Quick viewing(Text Mode)

Introduction

Introduction

Introduction

The City of Stamford, Purchasing Department, on behalf of the Technology Management Services Department, is requesting proposals from qualified telecommunications systems service providers for the City’s entire installed Avaya and legacy product lines that support voice communications.

The City’s main facility is located at 888 Washington Boulevard.

The purpose of this RFP is to request information from which to evaluate vendors’ products and services as they are compared to other service providers and as they pertain to the needs of the City of Stamford as defined in this document.

The provisioning of maintenance and services is a critical component of this RFP. Currently, the City’s installed equipment (voice communications) is comprised of several Avaya communications systems, as well as a number of legacy key telephone systems.

The City will consider vendors who can service the Avaya/legacy products, as well as provide design services to various City departments.

All of the lines are connected to any one of the following: an Avaya telephone system (IP PBX), a single line telephone (digital or VoIP), a key telephone, a fax machine, modems and/or other analog devices.

Note: that the goal is to eventually phase out Centrex connections and to move the voice network onto the Avaya platform where it is economically feasible.

The majority of instruments are digital; there are also approximately 100 VoIP instruments.

Issuing Office

This RFP is being issued by the Purchasing Department of the City of Stamford on behalf of the Technology Management Services Department, hereinafter referred to as the “City.” The issuing officer is the Purchasing Agent or his designee.

Inquiries

All technical inquiries regarding this RFP must be in writing and must be addressed to:

Michael Pensiero Director, Technology Management Services City of Stamford Government Center 888 Washington Boulevard Stamford, CT 06901 T: 203-977-4936 F: 203-977-5060 [email protected]

The deadline for submitting questions related to this RFP is Wednesday, January 30, 2013. Responses to all questions will be furnished through a formal addendum following the closing date listed herein.

Incurring Cost

The City of Stamford will not be held responsible for any costs incurred by the proposer for work performed in preparation and production of a proposal or for any work performed prior to the issuance of a contract.

Rejection/Acceptance of Proposals

The City of Stamford reserves the right to refuse for any reason deemed to be in the City’s best interest any and/or all proposals submitted under this RFP.

This RFP is not an offer to contract. Acceptance of a proposal neither commits the City of Stamford to award a contract with any firm, even if all requirements in this RFP are met, nor limits its right to negotiate in the best interest of the City of Stamford. The City of Stamford reserves the right to contract with any firm for any reason.

Addenda to RFP

Amendments to this RFP may be necessary prior to the closing date and will be furnished to all prospective proposers. Failure to acknowledge receipt of amendments in accordance with the instructions contained in the amendment may result in the proposal not being considered.

Submission of Proposals

Each proposer must submit one original and four (4) copies (along with one copy in an electronic format, preferably a PDF version) of the proposal in a sealed envelope bearing on the outside the name of the firm, full address, name of the project for which the proposal is submitted and the date and time the proposal is due to:

Beverly Aveni Buyer City of Stamford Purchasing Department 888 Washington Boulevard Stamford, CT 06901 Attn: Maintenance and Design – Telecommunications Services

These proposals must be received by the City no later than Thursday, February 7, 2013, at 4:00 p.m. Proposals received after the date and time prescribed shall not be considered for contract award and shall be returned to the proposer. Neither faxed nor emailed RFP responses will be accepted as qualified RFP submission.

PLEASE NOTE THAT THERE WILL BE A MANDATORY PRE-PROPOSAL MEETING ON WEDNESDAY, JANUARY 23, 2013, AT 10:00 A.M., IN THE ADMINISTRATION CONFERENCE ROOM, 10TH FLOOR OF THE GOVERNMENT CENTER, 888 WASHINGTON BOULEVARD. Proprietary Information

The City of Stamford will not disclose any portion of the proposals except to members of the proposal evaluation team prior to contract award. The City of Stamford retains the right to disclose the name of the successful proposer, the financial considerations and any other information in the proposal that is pertinent to the selection of the proposer.

Independent Project Cost Determination and Gratuities

By submission of a proposal, the proposer certifies that in connection with its procurement:

The financial data in this offer has been arrived at independently, without consultation, communication, or agreement, for the purposes of restricting competition, as to any matter relating to such prices with any other proposer or competitor.

The financial data quoted in this offer will not change for a period of one hundred twenty (120) days after the receipt date at the City of Stamford of this offer.

Unless otherwise required by law, the financial data which has been quoted in this offer have not been knowingly disclosed by the proposer and will not knowingly be disclosed by the proposer prior to award, directly or indirectly to any other proposer or to any competitor.

No attempt has been made or will be made by the proposer to induce any other person or firm to submit or not to submit an offer for the purpose of restrictive competition.

No elected official or appointed official or employee of the City of Stamford shall benefit financially or materially from this contract.

Prime Contractor Responsibility

Vendors submitting proposals to this RFP may not utilize the service of subcontractors without the prior written approval of the City of Stamford.

Availability of Funds

The contract award under this RFP is contingent upon the availability of funds to the Technology Management Services Department for this project. In the event that funds are not available, any contract resulting from this RFP will become void and of no force and effect.

Termination for Default or for the Convenience of the Contracting Agency

Performance under any contract resulting from this RFP may be terminated by the City of Stamford whenever:

The contractor shall default in the performance of his/her contract and shall default within the period specified by the contracting officer in a notice specifying default; or

The contracting officer shall determine that termination is in the best interest of the Technology Management Services Department or the City of Stamford.

Termination will be effected by delivery to the contractor of a notice to terminate, stating the date upon which the termination becomes effective.

Ambiguity in the Request for Proposal (RFP)

Prior to submitting the proposal, the contractor is responsible to bring to the City’s attention any ambiguity in this RFP. Failure to do so shall result in the contractor forfeiting any claim for adjustment based on such ambiguity as should have been noted by a prudent contractor.

In the event of any ambiguity between the City’s RFP and the proposer’s proposal, then whatever shall be more favorable to the City of Stamford as determined in the sole discretion of the City shall prevail and take precedence.

Ownership Information

The City of Stamford shall have unlimited rights to use, disclose or duplicate, for any purpose whatsoever, all information developed, derived, documented or furnished by the proposer under any contract resulting from this RFP.

In the event of contract award, all data collected and other documentation produced as part of the contract will become the exclusive property of the City of Stamford and may not be copied or removed by any employee of the proposer without written permission of the City of Stamford.

Negotiated Changes

In the event negotiated changes occur after the awarding of the contract, any policies called for in the original contract will remain in effect.

Contract Agreement

The selected proposer will be required to agree to and sign a formal written contract agreement between the City of Stamford and the proposer prepared by the Law Department of the City of Stamford.

Technological or other cost reductions available to the vendor will be passed along to the City of Stamford.

The term of this contract shall be for a period of three (3) years, commencing on the date of the contract execution, and shall include two (2) one year renewal options, which are based upon authorization of E-rate funding, funding provided by the appropriate Board authority and receipt of services.

The City reserves the right to request changes in service or substitutions of products where a clear cost or technological advances would result.

Insurance Requirements

The selected proposer, upon the signing of the formal contract, will be required to deliver an insurance certificate in amounts, companies and terms acceptable to the Risk Manager of the City of Stamford. See attached insurance requirements.

Competition Intended

It is the City’s intent that this RFP permit competition. It shall be the proposer’s responsibility to advise the City in writing if any language, requirement, scope, specification, etc., or any combination thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be received by the City not later than seven (7) days prior to the date set for acceptance of proposals.

Tax Exempt

The City of Stamford is exempt from the payment of taxes imposed by the Federal Government and/or State of Connecticut. Such taxes must not be included in the bid price.

Scope of Services:

Specifically, the following products and services are included in this RFP to be provided by the selected vendor:

1. Complete break fix repair service for all existing telephone infrastructure, from desktop handset to closet wiring, to include “like” replacement.

2. Includes all normal wear and tear failures, as determined by the City.

3. Vendor’s service staff must be capable of providing at least three (3) qualified CT licensed technicians to this account. These technicians must also be certified and trained in the entire Avaya product line.

4. Vendor must troubleshoot on site and follow through with AT&T (Local Exchange Carrier) for the entire troubleshooting process, until resolved, providing fully staffed “Help Desk” function and support for tracking and reporting purposes.

5. Service Coverage must be 7 x 24 x 365.

6. Vendor must provide at least three current references from clients of similar size with a network structure (Avaya-based, not less than 2000 instruments). (See Exhibit E)

7. Quote must include price list of common replacement parts for legacy key equipment, Avaya PBX equipment, as well as the entire installed base of equipment. This listing should include all other required equipment and miscellaneous wire and jacks.

8. Quote must be based on installed equipment (See Exhibit D) for the duration of the three (3) years, by contract, with two (2) one-year renewable option(s) at no more than a 3% price increase annually for the duration of the contract.

9. Quote must be in the form of a total annual cost.

This includes, but is not limited by the following:

1. Installation of new or additional legacy key equipment from point of demarcation to desktop handset, including all legacy equipment, cabling and terminations (25 pair or 4 pair Category 5E-6 cables).

2. Vendor to provide service verification with AT&T upon completion, providing fully staffed “Help Desk” function and support for tracking and reporting purposes.

3. Installation of data (Category 5E or 6) wiring from patch panel to desktop.

4. Vendor must provide cable certification in accordance with current specifications.

5. Quote must be in terms of per hour labor cost and cable and mounting per 100’, including termination.

6. Design, consult and assess specifications in place or planned upgrades equipment requirements for voice projects at all City and Board of Education (BOE) facilities.

7. Review the City and Board of Education’s voice and data initiatives and design on a forward looking basis for all telephone requirements.

8. Design and assess specifications of appropriate equipment for voice and network configurations.

9. Act as the City’s liaison, with service providers and Local Exchange Carrier, placing orders and tracking order activity and implementation, thereby monitoring installation and billing.

10. Quote on a per hour basis.

Billing Services

1. Provide periodic detailed written analysis of billing and rate structures and provide recommendations and follow up and interact with primary service providers.

2. Provide monthly voice services invoice analysis, ensuring accurate billing as contracted with Local Exchange Carrier.

3. Provide monthly wireless services invoice analysis, ensuring accurate billing as contracted with chosen vendor.

4. Monitor and review all toll and long distance charges and activity on a monthly basis and initiate inquiries for charges outside the established benchmarks.

5. Manage billing inquiries and disputes, negotiate credits and confirm receipt

6. Quote on a per hour basis. Quote may also contain fixed fee and or percentage of proven savings fees.

Equipment Upgrades and Purchase

Any equipment vendor considered by the City must be an Avaya Business Partner. Any hardware purchases made to augment existing systems and / or replace discontinued systems, as a result of this agreement will be at least with a 20% discount off the published National Price List. The 20% discount shall be off the Avaya published “National Price List” or the Avaya “State of Connecticut” contract price, which ever shall be more favorable.

All equipment provided must be new as long as equipment is not manufacturer discontinued.

Billing, Invoicing and Reporting Service

1. Summarize the billing functionality, including features of your current billing system. This system should be unified for maintenance, MAC and the purchase of additional services. If different platforms exist, please differentiate between them. If customized invoices are available, please list options. Include the process and interval associated with making changes to your company's invoice.

2. Separate invoices must be available for the City of Stamford and the Stamford Public Schools. Please provide samples of invoices that are available for the proposed services.

3. It is a requirement of the City of Stamford to have flexible management and billing reports. All invoices and reports should detail discounts given in a clear, concise, current month format. Information included in these reports should separate all components by request (i.e. cabling, design, MAC and maintenance should be billed and reported separately).

4. Provide a list of all of the tracking and accounting reports available with your billing service. If additional software or hardware is required, please list the components and the associated cost of each.

5. The City of Stamford requires sixty (60) day terms on all services. Confirm your ability to meet those terms, without interest charges.

6. It is critical that the invoice be reviewed, by your company, on a quarterly basis. Please confirm your ability to perform such a review, on site, for the purpose of maintaining invoice accuracy. If errors are found, detail your process for applying credits and the timeframe for receipt of those credits by the City.

7. Provide a Billing and Customer Service organization chart, including points of management escalation as well as a dedicated, single point of contact for all questions related to the City's invoice.

8. Vendor must provide daily trouble report showing status of all outstanding activity. Detail any additional items included with your service contract, such as training (user or administrator), preventative maintenance, administrator support, discounts on classes, etc. City and Board of Education locations where telephone lines or stations are installed that have to be served.

Eligibility

Qualified respondents must have an office located within a 30-mile radius of the City of Stamford’s Government Center, located at 888 Washington Boulevard.

Please provide full address for the office that satisfies this requirement. In addition, each qualified vendor must be registered with the USF. Please provide your SPIN.

All qualified respondents must be an Avaya Business Partner, fully trained and certified in the Avaya product line, two (2) fully trained (1 ACE certified) employees in the Avaya products used by the City.

Proposal Instructions

One (1) original and four (4) copies are required. The original document must be clearly designated.

Each proposal should be preceded by a Letter of Transmittal clearly identifying the full name and address of the organization, including the (lead) Single Point of Contact (SPOC) assigned to the City of Stamford project and a telephone number for that individual.

An Executive Summary should be present summarizing the vendor’s ability to respond to all or certain areas of the RFP. This summary should include a brief description of your firm, including qualifications, experience and ability to fulfill the scope of work described in this RFP.

These articles should not be presented as numbered sections within the Response. Proposals must be arranged so as to be directly and organizationally responsive to this RFP. The format of the response must conform exactly to the format of this document. If a section or question does not require a response, simply respond to that section by confirming your agreement and understanding. The response should be “read and understood.”

Each responding vendor is advised to read this RFP carefully. Any and all exceptions to an item in this specification must be duly noted and explained in the response. Failure to make exception to any item shall be construed as both the ability and the intention to fully comply with that item at the quoted price.

All equipment, accessories, database information, training, software, hardware, labor and materials must be furnished for the installation of all of the proposed components. Any additional equipment or materials necessary for installation and operation not specified or described in the vendor’s response will be deemed to be part of these specifications.

Proposal Parameters

This section shall include the following information:

1. The selected vendor will comply with all laws, codes, rules and regulations of the State, County and Town applicable to the work to be performed at the City of Stamford’s premises. Any permits lawfully required should be obtained by the vendor, who shall pay all lawful charges.

2. Identify relevant special licensing or registrations held by key professionals assigned account responsibilities with state, federal or other regulatory agencies.

3. The vendor will obtain and deliver, as part of the RFP response, a support letter from the manufacturer (if applicable) designating the vendor as an authorized distributor of the equipment proposed, that the manufacturer will provide sufficient spare parts to support the system for three (3) years, and in the event that The City determines that the contractor is no longer acceptable as a service company, that the manufacturer will assume responsibility for finding an acceptable service company or service on a direct basis.

4. The vendor shall supply a minimum of three (3) references of a similar size and application to this project. The references must include contact name, company name, telephone number and date that the relationship was formed. If your company has any experience providing services or customizing applications for municipalities, it must be noted in this section, in the form of a reference. Please utilize Appendix 1 of this RFP to answer this section in your Response.

5. This contract shall not be assignable by the contractor in whole or in part without the written consent of the City of Stamford, obtained in advance. No portion of the work shall be subcontracted without written consent of the City of Stamford, obtained in advance. The consent of the City of Stamford to any assignment or subcontracting may be withheld for any reason or for no reason. In the event that the contractor desires to subcontract some part of the work specified herein, the contractor shall furnish the City of Stamford with the names, qualifications and experience of their proposed subcontractors. The contractor shall, however, remain fully liable and responsible for the work to be done by the subcontractor(s), which have been approved by the City of Stamford and assure compliance with all requirements of the contract. Please use Appendix 2 to designate any subcontractors you intend to utilize.

6. Any contract resulting from this invitation shall be governed in all respects by the laws of the State of Connecticut and any litigation with respect thereto shall be brought in the courts of the State of Connecticut. The contractor shall comply with applicable federal, state and local laws and regulations.

7. Vendors, before submitting their proposals, should make a careful examination of the scope of the work to be done and of the difficulties involved in its proper execution; to include in their proposal all costs they deem proper and sufficient to cover all contingencies essential to the delivery and installation of the proposed software and proprietary equipment, notwithstanding that every item or contingency is not specifically mentioned herein.

8. This includes but is not limited to the initialization of all software packages, system parameters and features required to provide the City with the system and services detailed in this request for Proposal.

Pricing

1. Provide pricing proposals for all recommended services in your Response. The format required is provided in Appendices 3 and 4. Pricing options should include a three (3) year term, with two (2) one year renewal options. Proposals will be judged based on the entire 5 year term for purposes of comparison.

2. If additional discounts are available by "bundling" services, that should be noted on a separate pricing and discount matrix. Include all charges, both monthly recurring and non-recurring (one time). If installation waivers exist, please list all the services and related components that are applicable.

3. Any special pricing terms that apply must be outlined in this section. Please discuss, if applicable, the following: price increase protection and technology upgrade liability and early termination liability, if applicable.

4. A Bidder who wished to withdraw a Proposal must make the request in writing; or any modification to a Proposal must be submitted in writing and provided in a sealed envelope clearly identifying the envelope as being a correction or modification to the Proposal.

Proposal Process

A Selection Committee has been established in order to review and evaluate all proposals submitted in response to this Request for Proposals. The Committee shall conduct a preliminary evaluation of all proposals on the basis of the information provided with the proposal, the ability of the offeror to perform, past performance, ability to meet time requirements, principals assigned to the project, and an understanding of the work to be performed and the needs of the City.

Evaluation Criteria

The following criteria and point system will be used to evaluate proposals:

1. Prior Industry Experience a. Experience with multiple vendors and multiple technologies b. Longevity in the Industry c. Experience with similar projects d. Overall financial health of vendor e. Customer references 25 points

2. Personnel Qualifications a. Vendor’s Certification & Licensing b. Knowledge of the Product & Applications c. Knowledge & Ability with regard to systems integration d. Account Team Commitment 20 points

3. Management Capability a. Ability to meet project’s timeframe b. Product migration strategy & integration plan c. Future technology migration 15 points

4. Environmental a. Firm’s experience in providing telecommunications design to local governments or similar agencies b. Firm’s experience with public purchasing procedures c. Experience and expertise of staff proposed to execute work for the City of Stamford d. Location of vendor as it relates to product delivery & service 10 points

5. Proposed Pricing a. Competitive Pricing b. Flexible Structure & Invoicing 30 points

Vendors may be asked to present their proposals to a selection committee and/or to respond to questions. Based on the information provided in the proposal and any additional information presented, a final selection will be made.

The City of Stamford reserves the right to reject any and/or all proposals submitted, to request information from any vendor and to negotiate with any of the vendors regarding the terms of the engagement. The City of Stamford intends to select the vendor that, in its opinion, best meets the City’s needs, not necessarily the vendor that proposes the lowest fees.

Exhibit A Citywide Sites Listing City of Stamford

City Building 1 Ferguson Library One Public Library Plaza 2 Bennett Library 115 Vine Rd 3 Weed Library 1143 Hope Street 4 South End Library 34 Woodland Ave 5 Smith House Health Care 88 Rockrimmon Rd. 6 Fleet Management 100 Magee Ave. 7 Highways Garage 90 Magee Ave. 8 WPCA 1 Harbor View Ave. 9 Facilities 185 Magee Ave. 10 Solid Waste WPCA Campus 11 Scale House WPCA Campus 12 Animal Control Shelter WPCA Campus 13 Parks Dept 426 Shippan Ave. 14 Town Yard Haig 106 Haig Ave. 15 Town Yard Scofield 87 Rockrimmon Rd. 16 Traffic and Signs 39 Courtland Ave. 17 Meter Collection Stamford Mall 18 Street Signals 10 Crescent St. 19 Traffic Enforcement Bedford Street Garage 20 Health Clinic 11 Franklin Street 21 Terry Conners Ice Rink Cove Island Park 22 Brennan Golf Course 451 Stillwater Ave. 23 Stamford Museum 39 Scofieldtown Rd 24 Old Town Hall 175 Atlantic St. 25 Cove Island Shed Cove Island Park 26 Summer Street Garage 100 Summer St. 27 Bell Street Garage 28 Bell St. 28 Bedford Street Garage 17 Forest St. 29 Stamford Health Clinic 141 Franklin St. 30 Marina 1 - (Czeczik) Harbor Drive 31 Marina 2 Cummings Beach 32 Marina 3 Cove Island Park Yacht Haven West (Police 33 Marina 4 Boat)

Fire / Rescue / Police 1 Central Fire Station 629 Main St. 2 Fire House Garage 148 Magee Ave. 3 South End Station 670 Pacific St 4 West Side Station 82 Fairfield Ave. 5 Station 364 Shippan Ave. 6 Woodside Station 1620 Washington Blvd. 7 Long Ridge Station FS#2 2628 High Ridge Rd. 8 Station 987 Hope St. 9 Turn Of River FS#2 50 Roxbury Rd. 10 Turn Of River FS#1 287 Turn of River Rd. 11 Long Ridge Station FS#1 366 Old Long Ridge Rd. 12 Belltown Station 8 Dorlen Rd. 13 Station 17 Arthur Place 14 Fire Station Trailer 26 Vine Rd 15 Fire Station SEMS 684 Long Ridge Rd. 16 Police Dept. Central 805 Bedford St. 17 SubStations District 4 1139 High Ridge Rd. 18 South End SubStations 700B Canal St. 19 West Side SubStations 370 West Main St.

School Buildings 1 Stamford High 55 Strawberry Hill Ave. 2 Westhill High 125 Roxbury Rd. 3 AITE 411 High Ridge Rd. 4 Rippowam Middle / AITE 381 High Ridge Rd. 5 Dolan Middle 51 Toms Rd. 6 Cloonan Middle 11 West North St. 7 Turn Of River Middle 117 Vine Rd. Scofieldtown Middle 8 Magnet Scofieldtown Road 9 Toquam Elem 123 Ridgewood Ave. 10 Hart Elem 61 Adams Ave. 11 Stark Elem 398 Glenbrook Rd. 12 Newfield Elem 345 Pepper Ridge Rd. Rogers International 13 Magnet 202 Blachey Rd. 14 Westover Elem 412 Stillwater Ave. 15 Roxbury Elem 751 West Hill Rd. 16 NorthEast Elem 82 Scofieldtown Rd. 17 Springdale Elem 1127 Hope St. 18 Stillmeadow Elem 800 Stillwater Rd. 19 Davenport Elem 1300 Newfield Ave. 20 Murphy Elem 19 Horton St. 21 Hillandale 195 Hillandale Road 22 Boyle Stadium 65 Holcomb Ave. 23 Adult Education - BOE 369 Washington Blvd.

WPCA Pumping Stations 1 @ 111 Harbor View Ave. 1 Circle West West Ave

2 Cummings Point Rd

3 1 Barry Place 4 90 Magee Ave 5 1155 Cove Rd 6 2 Cummins Point Rd 7 Cor of Amelia & Bonner 8 Carter Drive 9 West Main St 10 West Main St 11 1186 Cove Rd 12 Burwood Ave 13 Dyke Lane Knickerbocker Ave / Bennett 14 St. 15 Knapp St 16 Saddle Rock Rd 17 Hobson St 18 Dee Lane 19 328 Greenwich Ave 20 36 Pulaski St. 21 Shippan Ave 22 @ 111 Harbor View Ave. Iroquois Road / Wampanaw

Exhibit B Installed Lines by Loc City of Stamford

The City of Stamford major locations & installed lines:

# Site Address Qty Ctx Flat Bus. NPA- NXX 1 1 Chestnut Hill Rd Chestnut Hill Park 1 0 203-614 2 1 Dorlen Ard Belltown Fire Dept 1 0 203-977 3 1 Harbor View Ave WPCA 6 0 203-977 4 1 Public Library Ferguson Library 12 0 203-977 Plaza 5 10 Crescent St. Traffic and Parking 5 0 203-977 6 10 Summer St Summer St Garage 6 0 203-977 7 100 Bridge St blank 1 0 203-977 8 100 Greyrock Place Parking Authority 1 0 203-977 9 100 Magee Ave Vehicle Bldg 9 0 203-977 10 101 Maltbie Ave Pumping Station 1 0 203-614 11 105 Harbor Drive Czeczik Marina 1 0 203-977 12 106 Haig Ave Town Yard Public Works 5 0 203-977 13 11 W North St. Cloonan MS 4 0 203-977 14 1101 Bedford St First Presbyterian Church 2 0 203-977 15 1127 Hope St Springdale ES 2 0 203-614 16 1137 High Ridge Rd Police Sub Station 2 0 203-614 17 1143 Hope St Ferguson Library 1 0 203-614 18 1143 Hope St Library Weed Branch 10 0 203-977 19 117 Vine Rd TOR MS 2 0 203-614 20 1170 Shippan Ave Our Lady Star of the Sea 2 0 203-977 21 1186 Cove Rd Cove Island Park 10 0 203-977 22 125 Roxbury Rd Westhill HS 4 0 203-614 23 1300 Newfield Ave Davenport Ridge ES 2 0 203-614 24 137 Henry St South End Comm Ctr 2 0 203-977 The City of Stamford major locations & installed lines:

# Site Address Qty Ctx Flat Bus. NPA- NXX 25 141 Franklin Health Dept Clinics 2 0 203-977 26 1620 Washington Woodside Fire #5 3 0 203-977 Blvd 27 165 Haig Ave Radio Communications 4 0 203-977 28 17 Arthur Place Glenbrook Fire Dept 1 0 203-977 29 17 Forest St Parking Authority 7 0 203-977 30 175 Atlantic St. Old Town Hall 3 0 203-977 31 185 Magee Ave Bldgs Grounds 2 0 203-977 32 19 Horton St Murphy ES 4 0 203-977 33 20 Timber Lane Pumping Station 1 0 203-614 34 200 Elmcroft Rd Kosciuzko Park 1 0 203-977 35 201 Magee Blank 1 0 203-977 36 206 Clay Hill Rd Pumping Station 1 0 203-614 37 21 Burdick St Barrett Park 1 0 203-977 38 215 Washington Blvd South End Fire 4 0 203-977 39 225 Shippan Ave Blank 3 0 203-977 40 229 North St Health Dept Clinics 1 0 203-977 41 261 Mountauk Drive Police Sub Station 2 0 203-977 42 2619 High Ridge Rd Long Ridge Fire Co 2 0 203-614 43 264 Cedar Heights Rd Pumping Station 1 0 203-614 44 268 Turn of River Rd TOR Fire Dept 1 0 203-614 45 28 Bell St Parking Authority 3 0 203-977 Elevator 46 280 Fairfield Ave Sub Station Unit 6000 2 0 203-977 47 29 Grove St Faith Tabernacle 2 0 203-977 48 30 Station Place Public Field Office 1 0 203-977 49 34 Belden St Police 9 0 203-977 50 345 Pepper Ridge Rd Newfield ES 2 0 203-614 51 347 Stillwater Ave Boys & Girls Club 2 0 203-977 52 364 Shippan Ave East Side Fire Station 4 0 203-977 53 366 Old Long Ridge Long Ridge Fire Co 3 0 203-614 Rd 54 369 Washington Blvd Blank 2 0 203-977 55 370 W Main St Blank 1 0 203-977 56 378 Shippan Av Marina 1 0 203-977 57 381 High Ridge Rd Rippowam MS 2 0 203-614 58 39 Courtland Ave Bd of Recreation 5 0 203-977 59 398 Glenbrook Rd Stark ES 4 0 203-977 60 412 Stillwater Rd Westover School 7 0 203-977 61 426 Shippan Ave Parks Dept 3 0 203-977 62 451 Stillwater Rd Brennan Golf 3 0 203-977 63 49 Rockrimmon Road Recycling Ctr 1 0 203-614 64 51 Toms Road Dolan MS 3 0 203-977 65 535 Fairfield Ave St. Clements Church 2 0 203-977 66 55 Riding Stable Trail Dorothy Heroy Park 1 0 203-614 67 55 Strawberry Hill Stamford HS 8 0 203-977 Ave The City of Stamford major locations & installed lines:

# Site Address Qty Ctx Flat Bus. NPA- NXX 68 60 Arden Lane Pumping Station 1 0 203-614 69 61 Adams Ave Hart ES 2 0 203-977 70 61 Atlantic St Palace Theater 1 0 203-977 71 629 Main St Fire Dept HDQ 24 0 203-977 72 641 Scofieldtown Rd Scofield MS 3 0 203-614 73 649 Hope St Sub Station 2 0 203-977 74 678 Pacific St South End Fire #2 1 0 203-977 75 684 Long Ridge Rd Stam Ambulance 1 0 203-614 76 7 Market St Police Sub Station 7 0 203-977 77 749 Atlantic Sub Station 1 1 203-977 78 751 Westhill Rd Roxbury ES 2 0 203-614 79 800 Stillwater Rd Stillmeadow ES 4 0 203-977 80 805 Bedford Police Dept 25 4 203-977 81 82 Fairfield Ave West Side Fire 6 0 203-977 82 82 Scofieldtown Rd Northeast School 2 0 203-614 83 83 Lockwood Ave Rogers ES 4 0 203-977 84 88 Rockrimmon Rd Smith House 12 0 203-614 85 888 Washington Blvd Govt. Ctr 151 3 203-977 86 888 Washington Blvd E911 11 0 203-977 87 9 Iroquois Rd West Beach Lifeguard 1 0 203-977 88 90 Fairfield Ave Yerwood Center 3 0 203-977 89 90 Magee Ave Fleet 7 0 203-977 90 987 Hope St Springdale Fire 3 0 203-977 91 Bridge St Scalzi Park 2 0 203-977 92 Bridge St Wright Step Program 7 0 203-977 93 HarborView Ave DPW Incinerator 2 0 203-977 94 HarborView Ave Incinerator 9 0 203-977 95 Pumping Station Rd City Garage 1 0 203-977 96 Scofieldtown Road Stamford Museum alter.pots 1 203-614 97 Shippan Ave Cummings Park 2 0 203-977 98 Vine Rd Harry Bennett Branch 6 0 203-977 99 Washington Blvd Police Marine Yacht 3 0 203-977 Haven Total 514 9

Exhibit C Installed Lines by Loc Stamford Public Schools

The City of Stamford Board of Education major locations & installed lines

Qty Flat NPA- # Street Address Organization Ctx Bus. NXX 1 11 W North St Cloonan MS 50 7 203-977 2 1127 Hope St Springdale ES 23 0 203-614 3 117 Vine Rd Turn of River MS 13 3 203-614 4 122 Selleck St Chestnut Bus Co 2 0 203-977 5 123 Ridgewood Ave Toquam ES 10 2 203-977 6 125 Roxbury Rd Westhill HS 8 2 203-977 7 125 Roxbury Rd Westhill HS 28 0 203-614 Westhill HS- new 8 125 Roxbury Rd VOAG 1 0 203-614 9 1300 Newfield Rd Davenport ES 30 3 203-614 10 159 Colonial Rd STEP Program 1 0 203-977 11 19 Horton Street Murphy ES 24 3 203-977 12 2131 Washington Blvd Blank 4 0 203-977 13 34 Woodland Ave Community Center 2 0 203-977 14 345 Pepper Ridge Rd Newfield ES 26 3 203-614 15 369 Washington Blvd Fire Dept. 11 0 203-977 16 381 High Ridge Rd Rippowam MS 33 1 203-614 17 398 Glenbrook Rd Stark ES 26 0 203-977 18 411 High Ridge Rd AITE High 13 0 203-614 19 412 Stillwater Rd Westover ES 42 3 203-977 20 455 Old Long Ridge Road Long Ridge Church 2 0 203-614 21 51 Toms Rd Dolan MS 12 4 203-977 22 55 Strawberry Hill Ave Stamford HS 27 4 203-977 23 61 Adams Ave Hart ES 39 0 203-977 24 641 Scofieldtown Rd Scofield MS 37 0 203-614 25 751 Westhill Rd Roxbury ES 13 0 203-614 26 800 Stillwater Rd Stillmeadow ES 30 0 203-977 27 82 Scofieldtown Rd Northeast ES 33 0 203-614 28 202 Blachey Rd. Rogers International 28 4 203-977 29 888 Washington Blvd Govt Center Building 48 2 203-977 30 90 Fairfield Ave Yerwood Ctr 1 0 203-977 Total 617 41

Exhibit D Installed Systems City of Stamford

Supported:

Avaya 8700 Server/s Qty 2 – Location: Government Center

Avaya 8500 Server/s Qty 2 – Location: (1) Police HQ / (1) AITE High School

Avaya 8300 Server/s Qty 20 @ Schools – Qty 9 @ City Sites Avaya UPS Connected to all Avaya Servers and Gateways. Avaya Handsets Models – 2420, 2410, 4620IP, 4610IP

Avaya Modular Messaging Voice Mail

Avaya Partner System Centrex Handsets

All Avaya Sites interconnected via Point to Point Dark Fiber - (See Network Topology Exhibit F)

Exhibit E - Installed Systems by Location - City of Stamford

City of Stamford Government Center S8700 (Dual) / G650 - MAS / MSS VM Police HQ S8500 / G650 Town Yard Haig Ave. S8300 / G700 Traffic Maintenance S8300 / G700 Stamford Museum S8300 / G700 Building Maintenance S8300 / G700 Parks Dept. S8300 / G700 Road Maintenance S8300 / G700 WPCA S8300 / G650 Fire HQ Main S8300 / G350 Terry Conners Ice Rink S8300 / G250 Fire Dept. 1620 Wash. Blvd Partner ACS Fire Dept. 215 Wash. Blvd. Partner ACS Fire Dept. 17 Arthur Place Partner ACS Fleet Maintenance Partner ACS Transfer Station Partner ACS Police Academy Partner ACS

Stamford Public Schools Adult Education S8300 / G250 AITE High School S8500 / G650 Cloonan Middle School S8300 / G350 Davenport Elem School S8300 / G350 Dolan Middle School S8300 / G350 Rogers International Magnet S8300 / G650 Hart Elem School S8300 / G350 Murphy Elem School S8300 / G350 Newfield Elem School S8300 / G350 Northeast Elem School S8300 / G700 Rippowam Middle School S8300 / G700 Roxbury Elem School S8300 / G350 Scofieldtown Middle School S8300 / G350 Springdale Elem School S8300 / G350 Stamford High School S8300 / G700 Stark Elem School S8300 / G350 Stillmeadow Elem School S8300 / G350 Toquam Elem School S8300 / G350 Turn of River Middle School S8300 / G350 Westhill High School S8300 / G700 Westover Elem School S8300 / G350

Exhibit F Network Topology City of Stamford

Stamford Note: All Sites Listed Admin Data Fiber Network Have GiG-Ethernet Point to “Current Fiber Network 07/18/12” Point Fiber Connections

G PtP IGe PtP GIGe PtP GIGe P Pt Toquam ES Ge Stamford Museum tP Smith House Stillmeadow ES GI P C3560E Westover ES Cloonan MS C3560E e HUB SITE D C3560E Dolan MS WS-C3750-24TS-E IG WS-C3750-24TS-E C 3560 E G Scofield MS C3560E C3560E Hart ES C3560E G P P

G IG t NorthEast ES t tP IG e P P e C3560E P P e e e Adult Ed P t Newfield ES tP P G G IG WS-C3750-24TS-E I I G WS-C3750-24TS-E G G G Springdale ES KT Murphy ES IG Govt Center AITE High School tP e P P e WS-C3750-24TS-E WS-C3750-24TS-E G tP Hub Host Site A Hub Host Site B IG tP IGe G e P PtP GIG

GIG P e PtP GIGe Pt Rogers Inlt Magnet ES GIGe PtP Davenport ES WS-C3750-24TS-E GIGe PtP WS-C3750-24TS-E PtP G GIGe IGe PtP PtP GIGe

Cisco 6509 P Cisco 3750 t P

P e Stark ES t G P I P G Stamford HS P e t WS-C3750-24TS-E Pt IG G IG e P WS-C3750-G12S-E G G e Hillandale Pre-K I e P G G tP G WS-C3750-24TS-E I IG

tP P G t P P e e t P P G P I e t Roxbury ES

G e P G

P G I C3560-S t I P G P G t e Rippowam MS Bennett Lib P G e I G C3750E C3560E IG Woodside G Sterling Farms G IG Fire Station e E911 Center TOR MS Police HQ P C35650E tP C3560E C35650E Line & Signs Westhill HS C35650E WS-C3750-G12S-E GIGe PtP Fire HQ HUB SITE C G C35650E tP WPCA IG GI G G West End P e Ge IGe IG e C35750E P P Pt e Pt South End IG tP tP P P Highways Fire Station G Fire Station C35650E C35650E C35650E

Terry Conners Ice Rink Ferguson Lib C35650E Fire Garage Shippan Fleet Scale House Parks Solid Waste WPCA Animal Shelter C35650E Fire Station C35650E C35650E C35650E C35650E Maint Bld C35650E C35650E C35650E

Exhibit I: Terms & Conditions for Communications Cabling

1.1 GENERAL

1.1.1 Authorized Seller - Vendor should be an authorized dealer licensed to sell the proposed equipment listed herein and is to provide a letter from the manufacturer (upon request by the City).

1.1.2 Cabling / Wiring New - All cabling materials provided will be new. All wiring will be tested and test results will be documented and submitted to the City after installation.

1.1.3 UL Approvals - All equipment described within this bid document must have UL approvals.

1.1.4 Comply with Applicable Laws and Codes - All installations and equipment shall be in compliance with, equal to or exceed the minimum requirements of OSHA, NEC, NEMA, ANSI, EIA, TIA and FCC.

Federal, state, and local codes, rules, regulations and ordinances governing the work, are as fully part of these Specifications as if herein repeated or hereto attached. If the Installation Contractor notes items in these Specifications, construction of which would be code violations, the Installation Contractor shall promptly bring them to the attention of the Project Manager in writing. Where the requirements of other sections of these Specifications are more stringent than applicable codes, rules, regulations and ordinances, these Specifications shall apply.

The Installation Contractor shall comply with the latest rules and regulations of the National Board of Fire Underwriters and the Public Utility Companies serving the building. Should the building have established building standards, obtain a copy from the Project Manager and comply with them.

1.1.5 Applicable Standards - Install the Structured Cabling System in accordance with the Building Industry Consulting Service International (BICSI) - Telecommunications Distribution Methods Manual (most current) and the manufacturers' installation documentation.

1.1.6 Materials - The chosen vendor shall insure that all quoted materials comply with the applicable local, state, and national agency regulations.

1.1.7 Permits, Fees, Etc. - The Contractor shall obtain all permits and pay all fees for same and give all notices required by law. 1.2 GUARANTEE/WARRANTY

1.2.1 Provide a 5-Year Warranty - All materials, equipment and work furnished under this Agreement shall be guaranteed against all defects in materials and workmanship for a period of not less than five years commencing with the date of Final Completion and acceptance by the Project Manager. Any failure due to defective material, equipment or workmanship which may develop shall be corrected at no additional cost, including materials, labor, travel expenses, system diagnostics and all damage to areas, materials and other systems resulting from such failures.

1.2.2 Repair or Replace Defective Components – Upon receipt of notice of failure of any part of the installed cabling during the guarantee/warranty period, the affected part(s) shall be replaced. Any equipment or cabling requiring excessive service shall be considered defective and shall be replaced.

1.2.3 Response Times – Response times to cabling systems warranty issues shall differ according to the level of the problem.

1.2.3.1 A problem is considered to be corrected when the cabling system and its components operate according to specified requirements.

1.2.3.2 Warranty work must be performed according to the procedures of the site.

1.2.3.3 The following levels of response to problems are required:

1.2.3.3.1 Major Failure: 2 hour maximum response time from time of notification of failure, 24 hours per day, 365 days per year.

1.2.3.3.2 Minor Failure: 24 hours maximum response time from time of notification of failure, 365 days per year.

1.2.3.4 Failures are defined as follows:

1.2.3.4.1 Major Failure: a cabling system failure which disables the entire cabling system or major part of the cabling system or an individual critical piece of equipment which prevents the proper operation of more than one system component.

1.2.3.4.2 Minor Failure: a cabling system failure which affects only one non-critical component and does not effect operation of any other components or any failure which is not defined as a major failure.

1.2.3.5 Response time to a call is defined as the time at which a qualified technician arrives at the site and starts repairs or diagnostics. If the problem has not been corrected within two hours of the initial response, support personnel shall be contacted for assistance.

1.2.3.6 Adequate stocks of parts, components, etc. and access to support personnel shall be available. Temporary components may be used to meet this requirement while new components or repairs are completed. Temporary components shall be replaced with new (unused) components or the repaired original component as soon as practical. Re-manufactured equipment or components are not considered new and shall not be used.

1.2.3.7 The Installation Contractor shall attempt to resolve all major failures within 8 hours and minor failures within 48 hours of the time of failure notification.

1.2.3.8 The guarantee/warranty shall be for the installed Structured Cabling System and its related passive components as described in these Specifications and Drawings.

1.3 EXECUTION - This section will address those activities during the actual installation process.

1.3.1 Coordinate All Work - The Vendor shall coordinate all work with all the other applicable trades involved and the City designated Project Manager/Coordinator.

1.3.2 Related Work – The City has some very old areas considered ‘historic’ that must not be defaced in any way during cable installations. For the most part, close supervision will be specified in work orders near these areas.

1.3.2.1 Removal and Replacement of Existing Ceilings

1.3.2.1.1 Carefully remove existing ceilings as required to perform the work. Store removed tiles in area designated by the Project Manager. Modify and augment existing suspension systems as necessary. Restore ceiling systems to their original finish.

1.3.2.1.2 Repair any damage to ceilings due to modifications, removal and replacement of same. Replace damaged ceiling tiles, including tiles with holes or openings left as a result of demolition, with materials of like kind.

1.3.2.2 Cutting and Patching - In areas where cutting or drilling is required, adequate notice to City is to be given prior to the actual activity taking place.

1.3.2.2.1 Provide openings, cutting, coring and patching of openings in existing building construction as required. Patching includes openings and voids left in existing construction as a result of demolition.

1.3.2.2.2 The work shall include necessary assemblies and materials to maintain required fire ratings.

1.3.2.2.3 Perform cutting as to not impair structural stability of building construction and systems. Do not drill holes or weld attachments to beams and other structural members without prior written approval from the Project Manager.

1.3.2.2.4 The work shall be done by mechanics skilled in particular trades affected.

1.3.2.2.5 Patching materials shall match existing materials in type and quality. Patching shall be done in a manner to match appearance of adjacent surfaces.

1.3.2.3 Cleaning

1.3.2.3.1 Cleaning shall be performed to satisfaction of the Project Manager.

1.3.2.3.2 Unless otherwise indicated, clean shall mean free of dust, dirt, mud, debris, oil, grease, residues, and contamination. Acceptability shall be determined by sight, touch and wiping with clean soft cloth and suitable cleaning agent.

1.3.2.4 Painting

1.3.2.4.1 If any installation area will require painting, prepare all surfaces completely for quick painting by the City.

1.3.2.4.2 Restore patched surfaces to original condition and finish. Where patching occurs in smooth painted surface, feather patching material so no surface preparation will be necessary before final painting.

1.3.3 Installation Performed by Trained Personnel - Installation of the cabling shall be performed by competent, trained personnel. All work shall be done in a neat workmanlike manner in accordance with accepted industry standards. The use of sub-contractors is strictly forbidden without the prior written consent of the City.

1.3.4 Cable Length Installed - The total length of a single Category 5e station cable shall not exceed 285 feet. Do not splice or otherwise re- terminate any cable used. Terminate only at the patch panels, cross connect blocks, lightning protection blocks, transition panels and communication outlets. 1.3.5 Pin out Convention – All UTP terminations have been standardized to the 568B pin out convention.

1.3.6 Cable Supports - All inside cables shall be supported directly from building structure not including ceiling grids, water pipes, HVAC equipment, etc. Attach cables to permanent structure at intervals of 5 feet or less with suitable attachments as specified. Wherever possible all cables will be installed and supported above removable ceilings. Under no circumstance shall cable be installed using cross bracing, plumbing/sprinkler pipes, ceiling systems or any other system that is not a specifically approved method to independently support cables. Cables shall not be allowed to rest on ceiling tiles, ductwork, etc. Supports shall be provided as required in order for cables to avoid contact with any other building system.

1.3.7 Electromagnetic Interference – Cable clearances as required by EIA/TIA shall be maintained throughout the building. UTP cables shall be installed no closer than 12 inches to electrical wiring, at least 6 feet from large motors or transformers and at least 5 inches from fluorescent lighting. When cables are required to cross power wiring, they shall only do so perpendicular to the power wiring. Telecommunications cabling and power wiring shall only cross each other the minimal number of times as required due to building design limitations.

1.3.8 Pulling Tension and Sweeps - Adhere to manufacturer’s published specifications for pulling tension, minimum bending radius (dynamic and static) and sidewall pressure when installing cables. Where manufacturer does not provide bending radii information, minimum bending radius for copper and coax shall be 10 times the cable diameter, for fiber the minimum bending radius shall be 15 times the cable diameter.

1.3.9 Cable Management – All communication cables that enter the wiring closet(s) will be routed in bundles to the equipment racks, enclosures or backboards. Secure the bundle(s) with Velcro tie wraps and/or “D” rings. Install horizontal cable management panels and brackets for routing and management of patch cables. Maintain EIA/TIA standards on bundling, supporting and bend radii.

1.3.10 Cables in Inaccessible Areas - Cables to be installed in already enclosed open bays or furred spaces where conduit stubs are not provided shall be protected from chafing or any damage. The installer shall verify that the warranty will not be violated before installing any cable in these locations. Cables installed in exposed or inaccessible areas shall be in conduit or surface mount raceway.

1.3.11 Cables in Exposed Areas – There will be no cabling installed in areas exposed to users. All cables in exposed areas will be installed in conduit, EMT, or surface-mounted raceway. 1.3.12 Splitting Pairs – Splitting pairs will not be permitted for either network data or voice services. Each four-pair UTP cable installed to a telecommunication outlet will be dedicated to a single service.

1.3.13 Conduit Pull Strings – Whenever conduit is utilized in a cable delivery system, the installer will make certain a pull string is left for future installation(s). (Conduit includes any rigid or non-rigid tubular delivery system for cable.)

1.3.14 Service Loops – Ten feet of cable slack will be installed at both the workstation and closet ends of all installed cables for future adjustments. At the workstation end, the slack will be coiled and tied out of sight above hung ceilings if possible. In the wiring closet, service loops will be coiled, tied and dressed near the equipment rack or telephone block.

1.3.15 Labeling – All labels will be machine printed using black ink on a white background. Use the existing labeling convention.

1.3.15.1 Label each communication outlet.

1.3.15.2 Label each cable six inches from each end.

1.3.15.3 Label each telephone system 110 block and 66 block by individual cable and block number.

1.3.15.4 Label each Category 5e+ patch panel by individual cable and panel number.

1.3.15.5 Label each fiber optic patch panel by individual cable, strand and panel number.

1.3.16 Testing – All Cable ID/Circuit ID numbers must follow the cable labeling conventions as established. The Installation Contractor will submit a hardcopy of the passed cable test results to the Project Manager with the completed Work Order as well as keep on file a copy of all the test results for the duration of the warranty period.

1.3.16.1 Category 3 Cable – Telephone Tie Cables and Riser Cables:

Test for:

Wire mapping Shorts Opens Polarity Split pairs Pin configuration - consistent throughout entire system

1.3.16.2 Category 5e & 6 Cable – Test with Omni Scanner (Part# 8260- 00) or equivalent that meets or exceeds EIA/TIA TSB – 67 Level II accuracy and requirements. Organize test reports by Wiring Closet. Provide a hardcopy or PDF file of all Category 5e & 6 cable test results to the Project Manager.

Test for:

Cable length Near-end crosstalk (NEXT) Attenuation Attenuation-to-crosstalk ratio (ACR) Resistance Impulse noise Capacitance Characteristic impedance

1.3.16.3 Fiber Optic Cable – Test all fiber optic cable segments end-to-end with a Multimode fiber certification tool for compliance to latest EIA/TIA performance requirements. Organize test reports by cable and strand. Provide a hardcopy or PDF file of all fiber optic cable test results to the Project Manager.

Test for:

850 nm loss 1300 nm loss 850 nm pass/fail margin 1300 nm pass/fail margin 850 nm Optical Link Budget 1300 nm Optical Link Budget Length Propagation Delay Overall pass/fail

Fiber certification tool must be capable of testing for compliance including but not limited to TIA568A, ISO11801, ATM155SWL, ATM622, 10Base – FB, 10Base – FL, 100Base – F, 1000Base – SX, 1000Base – LX, FDDI, and Fiber Channel.

Where necessary the Installation Contractor will provide Optical Time Domain Reflectometer results.

1.3.16.4 CATV, Audio and Control Cabling (where applies) – Other low-voltage cabling will be tested for continuity and unusual attenuation.

Where any portion of system does not meet the Specifications, vendor shall correct the deviation and repeat applicable testing at no additional cost. If any portion of the cabling system continues to fail after corrective actions have been taken, document deviations and notify the Project Manager immediately. 1.3.17 Fastenings – Except where shown or specified otherwise, the following shall be observed throughout the work:

1.3.17.1 Fastenings to wood shall be made with long wood screws.

1.3.17.2 Fastenings to brickwork, masonry, or concrete shall be made with the use of approved expansion bolts or inserts and shall be of the type to receive a machine bolt, screw or nut after installation.

1.3.17.3 The use of explosive powder actuated tools will not be permitted.

1.3.17.4 The use of wood plugs and nailing will not be permitted.

1.3.17.5 The use of “C” type clamps will not be permitted as a means of permanent support of vertical conduit risers at columns.

1.3.17.6 Supporting cabling from suspended ceiling supports is prohibited.

1.3.17.7 Building steel shall not be drilled or cut for fastening.

1.3.17.8 All cables will be supported with Category 5 rated cable hangers. The Installation Contractor will install all supporting components in accordance with the most current BICSI and EIA/TIA cabling installation standards.

1.3.18 Surface-Mounted Raceway – All required surface-mounted raceway (steel or plastic) will be fastened mechanically to walls. The use of two- sided tape as the only means of installation will not be allowed.

1.3.19 Grounding – Grounding shall conform to the National Electrical Code and manufacturer’s grounding requirements.

1.3.19.1 Metal conduit, metal enclosures of electrical devices, cable trays, troughs, equipment racks, etc., and all non-current-carrying metallic parts of all equipment connected and wired shall be securely grounded.

1.3.19.2 Ground bushings and bonding jumpers shall be used on equipment enclosures to ensure proper ground connection for the conduit system.

1.3.19.3 Ground cable shall be continuous without joints or splices throughout the entire length. All connections to equipment or conduit shall be made with approved type of solder-less connector, and same shall be thoroughly cleaned and bright before connection is made to ensure a good electrical contact.

1.3.19.4 Ground cable shall be sized as required.

1.3.20 Fire, Smoke and Environmental Sealing of Penetrations and Openings

1.3.20.1 Provide a seal around raceways or cables penetrating full height walls (slab to slab), floors or ventilation/air handling ducts so that the spread of fire or products of combustion shall not be substantially increased.

1.3.20.2 Penetrations through fire resistant rated walls, partitions, floors or ceilings shall be fire stopped using approved methods and NRTL listed products to maintain the fire resistance rating.

1.3.20.3 Installation restrictions of the listing agencies shall be strictly adhered to (e.g. 24 inch (610 mm) minimum horizontal separation between boxes on opposite sides of the wall).

1.3.20.4 Fire stopping in sleeves or in areas having small openings that may require the addition or modification of installed cables or raceways shall be soft, pliable non-hardening fire stop putty. Putty shall be water resistant and in tumescent.

1.3.20.5 Fire stopping in locations now likely to require frequent modification shall be a NRTL listed putty or caulk to meet the required fire resistance rating.

1.3.20.6 Box penetrations into a fire rated wall or shaft shall have a fire stopping pad installed on the back of the box.

1.3.20.7 Fire stopping of cable trays through walls shall be with NRTL listed bags to meet the required fire resistive rating and not allow products of combustion to pass through the protected opening. The NRTL listed bags shall be installed inside and on both sides of the opening as required to meet the required resistive fire rating of the wall.

1.3.20.8 Fire stopping materials shall be NRTL listed. Installation methods shall conform to a UL fire stopping system. Submit specifications and installation Drawings for the type of material to be used to the Project Manager.

1.3.20.9 Perform all work required, and furnish all materials necessary to complete installation of fire stops in fire rated walls, floors and partitions, around penetrations of pipe, conduit, duct, cable tray, bus duct, and all other devices, or in blank openings as required by the project contract documents.

1.3.20.10 Perform fire stopping work in areas of penetrations for the through passage of cable, cable tray, conduit, pipe, duct, electrical bus-way, or other raceways through fire rated floor/ceiling and or wall/partitions.

1.3.20.11 Fire stop systems and materials shall not emit hazardous, combustible, or irritating fumes during installation, curing or use. 1.3.20.12 Install penetration fire stop seal materials in accordance with design requirements, and manufacturers’ installation procedures.

1.3.21 Omissions - The Vendor shall be fully responsible for the provision and installation of all equipment/items indicated by practical common sense regardless of any omissions in this specification.

1.3.22 Cabling Acceptance – Cabling acceptance shall be defined as accepting all cabling in accordance with pass/fail compliance of all test documentation. Vendor shall also provide document warranting then cable at time of acceptance.

1.3.23 Fiber Optic Cables - Fiber optic cables shall be housed in armor jacket. Fiber optic backbone cables will run horizontally between termination points and then through the ceiling and vertically onto the ladder rack in the BDF (approximately one floor vertical equivalent).

1.3.24 Technical Requirements

1.3.24.1. Contractor shall comply with the current following standards:

1.3.24.1.1. TIA/EIA 568B – Components and Cabling

1.3.24.1.2. TIA/EIA 569A – Pathways and Spaces

1.3.24.1.3. TIA/EIA 607 – Grounding and Bonding

1.3.24.1.4. TIA/EIA 606 – Administration

1.3.25 Cabling Currently Supported - The chosen vendor must supply a cabling system that is currently manufacturer supported.

1.3.26 Clean Up - The vendor at all times shall keep the premise free from accumulation of waste materials or rubbish caused by the vendor's operation. At the completion of the work, the vendor shall remove from the Owner's premises all waste materials and rubbish from all areas as well as all tools, construction equipment, machinery and surplus materials.

1.3.27 Capability - The vendor must demonstrate adequately the ability to provide the types of cabling system and services the City is seeking for its facilities.

1.3.28 Documentation – Each month the vendor will provide the Project Manager with a cable schedule of the month’s installed cables in MS Excel spreadsheet format. Cable information will include to/from (service location, wiring closet, rack, panel and port or block and position), test results, and level of installation difficulty. 1.3.29 Asbestos – If, in the course of installing cable, asbestos is found or its presence is suspected, the vendor is requested to stop all work in the area and notify the Project Manager.

1.3.30 All high voltage electrical work will conform to local, state and national codes and standards.

Appendix 1

References

CLIENT/COMPANY NAME: ______

ADDRESS: ______

CONTACT PERSON/PHONE NUMBER: ______

DATE OF INSTALL/RELATIONSHIP: ______NUMBER OF EMPLOYEES: ______NUMBER OF LOCATIONS: ______MUNICIPALITY? ______

CLIENT/COMPANY NAME: ______

ADDRESS: ______

CONTACT PERSON/PHONE NUMBER: ______

DATE OF INSTALL/RELATIONSHIP:______NUMBER OF EMPLOYEES: _____ NUMBER OF LOCATIONS: ______MUNICIPALITY? ______

CLIENT/COMPANY NAME: ______

ADDRESS: ______

CONTACT PERSON/PHONE NUMBER: ______

DATE OF INSTALL/RELATIONSHIP: ______NUMBER OF EMPLOYEES: _____

NUMBER OF LOCATIONS: ______MUNICIPALITY? ______

Vendor’s Authorized Representative: ______Please print clearly

Vendor’s Authorized Representative: ______Signature

Vendor’s SPIN: ______

Appendix 2 Subcontractor Declaration

The vendor must list below any subcontractors he/she intends to use in the execution of this contract. In addition, the vendor must submit a completed Insurance Form for each subcontractor.

SUBCONTRACTOR’S NAME & ADDRESS SUBCONTRACTOR’S PROFESSION

Vendor’s Authorized Representative: ______Please print clearly

Vendor’s Authorized Representative: ______Signature

Vendor’s SPIN: ______

Appendix 3 Pricing Worksheet – City of Stamford

All product and service components should be priced independently.

The City desires a single source vendor but reserves the right to select multiple vendors and therefore, requires separate and distinct pricing for all components. If additional discounts are available by "bundling" services, that should be noted on a separate pricing and discount matrix.

Any special pricing terms that apply must be outlined in this section.

Price for Annual Maintenance Contract (Sec V 5.1) $______

Mac Services Per Hour Labor Cost (Sec VI 6.1) $______per/hour

MAC Cable, Mounting & Term per 100’ (Sec VI 6.1) $______

Consulting Services – Equipment Engineering (Sec VII 7.1) $______per hour

Consulting Services – Network Engineering (Sec VII 7.2) $______per hour

Consulting Services – Billing & rate Analysis (Sec VII 7.3) $______per hour

Equipment Upgrades – City Standard - Disc % on Natl List Price ______%_

Equipment Purchases - City Standard - Disc % on Natl List Price ______%_

The City of Stamford’s standard equipment is currently Avaya products, including the Partner, Merlin systems.

Vendor’s Authorized Representative: ______Please print clearly

Vendor’s Authorized Representative: ______Signature

Vendor’s SPIN: ______

Appendix 4

Pricing Worksheet – Public Schools

All product and service components should be priced independently.

The City desires a single source vendor but reserves the right to select multiple vendors and therefore, requires separate and distinct pricing for all components. If additional discounts are available by "bundling" services, that should be noted on a separate pricing and discount matrix.

Any special pricing terms that apply must be outlined in this section.

Price for Annual Maintenance Contract (Sec V 5.1) $______

Mac Services Per Hour Labor Cost (Sec VI 6.1) $______per/hour

MAC Cable, Mounting & Term per 100’ (Sec VI 6.1) $______

Consulting Services – Equipment Engineering (Sec VII 7.1) $______per hour

Consulting Services – Network Engineering (Sec VII 7.2) $______per hour

Consulting Services – Billing & rate Analysis (Sec VII 7.3) $______per hour

Equipment Upgrades – City Standard - Disc % on Natl List Price ______%_

Equipment Purchases - City Standard - Disc % on Natl List Price ______%_

The City of Stamford’s standard equipment is currently Avaya products, including the Partner, Merlin systems.

Vendor’s Authorized Representative: ______Please print clearly

Vendor’s Authorized Representative: ______Signature

Vendor’s SPIN: ______

Appendix 4a

Pricing Worksheet

Pricing – Replacement Parts

Vendor’s Authorized Representative: ______Please print clearly

Vendor’s Authorized Representative: ______Signature

Vendor’s SPIN: ______