50 65 50 Micron Light Crimp ST Conn $20.43 $40.86 2 12 Fiber - 47" Fan Out Kit. (FAN-BT47-12) $18.75 $112.50 6 6 Fiber - 47" Fan Out Kit. (FAN-BT47-06) $3,72 $595.55 160 2" J-hook W~ Bat Wing. (CAT324Z34) $4.35. 9 2 Hole, Long Barrel w/ window Crimp Ground Lug for # 6. (YA6C-2TC14) $0 38 $39.15 $56.85 150 #6 Green Stranded Ground Wire.(THHN) $95.00 $285.00 3 13"solid Bus Bar With Insulators. $228.13 $684.39 3 Vertical Cable Manager, Full length $79,1q $633.12 8 Horizontal Wire Manager. (WMPH2E) Your Price: $ Total: §46,434.00 Prices are firm until 8/23/2009 Terms: Net 30 Date: 7/24/2009 Quoted by: Roy G. Hancock, rhancock@ntwo.com Accepted by: Date: Disclaimer /ational _..~tworks Scope of Work National Networks, L.L.C. P.O. Box 1644, Nederland, TX 77627 2909 Spurlock, Nederland, TX 77627 Ph: 409.724.0440 Fax: 409.724.0664 www. national netwo rks.wm no problem! General: Anything outside the below stated scope of work is not included in this quote. Scope of Work: This quote includes materials and labor to provide and install a total of 108 CAT6 Plenum Rated cable drops in the City Hall, and a total of 80 CAT6 Plenum Rated cable drops in the City Hall Annex Building and other work as stated in the City of Port Arthur ITB document as follows: City Hall: 1. Remove existing multi-pair Telephone "Riser" cable running from the 2nd to 5th floor. 2. Using existing fiber enclosure in Basement, provide and install one (1) 6 strand 50 micron Plenum Rated "Armored" fiber Optic cable from Basement to new 2nd Floor MDF. 3. Provide and install two (2) - 7 foot Communication Racks with Horizontal and Vertical Wire Management Panels, Fiber Optic enclosure, Patch Panels Cable Runway and Copper Busbar in new 2nd floor MDF. 4. Terminate 50 micron fiber run from Basement to 2nd floor MDF with "ST" compatible Connectors, Fan Out Kits and Coupler Panels and install in fiber enclosures. 5. Replace 3 existing CATSE network cables and add 11 new Plenum Rated CAT6 "Yellow" network cables with "Blue" RJ45 Data Jacks and "Ivory" Faceplates in Basement. Remove old cables and terminate new cables in 1st Floor IDF. 6. Replace 8 existing CATSE network cables and add 1 new Plenum Rated CAT6 "Yellow" network cables with "Blue" R145 Data Jacks and "Ivory' Faceplates on 1st Floor. Remove old cables and terminate new cables in 2nd Floor MDF. 7. Provide and install one (1) Wall Mount Communications Rack with Fiber Enclosure, Patch panel Wire Management Panels and Copper Busbar in 1st Floor IDF. Customer Signature Date I ac[ep[ this quote and acknowledge reading the Termsond Conditions on the backofthis quote and agree to be bound thereby: Service... Everyone says it. We do it! 8. Replace 23 existing CATSE network cables and add 10 new Plenum Rated CAT6 "Yellow" network cables with "Blue" RJ45 Data Jacks and "Ivon/' Faceplates on 2nd Floor. Remove old cables and terminate new cables in 2nd Floor MDF. 9. Replace 14 existing CATSE network cables and add 4 new Plenum Rated CAT6 "Yellow" network cables with "Blue" RJ45 Data Jacks and "Ivory" Faceplates on 3rd Floor: Remove old cables and terminate new cables in 2nd Floor MDF. 10. Replace 19 existing CATSE network cables and add 12 new Plenum Rated CAT6 "Yellow" network cables with "Blue" RJ45 Data Jacks and "Ivory" Faceplates on 4th Floor. Remove old cables and terminate new cables in 4th Floor IDF. i1. Provide and install one (1) Wall Mount Communications Jtack with Fiber Enclosure, Patch panel Wire Management Panels and Copper Busbar in 4th Floor IOF. 12. Remove 15 existing CATSE network cable drops.and replace 3 old CATSE network cable drops with Plenum Rated CAT6 "Yellow" network cables with "Blue" RJ45 Data lacks and "Ivory" Faceplates on 5th Floor. Terminate new cables in 4th Floor IDF. 13. Provide and install 5 foot "Blue° CAT6 Patch Cables for Patch Panels and SO foot "Blue" Patch Cables for Work Areas. 14. Terminate, test and label all newly installed copper and fiber optic cables. 15. Sleeve and fire stop all new wall penetrations with fire caulk and/or putty. Annex Buildine: 1. Replace 45 existing CATSE network cable drops with Plenum Rated CAT6 "Yellow" network cables with "Blue" RJ45 Data Jacks and "Ivor' Faceplates on 1st Floor Annex Building. Remove old cables and terminate new cables in existing rack in 2nd Floor Annex IDF. 2. Replace 29 existing CATSE network cable drops and add 6 new Plenum Rated CAT6 "Yellow" network cables with "Blue" RJ45 Data Jacks and "Ivon/' Faceplates on 2nd Floor Annex Building. Remove old cables and terminate new cables in 2nd Floor Annex IDF. 3. Provide and install one (1) 6 strand 50 micron Plenum Rated "Armored" Fiber Optic cable from Znd Floor City Hall MDF to 2nd Floor Annex Building IDF. 4. Provide and install Fiber Enclosure, Patch Panel(s) and Horizontal Wire Management Panels in existing Communications Rack. 5. Terminate 50 micron fiber run from 2nd Floor MDF to 2nd floor Annex IDF with "ST" compatible Connectors, Fan Out Kits and Coupler Panels. 6. Provide and install 5 foot "Blue' CAT6 Patch Cables for Patch Panels and 10 foot "Blue" Patch Cables for Work Areas. 7. Terminate, test and label all newly installed copper and fiber optic cables, faceplates and patch panels. 8. Sleeve and fire stop all new wall penetrations with fire caulk and/or putty. OPTIONAL ITE~/1S: (Stainless Steel Faceolates included in quoted price) 1. Ivory "Plastic" 2 Port Faceplates @ $1.63 each. 2. Stainless Steel 2 Port Faceplates @ $5.50 each. Note: Taxes are not included and will be added, if applicable, to the invoices. ALL WORK WILL BE PERFORMED IN ACCORDANCE WITH TIA/EIA 568A COMMERCIAL BUILDING WIRING STANDARDS. PROVIDE A 25 YEAR MANUFACTURE WARRANTY ON INSTALLED CAT6 CABLING AND CONNECTIVITY INFRASTRUCTURE COMPONENTS. Total Proposed Price for IT Network Infrastructure Upgrade $46,434.00 Cable Installation Statement of Work Network Cable installed City of Port Arthur City Hall, and City Hall Annex is to be installed according to this Statement of Work. 1.0 General I. Genesis Telecom Inc. will provide I Cat6 data cable connection at station end at locations mazked on customer provided floor plans. 2. Each cable will be labeled with a permanently attached label at each end, bearing a unique identification to be supplied by Genesis Telecom Inc. Cable identifications will consist of the station id (from floor plan) and cable id (data jack number, etc). 3. Each wall plate will be labeled with the same identifier as the connected cable. 4. Wall plates will be flush mounted to office wall or surface mounted to workstation partition, as appropriate. 5. All cabling will be routed through the ceiling supported with plenum rated J-Hooks to the workstations, and through the latch duct management where necessary down concrete walls. 6. Each cable will be installed with a 24 inch long loop of cable at the station end, coiled and neatly stowed above in the ceiling. 7. All cables will be installed point to point from station to communication rooms as specified by City of Port Arthur IT Department... City Hall 1° floor IDF; City Hall 2"° floor server room; City Ha114'" floor IDF and City Hall Annex Zed floor IDF. 8. All cables will be tested after installation from wall plate to patch panel. 9. Genesis Telecom Inc. will repair to the original state any damages caused by our technicians ,and stations, hallways, MDF/IDF rooms etc... will be left clean and tidy, with all packaging material removed. 10. Work will be carried out during normal working hours (08:00 to 17:00), unless otherwise specified by Ciry of Port Arthur. A designated contact must be available for Genesis Telecom Inc. personnel. A list of Genesis Telecom Inc. personnel will be delivered to City of Port Arthur before work commences. Page 1 2.0 Data Cabling 1. Data cables will be CAT6, Yellow Plenum rated 4pair unshielded twisted pair. 2. Data drops will be installed as specified on the appropriate floor plans provided by City of Port Arthur. 3. Data wall plates at station end will comprise of (1) Ivory/or Stainless Steel single wall plate and (1) Blue R145 Cat 6 jack. 4. Data cables will terminate at the appropriate MDF/IDF rooms and wired as per supplied floor plans. 5. Data cables will be continuity tested and pair scanned to 1124Mbps, with written confirmation for each cable that the test has been conducted and passed. 3.0 Fiber Cabling 1. Fiber cables will be 6 Strand Multimode Armored 50 micron Plenum rated. 2. Fiber runs will be installed as specified in the (ITB) and appropriate floor plans provided by City of Port Arthur. 3. Fiber Strands will be terminate at the appropriate MDF/IDF rooms with ST connectors and labeled with a permanently attached label at each end, bearing a unique identification to be supplied by Genesis Telecom Inc. 4. Fiber cables will be tested; end-to-end loss, OTDR traces and connector splice loss data. Test results will be provided to City of Port Arthur showing; based record of length, wavelength, fiber type, fiber cable number, measurement direction. CC[it - 5[~ BUSINESS COMMUNICATION SYSTEMS Genesis Business Communications Systems 1225 North Loop West (suite 100) Houston, TX. 77008 713-868-5415 Page 2 ~cnt -\~~ ES BUSINESS COMMUNICAiI~/'F~ $YSiEMS 1225 North Loop West (ste100) Houston, Tx 77008 713-868-5415 (main) 713-866-6128 (fax) City of Port Arthur iT Network Cabling Infrastructure Upgrade c1fi, wu ~~r Flnnr inF Date: 7127/2009 • yQIY'~~ - --• ~~~~PM.$-~:.:~`~"_`a~,x ~7~;'`~"~?F""'c~,t~,aFDesfrip6on ~ `,~~;`~s.~ 1 ~ . _UnitPnce~; =',:EidPrfcea'~-: 1 1 5-73 hatswort Wall Mount Data nclosure 36H 4 681.75 681.75 1 -24- K Caf6 tU Patch Panel - 24 Ports 115.00 115.00 3033 -719 orizontal ire ana er (2 6.44" 5.75 131. 1 5 1 - 0 Lewn ton - ack Mount fiber ox 1- U 5 .9 5 . 5 1 100-1 Levin ton P - ulk ead (6 count) 2 . 5 9.85 6 95-OS -51 N Multimo a 50 micron 17.15 102. 1 6 8017 (1 eter o uplex fiber Jumper 0.5 3 .5 23 6M - - LU Cat 6 Blue 3' Patch Cable 5.00 115.0 23 6 -10- L Cat 6 Black 10' Patch Cable 8.00 184. Cat 6 single data drop "basement 81st Floor " Includes (1) hour labor (1) cat6 data jack & (1) Ivory 23 General cable wall late with each dro $ 115.00 $ 2,645.00 Cifv N~II Ind Flnnr Carver Ream ~ 2 x'~~`~fis'PAR#~@e~..~"-~ 55053-703 ~~' .: =:,`~`'~;EOesenP6on~~-~`~~-~a°~-a- a Chatsvrorth 7ft 2 Post Data Rack :`~.UnitPnce~ $ 165.00 ~k£xtPneen, $ 330.00 1 10250-712 Ladder Rack 12" 1D') $ 102.50 $ 102.50 2 11421-712 Wall An le Su ort Kit 3/16"; 12"W x 2"H x 2"D; 2" x $ 27.00 $ 54.00 2 10595-712 3" Channel Rack-To-Runway Mounting Plate Using J- Bolts 9 to 12" W Black Secures cable runwa to the $ 37.00 $ 74.00 2 10506-706 Cable Runway Elevation Kit; Black; Quantity per Packa e: 1 Pair For su ortin Cable Runwa above $ 42.20 $ 84.40 2 12100-712 Cross Member Radius Dro 12" $ 35.00 $ 70.00 4 30162-703 CCS, 6"W x 84"H x 12.24"D Vertical Cable Mana er $ 515.00 $ 2,060.00 6 30330.719 Horizontal Wire Mana er 2 RMU) 6.44"D $ 65.75 $ 394.50 1 C6EPP-248LK Cat6 1 U Patch Panet - 24 Ports $ 115.00 $ 115.00 1 C6EPP-48-BLK Cai6 2U Patch Panel - 48 Ports $ 195.00 $ 195.00 1 5R460-OON Levin ton OPT-X Rack Mount Fiber Box (2-RU) $ 250.30 $ 250.30 4 5F700-1ST Levin ton OPT-X ST MM Bulk Head 6 count) $ 29.85 $ 119.40 . 18 - ~ 95-050-51 ST CONNECTOR Multimode 50 micron _ $ 17;15 $ 306.70 ~ 12 95-000-50 ST CONNECTOR Multimode 62.5 $ 17.24 206.86 $ 4 808017 (1 Meter LC To ST Duplex Fiber Jumper $ 30.56 $ 122.32 51 C6M6-3-BLU Cal 6 Blue 3' Patch Cable $ 5.00 $ 115.00 51 C6M6-10-BLK Cat 6 Black 10' Patch Cable $ 8.00 $ 184.00 51 General cable Cat 6 single data drop " 2nd 8 3rd floor "Includes (1) hour labor (1) cat6 data jack & (1) Ivory wall plate with each dro . $ 115.00 $ 5,865.00 500 700009525-APOR 6 Strand Multi Mode Armored Plenum 62.5micron Fiber"basement to 2nd floorserver room" $ 2.50 $1,250.00 250 700009798-APAO 6 Strand Multi Mode Armored Plenum 50micron Fiber " 1st floor IDF to 2nd floor server room" $ 2.45 $ 612.50 350 700009798-APAO 6 Strand Multi Mode Armored Plenum 50micron Fiber " 4th floor IDF to 2nd floor server room" $ 2.45 $ 857.50 300 700009798-APAO 6 Strand Multi Mode Armored Plenum 50micron Fiber " 2nd Floor Annex IDF to 2nd floor server room" $ 2.45 $ 735.00 page 1 „ ptY-: a, .,, ~:-£~t'1-PartS~ r' ,'+s., ~~.g.=; Descripaon ,..?~v ~`--~ ,:':'~ ?!.UMt Pries. =. Ext Price -:'. 1 13602-718 Eas Swin Wall Mount Rack 19"W x 24.5"H x 18"D $ 215.00 $ 215.00 2 30330-719 Horizontal Wire Mana er 2 RMU 6.44"D $ 65.75 $ 131.50 1 C6EPP-48-BLK Cat6 2U Patch Panel - 48 Ports $ 195.00 $ 195.00 1 5R1 UE-A03 Levin ton OPT-X Rack Mount Fiber Box (1-RU) $ 53.95 $ 53.95 1 5F100-1ST Levin ton OPT-X ST Bulk Head 6 count $ 29.85 $ 29.85 6 95-050-51 ST CONNECTOR Multimode 50 micron $ 17.15 $ 102.90 1 808017 (1 Meter) LC To ST Du lex Fiber Jumper $ 30.58 $ 30.58 34 C6M6-3-BLU Cat 6 Blue 3' Patch Cable $ 5.00 $ 115.00 34 C6MB-10-BLK Cat 6 Black 10' Patch Cable $ 8.00 $ 184.00 Cat 6 single data drop " 4th & 5th floor" Includes (1) hour labor (1) cat6 data jack & (1) Ivory wall plate 34 General cable with each dro $ 115.00 $ 3,910.00 r „ :lih%' o ... _. `.~n.7x°~.QaR A.~-~m~- ?~"`tts'?'~ t.,u.x ~~';~`Oescnphott~'z-~;-'~:~r,~'-f~k°' +- ' ~~:~:tlnitPfice> .~.'.Ert Price=~'. 4 30 -71 D onzontal ire ana er 2 ) 6.44 65.7 3.00 2 -4 - Cat6 2U Patch Panel - 48 Ports 195.00 390.0 1 1 - 03 Levin on -X ack ount fiber ox 1- U) 5 .95 5 . 1 5 10 1 Lewn ton -X u Hea (6 count 29.5 9.85 5-05 51 ultimode 50 micron 1 .15 102. 1 017 (1 eter L o Du lex fiber Jumper 30.58 0.58 89 -3- U Cat 6 Blue 3' Patch Cable 5.00 115.0 gg 6 -10- L Cat 6 Black 10' Patch Cable g.00 1 4.00 Cat 6 single data drop " 1st 8 2nd floor " Includes (1) hour labor (1) cat6 data jack & (1) Ivory wall plate 69 General cable with each drop. $ 115.00 $ 7,935.00 2 32 434 lenum Hooks w! at Win s( er100 500.0 1,000.00 MDF, and IDF Buildouts; Intallation, Termination of Fiber; Installation of cable paths; Testing and Certifying Cat6 data drops and Fiber Strands. 80 Labor 2 man) Removal of all existing CatSe data cabling. $ 117.50 $ 9,400.00 MISC Hardware...peneVation sleeves, wall mount rack hardware, fire proof sealent, latch dud wire 1 MISC maldin ,etc... $ 800.00 $ 800.00 1 ravel xpenses lod in & er diem for 2 man 1 000.00 1,000. 0 Sub Total $ ~ 44,467.59 plus applicable tax Additional $ 1 100.00 for Stainless Steel Wall Plates ~.t ' Conn~+SC°pe CORNING ORTRON-GS E R ~ E tHHTSWRRTN PRRROCTS. IAC. fE WW Ewa Eg ~.wq.~a."~t.....~ Page 2 Cim ~} ort rtku~^ ~ Terar Purchasing Division 444 4`h Street 2°d Floor Port Arthur, Texas (409) 983-81ti0' Today's Date: July 31, 2009 Advertisement Dates: July 12, 2009 and July 19, 2009 Attached is the bid tabulation & copies of the bids for: IT IT Network Infrastructure Upgrade Bid Opening Date: July 29, 2009 Shawna Tubbs, shawna(n~a ortarthur.net (409) 983-8162 Purchasing Manager Clifton Williams, cwilliams( wortarthur.net 409 983-8161 ( ) Senior Purchasing Agent ~•olanda(n~ portarthur.net (409) 983-877 Yolanda Scypion, Purchasing Agent Assistant dfreeman (r~portarthur.net 409 983-8160 ( ) Deborah Freeman, Purchasing Secretary CITY OF PORT ARTHUR TEXAS Bid Tabulation IT Network Infrastructure Upgrade Bid Opening Date: July 29, 2009 Names of Bidders Allied Discovery Genesis Business CMS IP Maverick Electrical Information Communications S stems National Networks LLC NWN Cor oration Technolo ies Communications S stems Technolo les Item N Descri tion 1. Cablin $44 467.59 $46 436.00 S52 800.00 S60 657.00 $61662.09 71 550.00 $ l15 399.59 Network, Firewall and 2. VPN $27 815.72 S18 271.30 $34 883.00 S36 573.00 $18 525.56 S69 611.00 $19148.03 Bid Bond or Yes Yes Yes Yes Y0S _ Yes No 3. Cashier Check Location Houston TX Nederland TX Houston TX Beaumont TX Beaumont TX Beaumont TX Nederland TX ,. ~l~ag S awns Tubbs, Purchasing Manager Date Page l oC 1 CITY OF PORT ARTHUR, TEXAS ADDENDUM NO.ONE (I) DATE: JULY 24, 2009 MIS DIVISION Bid Proposal For: IT Network Infrastructure Upgrade The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original aocuments only in the manner azid iu the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. 1. Page ] 4 -Planned Network will include-2nd Bullet. States: "IDF of floor 1 of City Hall Annex" and it should state "IDF of floor 2 of City Hall Annex" 2. Fiber optic cable wi116e multimode 50 micron. 3. Color of cable to be used in the ceilings is yellow. 4. Color of wall plates will be ivory with an option for stainless steel plates. 5. Color of data jacks for the walls will be blue. 6. Patch cables connecting end-user device (i.e. desktop, printer) aze to be 10 feet in length and must be the same color. Preferable cable colors aze black, grey and ivory. 7. If the contract exceeds twenty-five thousand dollars ($25,000) a payment bond is required. If the contract exceeds one hundred thousand dollars ($100,000) a performance bond is required. Performance and Payment Bonds shall be furnished on prescribed forms in the amount of one hundred percent (100%) of the contract price with corporate surety duly authorized to do business in the State of Texas. Attorneys-in-fact who sign bonds must file with each bond a certified and effective date copy of their Power of Attorney. Page i of 2 8. On page 13, the number of drops to be replaced on the First floor of the Annex is incorrectly stated as 45. The correct number is 34. 9. BID SECURITY AND LIQUIDATED DAMAGES: Bids shall be accompanied by a bid guarantee of not less than five percent (5%) of the amount of the total bid which shall be a certified check or cashier's check payable without recourse to the City of Port Arthur, or a bid bond with corporate surety authori2ed to conduct business in Texas. Said security shall be submitted with the understanding that it shall guarantee that the bidder will not withdraw this bid within thirty (30) days after the date of the opening of the bids. If a bid is accepted, the bidder will enter into a formal contract with the OWNER, fiunish requurd bonds and insurance and commence work at the specified time, and in the event of the withdrawal of said bid within said period, or the failure to enter into said contract, famish said bonds and insurance and commence work within the time specified, the Bidder shall be liable to the OWNER for the difference between the amount specified in the bid in the amount for which the OWNER may otherwise procure the required work. Checks of all except the three lowest responsible bidders will be returned. When. the contract is executed, the checks of the two remaining unsuccessful bidders will be returned. The successfiil bidder check will be returned when formal contract, bonds, and insurance aze approved, and work has commenced within the time specified. The bidder to whom the awazd is made shall execute and return the formal contract with the OWNER and furnish performance and payment bonds and required insurance documents within ten (10) days after the prescribed forms are presented to bidder for signature. Shawna Tubbs, Purchasing Manager Page 2 of 2 .:~._„ DELORiS'BOBBIE"PRINC£,?MIAYOR - \ ~1~'> ELIZABETf} `Lt1^ SF.G LER, MAYOR PRO TEAL COC1iCILMEA}BERS: Ctty!Of JACK CHAT1}Ati. JR. - - _.:--~-. / MORRIS ALBRIGHT, lit -' ~ a}t.1RT1~ FLOOD ~ JOHABEARD,JR ._.~-_- J)rt Tfhrt~- ROBERT R ~11t:1;lAMSOR D. KAY w'ISE - - - - -:~ T~'~+ TIIOMAS.I. HEVDF.ASON -- JULY 13, 2009 INVITATION TO BID IT NETWORK INFRASTRUCTURE UPGRADE S"fEPHEY F(TZG}BBO~S CITY A}AtiAGf.R TERRI HAVIiS CITY SECRETARY bIARK T. SOlCOLO\i' CITI' ATTORNEY DEADLINE: Sealed Bid submittals'must be received and time stamped by 3:OOp:m., Central Standard Time; Wednesday, July 29, 2009., (The clock located in the City Secretary's office will be the officisi time.) Allbids received will be read aloud at 3:15p.in. on Wednesday, July 29, 2009 in the City Council Chambers; City Ha11 5th Floor; Port Arthur; TX. MARK ENVELOPE:, :'~'ETA'ORK DELIVERY ADDRESS:- Please submit two (2) complete copies of your bid 20: CITY OF PORT ARTHUR CTTY SECRETARY P.O. BOX 1089 PORT ARTHUR, TEXAS:77641 CITI' OF PORT ARTHUR CITY SECRETARY 444 4TH STREET, 4`~ Flooi PORT ARTHUR, TEXAS 776411 POINTS OF CONTACT: Questions concerning the Imitation to Bid should be directed to: City of Port Arthur; TX ShawnaTubbs, Purchasing Manager ' P.O. Box 1089 Port Arthur, TX 77641 409.983.8160 Shawna!a~l?oriarih IR. net Questions concerning the Seoee of Work should be diiecfed to: City of Port Arthur, TX Fay Young, IT Manager P.O. Box 1089 Port Arthur, TX 77641 409.983.87 64 ty~iun ~~rmdrtarthur.nct Page 1 of 18 The enclosed INVITATION TO SID (ITB} and accompanying GENERAL INSTRUCTIONS, CONDITIONS SPECIFICATIONS, aze for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope, with the Vendor's name and address ir, t're upper left-hand comer of the envelope. ALL BIDS MUST BE RECEIVED IN THE -CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal arrives at the above location by specified deadline regardless of delivery metfiod chosen by ttie firm. Faxed or electronically transmitted ITB submittals will not be accepted. VV 4 Shawna Tubbs Purchasirig.Manager Page ? of 18 Invitation to Bid [T NETWORK INFRASTRUCTURE UPGRADE NO BID is submitted: this time only not this commodity/service only FALLURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR' S LIST. However, if you are removed you will be reinstated upon request. If not submitting a bid, please complete the questionnaire at the bottom of this page. Notice In the event you desire not to submit a bid, we would appreciate your response regarding the reason (s). Your assistance in completing and returning this form in adenvelope marked with the enclosed bid would be appreciated. (To be Completed ONLY IF YOU DO NOT BID:) Does your company provide this product or servo Were the specifications clear? Were the specifications too restrictive? n„a~ rhn City nav its bills on time? desire Does esent work load Company Name: Person Completing Mailing City, State, Zip Code: bid list this Yes or Telephone: Email: Date• No Page 3 of lA MANDATORY PRE-BID CONFERENCE A Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for: lT NETWORK INFRASTRUCTURE UPGRADE will be held in the fifth (5`~) floor conference room of City Hall which is located at 444 4`s St., Port Arthur, Texas on Thursday, July 23, 2009 at 10:00 A.M. The purpose of the Mandatory Pre-Bid. Conference is to make certain that the scope of work is fully understood, to answer any questions, to clarify the intent of the Contract Documents, and to resolve any problems that may affect the project. No addendum will be issued at this meeting, but subsequent thereto, the Purchasing Manager, if necessary, will -issue an addendum(s) to clarify the intenf of the Contract Documents. Bids received from fim~s or individuals not listed on the roll of attendees of the Mandatory Pre-Bid Conference will be rejected and returned unopened to the bidder. Page 4 of 1 R CITY OF PORT ARTHUR GENERAL INFORMATION: ' ~ " ' NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the City of Port `Arthur the required information specified in Bid or Proposal Specifications listed in this Bid Package. The intent of this INVTTATION TO BID (ITB) is to provide bidders with sufficient information to prepaze SEALED BIDS IN DUPLICATE for famishing: IT NETVvORK I\i'FRASTRUCTURE UPGRADE Bids mast be in a sear envelope addressed fo the City Secretary, City of Port Arthur, P.O. Box 1089, Port Arthur, Texas 77641. Bids shall be received no later than Wednesday July 29, 2009, at 3:OOn.m.. Bids- feceived after the closing time specified will. be returned to the bidder unopened and claims of mail delays will not constitute an exception. Bid proposal MUST BE SIGNED BY BIDDER. All .bids meeting the intent of this request for bid will. be considered for awazd. BIDDERS TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS FART OF THE BID. The absence of such a list shall indicate that the bidder has not taken exceptions and the City shall hold the bidder responstble to perform in strict accordance with the specifications of the invitation. The -'City reserves the right to accept any and ail or none of the exccption(s}/substitutions(s) deemed to be in the best interest of the City of Port Arthur. Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the sigtter of the bid, guazanteeing authenticity. The City reserves the right to: 1. Reject any and all bids and to make no awazd if it deems such action to be in its best interest. - 2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the City. 3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City. 4. Award bids to bidders whose principal place of business is in the City of Port Arthur and whose bid is within 5° o of the lowest bid price. The awazd shall be made to the responsible vendor(s) whose bid is determined to be lowest offer, taking into consideration the relative importance of price, conformance to specifications and capability'and experience of the contractor. Pa@e 5 of 1R TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and Proposal" shall be equivalent. Bidders are cautioned to read the informatign contained in this ITB carefully and to submit a .., complete response to all requirements and questions as directed. CONFLICT OF IIVTEREST: No public official. shall have interest in this contract, in accordance with Vemon's Texas Code Annotated, Local Government Code Title ~, Subtitle C, Chapter 171. ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement. with any employee, ofTcial or agent of the City of Port Arthur. _ _ MIPIIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A ptaspective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full -time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the Cify. 7. No payments shall be made to any person of public moneys under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory aaangements to pay the same. Any interpretations, corrections or changes to the ITB and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. Addenda will be mailed to all who are known to have received a copy of the ITB. Offeror's shall acknowledge receipt of all addenda. IiVNA h Wt'; isUJlrrG~a Ln:+^ t,a,nu.a.s ..~.. -,-- - -- - PRINCIPAL PLACE OF BUSINESS: The official business address (office location and office personnel) shall be a Port Arthur address, the principal storage place or facility for the equipment shalt be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancyin the mathematics, the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Part Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. Page 6 of 18 INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn: Information Technology, P. O. Box 1089. Port Arthur, Texas 77641. -PAYMENT: Payment will be made-upon receipt of the original invoice and the acceptance of . the goods or services by the Gity of Port Arthur.- . - SALES TAX: The City of Port Arthur is exempt by Iaw from payment of Texas Sales Tax and Federal-Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texa_e, Jefferson County. COM1iPLIANCi< WITH LAR'S: The'Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state-and local governments relating to performance of work herein. INTEREST OF MEhiBER5 OF CTTY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection'with'the planning and carrying out of the program; shall have any personal fmanciai interest, direct or indirect, in this. Contract;. and, the. Contractor shall take appropriate steps to assure compliance: D'ELINOUEly°P PAYMENTS DL1E CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting -any license, pri~dlege 'or paying money to any-onc owing delinquent taxes, paving assessments br any money to the City until such debts aze paid or until satisfactory arrangements-for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities aze approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. All bids will remain in effect for one year. SHIPPING INFORMATION: All bids aze to be F.O.B., City of Port Arthur, Port Arthur, Texas 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein.. tf, through mistake ar otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. Page 7 of 18 CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, ht-good workmanlike manner, perform all work and famish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and compiete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. ~ '"~ The appazent silence of these specifications as to any detail or to the appazent omission from if of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability,. performance, construction, and other details, iu use is not intended to deprive the City of Port Arthur the option. of selecting goods which may be considered more suitable for the purpose involved. In the event of conflicts between the written bid proposal and information -obtained verbally, the vendor is specifically advised that the written bid proposal will prevail in the determination of the successful bidder. Under the Title VI of the Civil Rights Act of 19b4, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERiVIINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and. proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such. time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty (30) days notice in writing to the Contractor. 1f the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination. shall apply. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persohs performing work and Supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. Page 8 of 18 CARE OE WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. SUB-CONTRACTS: -The Contractor shall not execute an agreement with-any sub-contractor or permit any sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following Types and limits 1. Commercial Genera] Liability occurrence type insurance City of Port Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury $500,000 single limit per occurrence or $500,000 each person/$500,000 per occurrence for contracts of $100,000 or less; or Bodily injury $1,000,000 single limit per occurrence or $500,000 each person !$1,000,000 per occurrence for contracts in excess of $100,000; and, b. Property Damage $100,000 per occurrence regardless of contract amount; and, c. Minimum aggregate policy year limit of $1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy year limit of $2,000,000 for contracts in excess of $100,000. 2. Commercial Automobile Liability Insurance (Including owned, non-owned and hired vehicles coverage's). a. Minimum combined single limit of $500,000 per occurrence, for bodily injury and property damage. b. If individual limits aze provided, minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary'to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner- Page 9 of I8 None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (IS) days prior written notice has been given to the City of Port Arthur. Contractor shall `also file with the City of Port- Arthur valid CERTIFICATE OF . , .. , _ ,- . INSURANCE on like form from or far all Subcontractors and showing th shubcona a event be the Insured. -Said completed CERTLFICATE OF INSURANCE Form (s) Y filed with the City of Port Arthur not more than ten (10) days after execution of this Contract. NOTICE' TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and COTJTRACTOR. . CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City witl be able to contact the contractor. Page l0 of 18 Ciry of Port Arthur Network Infrastructure Upgrade Project The general scope of services for this bid is a turnkey solution that includes installing, terminating, testing and documenting fiber optic cable and plenum CAT6 cabling. In addition to cabling, services also include the installation and confguration of network devices. The City seeks a Tum-Key solution to: • Replace its existing CATS.~e data connections in City Hall and City Hail Annex with CAT6 cabling • Establish an MDF on the second floor of City Hall Establish an_lDF on the first floor of Ciry Hall - • Establish an IDF on the fourth floor of Ciry Hall lastall fiber between MDF in City Hall to tDF on second floor of City Hall Annex • Install fiber between new MDF and IDFs located in City Hall • Install networking equipment (switches, racks, patch panels, etc.) to accommodate new network structure • Provide gigabit connecKi~~ity to desktops • Firewall Virtual Private Network Seryices (VPN) For remote sites At a minimum, the total cost proposal should include all costs associated with installation, itemized cost data for cable, attachment hardware, equipment, delivery charges, if any, configuration and setup charges, terminaton, documentation, basic maintenance and support for first year of service and any other costs associated with providing a turn-key solution. Any cost that wauld be part of your solution must be included in your cost proposal. The cast proposal should itemize any expenses related to travel, lodging and pet diem: Statements such as "travel and travel related expenses will be billed at our cast .."may not be wnsidered responsive to our request for complete cost information. Bids should also indicate if any transfer of knowledge is included. All equipment quoted in bids must be new with full manufacturer's warraniy or better. Manufacturer's warranty, as well as any additional warranties, should be fully described in the bid. All equipment must also be operational in our network environment. Vendor must be able to troubleshoot and correct any problems arising with the installation and ensure the ability to provide full support on the product. after completion of project. Annual support costs should be provided and will be considered as part of the selection criteria. Please organize bids as separate projects and include warranty and support information. Bidders may bid on one or both projects. Projectsare: 1. A bid for all fiber and copper related work to include supplies, termination and testing. 2. A bid for network equipment (i.e. switches, firewall, VPN) to include installation and configuration. Page 11 of i8 The successful bidder(s) musrt follow atl Institute of Electrical and Electronics Engineers (IEEE) standards. The successful cable bidder will need to terminate and test the cable and provide detailed test results and documentation as part of the deliverables. _: :.. .. BID ONE -CABLING. _ ,. ,..,,_ . Bids for this should include all equipment including fiber boxes, tacks, mounting equipment, punch down panels and wire management needed to complete the installation. The actual number of drops needed is presented below. Bid should also include the removal of old cabling. Cable to be removed includes cable from drops that are being replaced and old, telephone cabling that is no longer in use. . All cable and fiber must be industry.certified, tested and fully documented upon completion of installation. Finished cables are to be labeled for easy identification. Bidder should sfafe any documented, industry certifications for cable and fiber installation. If winning bidder is not the winning vendor forthe-LAN equipment, then the cable installer must work with the equipment vendor to ensure a seamless and coordinated installation of network equipment. Fiber and CAT6 Minimum Requirements • Relocation of current Fiber connection used to connect Police Department to City Hall, from old MDF location to new MDF location. (All located on second floor of City Hall) Run 6 strand multimode fiber from Znd floor MDF to new IDF locations on 1" and 4`s floor of City Hall and to IDF located on god floor of City Hall Annex building • Terminate fiber optic cable with connectors. Copper cabling will be plenum rated Category 6 and terminated to Category 6 inserts on user end and Category 6 style patch panels in IDF/MDF. • Provide CAT6 patch cables for end user devices such as desktops and printers Basement o Replace 3 old netw°ork drops o Add 11 new network drops o Remove old cabling o CAT6 drops will be terminated on lu floor IDF • First Floor o Replace 8 current network drops o Add 1 new network drop o Remove old cabling o Wall mount communications rack, patch panels and fiber box for IDF o Cat6 drops will be terminated on 2nd floor MDF Page 12 of ] R • Second Floor o Replace 23 old network drops o Add 10 new network drops o Remove old cabling 0 2-7ft new communications racks with wire management o Provide and install CAT6 Patch Panels • Third Floor o Replace 14 old network drops o Add 4 new network drops o Remove old cabling o CAT6 drops will be termnated on 2nd floor MDF • Fourth Floor o Replace 19 old network drops o Add 12 new network drops o Remove old cabling o Wall mount communications rack, patch panels and fiber box for IDF • Fifth Floor o Replace 3 old network drops o Remove cabling for 15 old network drops o CAT6 drops will be terminated on 4th floor IDF • First Floor Annex o Replace 45 old network drops o Remove old cabling • Second Floor Annex o Replace 29 old network drops o Add 6 new network drops o Remove old cabling... o Patch panels and fiber box for IDF o Provide and install CAT6 patch panels • City Hall o Remove old AT&T line not being used between floors in City Hall o Reroute current fiber connection used to connect the police department to City Hall, from current MDF to new MDF. Both rooms aze located on the second floor of City Hall Page 13 of 18 BID TWO -NETWORK, FIREW'ALL AND VPN Bidders for networking .equipment must 'be a vendor certified partner- Installation and configuration must. be perfonned_by vendor certified technician. All equipment should include maintenance and support. For Example:-Cisco equipment is to include SmartNet and Brocade equipment is to include TechNet GOLD. The. preferred equipment vendor is Cisw. However equivalent equipment by other industry leaders will be considered. All devices aze to be configured to provide the best security and quality of network services. The current network environment consists of one (1) fiber connection between City Hall and the Police department, and one (1) Linksys router connected to a cable modem for intemet access. Wireless access is provided in council chamber room, located on the fifth floor, through the use of a Cisco 2106 Wireless LAN Controllerand a Cisco Aironet 1142 Wireless access point. Once this project is completed, Linksys router and cable modem will be replaced with a Cisco 3825 and three (3) bonded Tls for intemet connectivity. LAN will also be expanded to include Tl connectivity for at feast seven (~ remote sites. All devices will need to be configured to work in both the current and stated future network. environment. If winning bidder is not the winning vendor for the cabling, then the vendor must work with the cabling vendor to ensure a seamless and coordinated installation of network equipment. Planned Network will include: • MDF on floor 2 of City Hall IDF on floor ] of City Hall Annex • IDFs on floors 1 and 4 of City Hall building • Provide gigabit Ethernet connectivity to desktops • Firewall • VPN to accommodate users at remote sites Page l4 of IR CITY OF PORT ARTHUR TEXAS BID SHEET BH) FOR: IT NETWORK INFRASTRUCTL,"REDPGRADE BID OPENING BATE: July29.2009 Item # Descri lion Cost 1, Cabling Z, Network, Firewal! and VPN Receipt of addenda is acknowledged: No. 1 Dated Received COMPANY NAME STREET ADDRESS SIGNATURE OF BIDDER P.O. BOX (PAIN'[' OR TY'P E Iv AME) TITLE EMAIL CITY" STATE ZIP AREA CODE TELEPHONE NO. Page 15 of I8 BID OPENING DATE: ~ulv 29, 2009 CITY OF PORT ARTHL"R INSTRUCTIONS TO BIDDER Bidders are requested to furnish their complete REMTT TO ADDRESS and TAX IDENTIFICATION NUMBER as indicated below: REN[I`C PAYMENT TO: - COMPANY ADDRESS CITY"/STATEIZIP SEND PIIRCHASE ORDER TO: COMPANY ADDRESS CITY/STATEIZIP TAX IDENTIFICATION NUMBER Page 16 of I R AFFIDAVIT All pages in the offeror's bid proposal containing statements, letters, etc. shall be signedby a duly authorized.officer ofthe company, whose sigttature is binding on the bid proposal. The undersigned offers and agrees to one of the following: I hereby certify that I do not have outstanding debts with the City of Port Arthur. Further, [ agree to pay succeeding debts as they become due during this agreement. _ __ I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do bate outstanding debts with the Ciry of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agee to pay succeeding debts as they became due. NAME OF OFFEROR _ TITLE ADDRESS CITY/STATE/ZIP TELEPHONE NUMBER SIGNATURE STATE COUNTY SUBSCRIBED AND SWORN to before me by the above named on this the day of . 20_ Notary Public RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL YOUR BID WILL BE DISQUALIFIED IF NOT COMPLETED Page 17 of IS r`/ITR.t rrn CONFLICT OF INTEREST QUESTIONNAIRE rvnta ~.=.,c Far Vendor or other person doing business with local governmental entity I~ ~ . ~ This questionnaire reftccts changes [Wade to the law by H.B.;149i, 80 txg., neguiar.Sc>,tcn. ' 'T'his questionnaire is being filed in accordance with Chapter 176, Local GovemmentCode by a person who has a business relationship as defined by Section 176.001 Q-a) with a local govetmental entity and the person meets requirements under Section 116.006 (a). fly law this questionnaire mast be filed with the records administrator of the local governmental entity not later than the 7"' business day alter the dale the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Govzrnnteal Code. A person commits an offense if the person knowingly violates Section 176.006, Local Govemment Code. An offense under thu setaien is a Class C misdemeanor _... _.. ___ _ :,:. I. Vame of person who has a business relationship with local governmental entity. ~ 2. ^ Check this box if you are filing an update to a previously fled questionnaire. (The lawrequires that yvu file an updued completed questiotmatte with [he appropriate filing authority not later than T" business day a@zr the dale the originally filed questionnaire becomes incomplete or inaccurate:.} 3. tiame of local a government otfcer with whom filer bas employment or business relationship. Name of Officer ~ This section (item 3 including subparts A, B, C, & D) must be completed for zach officer with whom the 51er has an employment or other business relationship as defined by Section I7b.4301 (1-a), Local Government Code. Attach additional pages to this Form ~ CiQ as necessary. A. Is the local government officer named. in this ,ection receiving er likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes ~ No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, frmn the filer of the questionnaire'? ~ - Yes ~ NO C. Is the filer of this questionnaire empbyed by a corporation en other ^ Yes ^ No D. Describe each employment or business relationship with the hx:ai gmemment officer named in this section. I ~tgnanue or person amng owmcs, »„u u,~ ~......,.,,, ~., - - Page 18 of 18