CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit...

113
CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL NUMBER: 120550 PROPOSAL DUE DATE: Monday, February 04, 2013, AT 4:00 P.M., Local AZ Time PROPOSAL SUBMITTAL LOCATION: Department of Procurement 255 W. Alameda, 6 th Floor, Tucson, AZ 85701 MATERIAL OR SERVICE: Security Hardware Purchase Install Maintenance PRE-PROPOSAL CONFERENCE DATE: Monday, January 28, 2013 TIME: 11:00 A.M., Local AZ Time LOCATION: City Hall, Procurement 6 th Floor Conference Room, 255 W. Alameda, Tucson, AZ 85701 SENIOR CONTRACT OFFICER: Cherie Odeski, CPPB TELEPHONE NUMBER: (520) 837-4126 [email protected] A copy of this solicitation and possible future amendments may be obtained from our Internet site at: http://www.tucsonprocurement.com/ by selecting the Bid Opportunities link and the associated solicitation number. The City does not mail out Notices of available solicitations via the U.S. Postal Service. Email notifications are sent to those interested offerors who are registered with us and who have selected email as their preferred delivery method. To register, please visit www.tucsonprocurement.com, click on Vendors, then click on Vendor Registration. To update an existing record, click on Vendors, click on What's New?, and read the section titled "Notice of Solicitations." You may also call (520) 791-4217 if you have questions. Competitive sealed proposals for the specified material or service shall be received by the Department of Procurement, 255 W. Alameda, 6th Floor, Tucson, Arizona 85701, until the date and time cited. Proposals must be in the actual possession of the Department of Procurement at the location indicated, on or prior to the exact date and time indicated above. Late proposals shall not be considered. The prevailing clock shall be the City Department of Procurement clock. Proposals must be submitted in a sealed envelope. The Request for Proposal number and the offeror's name and address should be clearly indicated on the outside of the envelope. All proposals must be completed in ink or typewritten. Questions must be addressed to the Contract Officer listed above. ****ALERT**** Effective April 9, 2012, the Tucson Modern Streetcar project will begin the downtown streetcar construction and westbound Congress Street will be closed from Toole Avenue to Church Street until further notice. Please plan your route accordingly. For further information, please visit the Tucson Modern Streetcar website at http://www.tucsonstreetcar.com/ or call 520-624-5656. CO/car PUBLISH DATE: Friday, January 11, 2013

Transcript of CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit...

Page 1: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL NUMBER: 120550 PROPOSAL DUE DATE: Monday, February 04, 2013, AT 4:00 P.M., Local AZ Time PROPOSAL SUBMITTAL LOCATION: Department of Procurement 255 W. Alameda, 6th Floor, Tucson, AZ 85701 MATERIAL OR SERVICE: Security Hardware Purchase Install Maintenance PRE-PROPOSAL CONFERENCE DATE: Monday, January 28, 2013 TIME: 11:00 A.M., Local AZ Time LOCATION: City Hall, Procurement 6th Floor Conference Room,

255 W. Alameda, Tucson, AZ 85701 SENIOR CONTRACT OFFICER: Cherie Odeski, CPPB TELEPHONE NUMBER: (520) 837-4126 [email protected]

A copy of this solicitation and possible future amendments may be obtained from our Internet site at: http://www.tucsonprocurement.com/ by selecting the Bid Opportunities link and the associated solicitation number. The City does not mail out Notices of available solicitations via the U.S. Postal Service. Email notifications are sent to those interested offerors who are registered with us and who have selected email as their preferred delivery method. To register, please visit www.tucsonprocurement.com, click on Vendors, then click on Vendor Registration. To update an existing record, click on Vendors, click on What's New?, and read the section titled "Notice of Solicitations." You may also call (520) 791-4217 if you have questions.

Competitive sealed proposals for the specified material or service shall be received by the Department of Procurement, 255 W. Alameda, 6th Floor, Tucson, Arizona 85701, until the date and time cited.

Proposals must be in the actual possession of the Department of Procurement at the location indicated, on or prior to the exact date and time indicated above. Late proposals shall not be considered. The prevailing clock shall be the City Department of Procurement clock.

Proposals must be submitted in a sealed envelope. The Request for Proposal number and the offeror's name and address should be clearly indicated on the outside of the envelope. All proposals must be completed in ink or typewritten. Questions must be addressed to the Contract Officer listed above.

****ALERT****

Effective April 9, 2012, the Tucson Modern Streetcar project will begin the downtown streetcar construction and westbound Congress Street will be closed from Toole Avenue to Church Street until further notice. Please plan your route accordingly. For further information, please visit the Tucson Modern Streetcar website at http://www.tucsonstreetcar.com/ or call 520-624-5656.

CO/car PUBLISH DATE: Friday, January 11, 2013

Page 2: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 2 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735

INTRODUCTION

The City of Tucson (City) is soliciting proposals from qualified security system integration providers to establish an annual term contract for the purchase and installation of new security alarm and maintenance of existing system, monitoring of existing system, card access, video surveillance, and related equipment and systems throughout the City of Tucson facilities. The contract will also cover required maintenance and service of existing security systems and equipment through a preventive maintenance by system and repair on an “As Needed” basis. The City is also interested in a preventive maintenance program to prevent failures of security systems. Various funding sources may be used. The services provided under this solicitation and resulting contract may be subject to the Federal Transit Administration (FTA) terms and conditions attached as Attachment 2 to this solicitation. These terms and conditions cannot be modified or negotiated. By submitting a proposal, Offeror must agree to abide by the FTA terms and conditions included. Offeror’s must submit all required certificates with their proposal submittal. Failure to do so may result in rejection of proposal.

Sites will vary and will include: installation of security systems as part of new facility construction; new installations as part of site security improvements at existing city facilities, retrofits, upgrades and repairs of existing security systems at current City facilities. The Contractor is encouraged to read the Solicitation documents very carefully, as the City shall not be responsible for any errors and omissions on the part of the Contractor. The Contractor is also encouraged to carefully review their final submittal documents, as the Evaluation Committee is not required to make interpretations or correct detected errors in calculations. As projects are identified, the Contractor shall be responsible for communicating with the designated City representatives to determine the scope, products and installation requirements for each individual project. The City’s current Security access Control and Alarm system consists of an extensive enterprise–wide system with access control components and Closed Circuit TeleVision CCTV cameras, Lenel controllers, HID keypads, NVR’s, DVRs, associated alarm points, locks, powers supplies and other devices installed at multiple City locations across the City and within the 300 square mile Tucson Metropolitan Basin as described below: Department Camera Software Monitoring Work Stations General Services/City Hall Lobby

Pelco (4) 3 (2 FM 1 City Hall)

Police Headquarters Pelco (12) Lenel None 4 IT 1 for Police Westside Police Pelco (27) Lenel None EPIC Pelco (99) Lenel Security System Only 3 Crime Lab Pelco (31) Lenel Security System Only 3 TPD Midtown Lenel 2 TPD Impound Lobby Pelco (7) Lenel 1 Tucson Water Pelco, Axis IP Bosch

Extreme (136 +) Lenel Enterprise SQL Data Base

4 24/7 onsite Video/ Alarm Monitoring workstations Lenel Platform

8 additional licensed workstations

Transportation Axis IP OnOSSI Collections Event Alarms/ 6

locations

City Courts Panasonic (2) Toshiba (4) Unknown (2)

Lenel 1

Page 3: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 3 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735

SCOPE OF WORK

I. GENERAL INFORMATION

The Contractor will provide for the purchase, delivery, installation and programming of security related systems. Operation and maintenance manual, service, warranty, acceptance testing, training and the correct operation of these systems are also the responsibility of the Contractor. Projects under this contract may range from repairing/servicing/monitoring existing security installations, small system additions, such as 1- 2 card reader/camera additions, up to large scale projects involving new construction. The Contractor shall be responsible for working with the City’s Facilities Maintenance Department or other City Department designee to determine the products and installation requirements for each project or installation. The Contractor shall provide all designs, drawings, labor, equipment, supplies, storage, system testing, acceptance testing, training and transportation necessary to complete the scope of each project as specified by the City Facilities Lockshop Supervisor or other designated City Department personnel. The City requires a single point of contact from the Contractor for all security equipment, supplies, and labor provided as a result of this contract; therefore the Contractor must take full responsibility for the delivery, installation, operation per design, testing, support, warranty, and maintenance of all items supplied. Once a Purchase order is issued, the Contractor will be given the proposed delivery and installation schedule. The Contractor shall commit to providing the necessary labor force needed to meet the proposed installation schedule. The City shall require consistent participation throughout the term of this agreement, with the Contractor providing regular updates as per agreed delivery and installation schedule. It is the City’s expectation that the contractor will provide acceptable installations and workmanship the first time the job is inspected for completion.

II. GENERAL CONTRACTOR QUALIFICATIONS

1. The Contractor shall be in compliance with all applicable Federal, State, Local, ANSI, OSHA laws, rules, regulations and all other applicable regulations for the term of this contract.

2. The Contractor, without added expense to the City, shall be responsible for obtaining and maintaining any

necessary certifications, business licenses and permits required in connection with the completion of the required services herein.

3. The Contractor must possess a valid Contractor’s license of the appropriate class issued by the Arizona

Registrar of Contractors, and must maintain same throughout the duration of the contract term and any subsequent contract extensions. Failure to maintain said license may be grounds for default of the contract and subsequent termination. License held must be sufficient to cover the areas or work required by the solicitation scope.

4. All subcontractors used under the scope of this contract shall meet all requirements, terms and conditions,

set forth herein. All subcontracted services shall be warranted by and be the responsibility of the Contractor. 5. The Contractor must be primarily engaged in the business of furnishing, installing, servicing Lenel access

control systems and all related security equipment, software and hardware that is currently installed and will be required in future installations.

6. Contractor must be a Lenel Enterprise level factory trained/certified supplier and installer with an established

facility able to meet response times required by the City. With adequate supplies, equipment and staffing available to perform the services requested in this solicitation. Contractor must be a current factory authorized Lenel Enterprise level dealer/installer for the previous two (2) years.

Page 4: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 4 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735

III. THE CONTRACTOR SHALL:

1. Assign work to Contractor employees who are fully trained and qualified to perform work, and provide evidence of

their qualification and training upon request. 2. The Contractor warrants they will screen employees working at City of Tucson buildings and sites, by conducting a

background check. The Contractor warrants they are utilizing employees who have passed a background check(s). Employees will begin work only after the background investigation is complete and the City Contract Representative has a list of employees who meet this requirement. The Contractor agrees to defend, indemnify and hold harmless the City of Tucson, its officers, directors and employees for any claims, suits or proceedings alleging a breach of this warranty.

3. For work performed under this contract at City of Tucson Police facilities, Contractor warrants that they will

utilize only individuals who have successfully completed a criminal background investigation conducted by the Tucson Police Department. The Contractor shall submit the names of individuals the Contractor intends to perform work to the Contract Representative. Individuals shall not perform work until the Contract Representative notifies the Contractor of successful completion of the background investigation. The Contract Representative will notify the Contractor of the results of the background investigation as either ‘Pass’ or ‘Fail.’ No other information will be provided. The Contractor shall not assign work to individuals who have failed the criminal background investigation. Personnel may begin work only after the criminal background investigation is complete and the Contract Representative has notified the Contractor. Criminal background investigations are conducted at no cost to the Contractor.

4. Designate at least one individual to act in a management capacity. The individual(s) shall be responsible for,

and have authority to act in overseeing and supervising Contractor employees and worker, be available at the request of the City to inspect and discuss work, to resolve performance issues, and to provide technical advice, consultation, or input as requested by the City. The Company Representative shall be available at all times via telephone and shall be able to respond within 24 hours to requests for meetings or consultation, and within 2 hours to emergencies as determined by the Contract representative.

5. Ensure that all employees and personnel wear identification badges that clearly show the Contractor's

company name and the first and last name of the employee. 6. Ensure that all Contractor employees and personnel conduct themselves in a professional manner, and

maintain positive, open, respectful, and constructive communication with the Contract Representative, other City staff, public housing residents and the public.

7. Ensure that all Contractor employees and personnel, while working at City buildings and sites, or otherwise

engaged in performing work for the City, are not under the influence of alcohol, drugs or other intoxicants, do not engage in any illegal activities, and are not in possession of weapons.

8. Remove immediately and permanently from assignment to this contract any Contractor employee who is

determined by the Contract Representative to be incompetent, abusive, disorderly, disruptive, uncooperative, ineffective, intoxicated, in possession of or under the influence of any illegal substance, in possession of weapons, firearms, explosives, or dangerous substances, or is otherwise determined to be generally ineffective. The Contract Representative will rely on his or her own observations of the employee’s work performance, work products, or resulting system performance, and the input of other City employees or citizens in making a determination. The City reserves the right to have Contractor employees removed with the assistance of contract security or the Tucson Police Department and therefore the individual may be subject to arrest and criminal prosecution. The City reserves the right to have a contractor employee removed at the City’s sole discretion.

Page 5: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 5 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735 IV. CONTRACTOR’S RESPONSIBILITIES

1. All personnel utilized by the Contractor in the installation of the access control and security equipment must have experience and factory training/certification in Lenel Enterprise level related access control system installations, related security hardware and video surveillance equipment denoted herein.

2. The Contractor shall use only vehicles licensed for use on public streets. The Contractor’s fleet vehicles shall

contain signage which at a minimum includes the Contractor Company name and/or logo. 3. All equipment proposed to be used on the job shall be of sufficient size and in such mechanical condition as

to meet the requirements of this work and to produce a safe and satisfactory quality of work. Equipment used on any portion of the project shall be such that it will not damage property adjacent to this work area.

4. The Contractor shall have knowledgeable and experienced employees that can work closely with City

Information Technology (IT) staff for security installations that require network connectivity and wireless communication standards. Must be able to install necessary fiber and related data equipment as required to support City IT interconnectivity and Communication. The City of Tucson Regional Communications and Networking Standards is included as Attachment I.

5. The analysis and familiarization of the City’s existing security systems and Lenel software configurations will be

the responsibility of the successful Contractor at no cost to the City.

V. EXPERTISE, KNOWLEDGE AND TRAINING

1. The Contractor shall maintain complete and up-to-date expertise, knowledge, training, and professional and technical certifications, and any relevant building code requirements for the professional performance of any and all work performed.

2. All contractor personnel shall be competent and have sufficient skill, knowledge and experience in the class

of work and in the operation of equipment required to perform all work properly and satisfactory. 3. The Contractor shall consult with the City representative as necessary and appropriate to clarify the scope of

existing specifications, to discuss changes to specifications or procedures, to understand the work, and to otherwise inform, advise and consult.

4. Regulatory or manufacturer recommended or required specifications and procedures, and code requirements

shall be those in place when this contract commences and any changes to manufacturer recommended or required maintenance or repair procedures, or to fire and building code requirements that may occur during the term of this contract.

5. The Contractor shall provide written notification to the City representative within 5 working days of any

changes to any regulatory requirements or any other recommended maintenance, or repair procedures or other relevant matter that may arise during the term of this contract. Any such changes shall automatically become part of this contract. Such changes shall not result in additional cost to the City at the time of their implementation, but may be considered at contract renewal.

VI. LEGAL REQUIREMENTS

1. The Contractor shall be fully knowledgeable of, and obtain any and all licenses, permits, certifications or other

relevant documents and authorizations required to perform any work under this contract, and provide evidence of such to the FM Contract Representative upon request.

2. The Contractor shall pay any and all taxes, charges and fees that are required. 3. The Contractor shall provide workmanship that is of the highest professional and industry standard by

performing all work in strict accordance with any and all applicable codes, work standards, manufacturer specifications, and any legal, regulatory or industry requirement or standard.

Page 6: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 6 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735

4. The Contractor shall conduct work in strict adherence to all applicable professional and legal safety standards and requirements, particularly any Occupational Safety and Health Administration (OSHA) requirements.

VII. DESIGN

1. Overall system conceptual design will be the responsibility of the City of Tucson or Department designees.

Engineering design will be the responsibility of the Contractor to provide a turn-key functional system based on the design standards of the City.

2. Configuration of security systems at each site will be achieved through site visits by a combination of the

Contractor, City General Services and/or Department designees, as well as any other personnel deemed necessary by the City, Determination of equipment required and location will be established during these site visits. The Contractor’s responsibility will be for the proper installation, operation and testing of equipment installed per City of Tucson standard including but not limited to:

Conduit layout and sizing, to include creating and sealing necessary building or structural

penetrations Wire and cable layout , pathways, trays and sizing Point to point wiring and equipment hook-up information Equipment mounting and/or installation details Design of equipment cabinets, housings, or other necessary enclosures

3. The Contractor’s work shall conform to all applicable codes and ordinances. All electrical work, including the

sizing and placement of conduit, raceways, cabling, wiring, and conductors shall be in accordance with NFPA 70; National Electrical Code unless local codes establish more stringent requirements.

4. Other configuration work as required Installations may include some or all of the following but is not limited to:

Lenel access/alarm control systems Electrified lock systems Door position switches Alarm intrusion sensors Indoor/outdoor cameras - both fixed and pan-tilt-zoom (PTZ) with color high definition low-light

technology Digital or network video recorder capable of video motion detection PTZ operation and with control and monitoring capability both locally and from a remote site All communication equipment as required to access the City network All related surface conduit, wiring, testing , and training

5. City of Tucson employees will be responsible for all high voltage electrical connections. 6. The Contractor will provide to the City at a minimum the following for each project:

Complete as built drawings, including point to point wiring diagrams of all system integration and work completed.

Excel spreadsheet listing electronic hardware, cameras. AutoCAD format, 24” x 36” plots and one CD of all drawings. Provide on-site participation for the initial start-up for troubleshooting, testing support and technical

expertise. Provide training and operations/maintenance manuals for all hardware provided under this contract.

VIII. SERVICE REQUIREMENTS

a. Contractor’s work shall conform to all applicable codes and ordinances. All electrical work, including the sizing and placement of conduit, cabling, wiring raceways and conductors, shall be in accordance with NFPA 70: National Electrical Code unless local codes establish more stringent requirements.

Page 7: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 7 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735

b. Contractor shall guarantee and warranty that all replacement commodities (assemblies / components / equipment / parts / products) shall be new in kind or previously approved equipment for uniformity of maintenance and repair furnished under the scope of this contract.

c. The Contractor shall furnish all labor, materials, and equipment necessary for the completion of the scope

of work described herein.

d. The Contractor shall have sufficient personnel, inventory and equipment to complete all work requests, as defined in this solicitation and in the time frames quoted.

e. All manufacturers’ equipment and materials specified, as part of this contract will be maintained

throughout this contract.

f. Listing of all mechanical hardware, including serial number, model number and warranty date will be provided for each project location.

g. The Contractor will replace and repair currently installed security equipment as needed with same or

previously approved equipment for uniformity of maintenance and repair. Generic brands are not acceptable, except for temporary substitutes, and only when prior equipment evaluation and approval have been obtained from an authorized City representative.

h. The Contractor when responding to a service request will provide a service ticket denoting the hours

worked, rate per hour and will detail itemized replacement parts at the contract discounted prices. The service ticket must have a work order number that corresponds to the invoice for payment.

i. In the event that a product or model is discontinued by the manufacturer, the City at its sole discretion may

allow the Contractor to provide a substitute for the discontinued item. The Contractor shall request permission in writing to substitute a new product or model and provide a MINIMUM of the following:

A formal announcement from the manufacturer that the product or model has been discontinued.

Documentation from the manufacturer that names the replacement product or model.

Documentation that provides clear and convincing evidence that the replacement meets or exceeds all specification required by the original solicitation.

Documentation that provides clear and convincing evidence that the replacement will be compatible with all functions or uses of the discontinued product or model.

Documentation confirming that all the replacements are of the same quality or better than the discontinued product or model.

The City will notify the Contractor in writing of acceptance or rejection of the substitution.

IX. SECURITY SYSTEMS – REQUIREMENTS

1. Contractor shall guarantee that any equipment provided will be products currently manufactured, newly assembled and the latest most improved model in current production at the time it is installed. Units shall be of first quality as to workmanship and materials.

2. The Contractor shall design, install and configure a complete and fully functional system. 3. Throughout the term of this contract and all applicable extensions, the Offer’s sales and project management

representatives will be expected to attend weekly project management meeting with City of Tucson representatives. The purpose of these meetings will be to provide status updates of projects in progress and to discuss any other issues related to the contract. Meetings will be held on site at a City Of Tucson location and will generally last 1 hour. The City may, at its discretion, reduce the frequency of these meetings when there are fewer projects and/or items to discuss.

Page 8: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 8 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735 X. WARRANTY

All Workmanship and materials provided under the scope of this solicitation shall be warranted for a minimum of one (1) year from date that the contract representative accepts the work as complete and satisfactory

1. All warranty related service will be provided to the City of Tucson at no charge. In cases where the

equipment cannot be repaired within 12 working hours after a satisfactory response to the notification of the malfunction as determined above, the Contractor shall provide replacement equipment of equal or greater capability within 12 additional hours. The replacement equipment shall be provided at no cost to the City during the warranty period. The replacement equipment shall remain in service until the repair or replacement of the original equipment is completed. If equipment or parts are required to be shipped to and/or from the manufacturer or supplier, The Contractor will utilize overnight shipping services including weekends and holidays at no additional cost to the City.

2. The replacement equipment will carry a minimum 12 month warranty from the date of

replacement/installation acceptance.

XI. RESPONSE TIME

Due to the critical nature of this equipment the Contractor must be able to provide 24 hour, seven day a week service. The Contractor shall respond to verbal and/or e-mail service calls and be on site within two (2) working hours after notification. The response time begins when the City designee places the call or sends the e-mail to the Contractor.

XII. SCHEDULING

1. Within ten (10) working days of request for a project, a site visit is required by the Contractor to determine the

configuration and design of the project. The Contractor will provide quotations and specifications, listing all equipment, materials, and labor base on the fees quoted within this contract.

2. Once a purchase order is issued, the Contractor will be given the proposed delivery and installation schedule by a previously identified City Department representative. The Contractor shall commit to providing the necessary labor force needed to make the proposed installation schedule.

3. Within ten (10) working days of the purchase order issuance. Project installation will begin and will be

continuous during normal working hours, 7:00 a.m. thru 4:30 p.m., Monday thru Friday, until completed as per agreed delivery and installation schedule.

XIII. INVOICING

1. Documents accepted as the final quotation and specifications for the actual work to be completed shall be invoiced.

2. With the exception of agreed upon and documented “shop work”, all billed hours will begin and end at the

assigned job site. A service ticket will be required for all emergency service and repair work, listing hours worked and itemizing all replacement and repair parts if required at the end of the job.

3. In order to facilitate internal control and accounting, each City Department must be invoiced separately.

Monthly invoices must be segregated by City Department and mailed or delivered directly to the City Department with a copy to City Finance/Accounts Payable as noted on purchase order. For most materials, there will be between three - (3) and six - (6) ordering departments. At the time an order is placed, the Contractor must obtain the ordering department's account numbers for billing purposes. The use of the department's account numbers will be in addition to the purchase order number. Once a month, the Contractor shall submit a consolidated statement which shall itemize the invoice numbers, invoice date, invoice amounts, and the total amount billed to Accounting. Invoice(s) shall not show previous balances.

Page 9: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 9 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735

4. All invoices submitted for work done under the scope of this contract must be itemized invoices and shall

contain as a minimum the following information:

Vendor Name Remit to Address Purchase Order Number Invoice Date Invoice Number Service work requires time and materials denoting contract hourly rate Compete description of work completed Location where service/work was performed City representative name and employee number Itemized list of all charges (quantity, description, unit pricing per the contract) Applicable Tax Total Invoice Amount Account number charged

Each project or service request shall be invoiced separately. The Contractor shall submit invoices with all supporting documentation within thirty (30) days after the service/work is completed and approved.

5. Invoices that do not follow the above minimum invoicing requirements will not be paid. Payment must be

applied to only invoices referenced on check/payment stub. The City reserves the right to bill contracted vendor for researching invoices that have been paid, but not properly applied by vendor account receivables office.

XIV. TESTING

1. All testing shall be in accordance with NFPA 72 National Fire Alarm Code and Lenel Electronics testing procedures.

2. The Contractor shall perform routine diagnostic checks of the system to insure proper operation. 3. The Contractor will be required to supply the City with all passwords and access codes for each piece of

equipment requiring said codes. 4. Off site diagnostics and system testing can only be performed when a City representative allows access to the

security operating system. XV. PROJECT/JOB COMMENCEMENT

The requesting City Department will review and approve all costs for new and replacement security equipment that may be required, but is not part of the previously approved discount pricing structure. The Contractor will supply a quote containing the description and justification for the alternative equipment. The requesting City Department must approve the quote prior to purchase and installation. Contractor shall not commence work on any project/job without first receiving a Notice to Proceed from the requesting department.

XVI. MATERIALS AND/OR EQUIPMENT PROVIDED BY THE CITY

Materials and/or equipment, furnished by the City of Tucson will be delivered or made available to the Contractor when necessary. The Contractor will be held responsible for all materials and/or equipment accepted by them and will make good any shortages, deficiencies or damages that may occur after such acceptance.

Page 10: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 10 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735 XVII. SAFETY, HEALTH AND SANITATION

1. The Contractor shall provide upon request, a copy of its written health and safety program and any required employee training records or certificates. During work performed under this contract, all injury and illness reports shall be submitted to the City monthly and as determined by the Contract Manager.

2. The Contractor shall provide and maintain in a neat, sanitary condition such facility accommodations for the use by their employees as may be necessary to comply with the requirements and regulations of the Arizona State Department of Health or as specified by the Pima County Health Department.

3. The Contractor shall be fully responsible for the safety of their employees, the public, and property in connection with the performance of the work covered by this contract. The Contractor shall provide all safeguards, safety devices, and protective equipment and be responsible for taking any needed actions to protect the life and health of their employees and the public during work activity. The Contractor shall also take any necessary actions as directed by the City of Tucson designated representative to reasonably protect the life and health of employees on this job and others coming into contact with the job site.

4. Precaution shall be exercised by the Contractor at all times for the protection of persons (including employees) and property. The Contractor shall comply with the provisions of all applicable laws, pertaining to such protection including all Federal, State and Local Occupational Safety and Health Acts, and Standards and Regulations promulgated there under.

5. It shall be the Contractor’s responsibility to abide at a minimum by all applicable federal, state and local regulations including the safety standards and requirements as outlined in the City of Tucson’s Occupational Safety Health Manual (OSHM) and state OSHA standards while performing work on City facilities. A copy of the City’s OSHM will be provided upon request.

6. It shall be the Contractor’s responsibility to assure all their employees and subcontractors performing any work at any location under the scope of this contract, are furnished and use proper Personal Protective Equipment (PPE) based on the type of hazard the employee may be exposed.

7. It shall be the Contractor’s responsibility to assure all their employees and subcontractors working at any location under the scope of this contract, are furnished with the proper safety training based on the type of work the employees are doing at no expense to the City.

XVIII. PROTECTION AND RESTORATION OF PROPERTY

1. The Contractor shall be responsible for all damage or injury to public or private property of any character, during the execution of the work resulting from any act, omission, neglect, or misconduct in its manner or method of executing the work or at any time due to defective work or materials. The Contractor’s responsibility will not be released until the project has been completed and accepted.

2. If damage is caused by the Contractor, the Contractor shall restore, at no cost to the City of Tucson, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, rebuilding or otherwise restoring as may be directed, or they shall make good such damage or injury in an acceptable manner. Further payments will be withheld until the City of Tucson has inspected the corrected damage or injury and has signed-off the completion and acceptance.

3. The Contractor shall properly guard, protect, and take every reasonable precaution necessary against

damage or injury to all finished or partially finished work due to weathering action by the elements or from any other cause, until the entire portion of their respective contract obligation is completed and accepted by the City of Tucson. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work before final acceptance at no cost to the City of Tucson. Partial payment for any completed portion of work shall not release the Contractor from such responsibility.

Page 11: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 11 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735

INSTRUCTIONS TO OFFERORS

1. DEFINITION OF KEY WORDS USED IN THE SOLICITATION: For purposes of this solicitation and subsequent contract, the following definitions shall apply: City: The City of Tucson, Arizona Contract: The legal agreement executed between the City and the Contractor/Consultant. The Contract shall include this

RFP document incorporated herein by reference, all terms, conditions, specifications, scope of work, Amendments, the Contractor’s offer and negotiated items as accepted by the City.

Contractor/Consultant: The individual, partnership, or corporation who, as a result of the competitive solicitation process, is awarded a contract by the City.

Contract Representative: The City employee or employees who have specifically been designated to act as a contact person or persons to the Contractor, and is responsible for monitoring and overseeing the Contractor's performance under this Contract.

Director of Procurement: The contracting authority for the City, authorized to sign contracts and amendments thereto on behalf of the City.

May: Indicates something that is not mandatory but permissible. Offeror: The individual, partnership, or corporation who submits a proposal in response to a solicitation. Shall, Will, Must: Indicates a mandatory requirement. Failure to meet these mandatory requirements, if they constitute a

substantive requirement, may, at the City’s sole discretion, result in the rejection of a proposal as non-responsive. Should: Indicates something that is recommended but not mandatory. If the Offeror fails to provide recommended

information, the City may, at its sole option, ask the Offeror to provide the information or evaluate the proposal without the information.

2. PRE-PROPOSAL CONFERENCE: If scheduled, the date and time of a Pre-Proposal conference is indicated on the cover

page of this document. Attendance at this conference is not mandatory. Written minutes and/or notes will not be available, therefore attendance is encouraged. If an Offeror is unable to attend the Pre-Proposal Conference questions may be submitted in writing. Offerors are encouraged to submit written questions, via electronic mail or facsimile, at least five days prior to the Request for Proposal due date to the Contract Officer listed above. The purpose of this conference will be to clarify the contents of this Request for Proposal in order to prevent any misunderstanding of the City's position. Any doubt as to the requirements of this Request for Proposal or any apparent omission or discrepancy should be presented to the City at this conference. The City will then determine the appropriate action necessary, if any, and may issue a written amendment to the Request for Proposal. Oral statements or instructions will not constitute an amendment to this Request for Proposal.

3. INQUIRIES: Any question related to the Request for Proposal shall be directed to the Contract Officer whose name appears

above. An offeror shall not contact or ask questions of the department for whom the requirement is being procured. The Contract Officer may require any and all questions be submitted in writing. Offerors are encouraged to submit written questions via electronic mail or facsimile, at least five days prior to the proposal due date. Any correspondence related to a solicitation should refer to the appropriate Request for Proposal number, page and paragraph number. An envelope containing questions should be identified as such, otherwise it may not be opened until after the official proposal due date and time. Oral interpretations or clarifications will be without legal effect. Only questions answered by a formal written amendment to the Request for Proposal will be binding.

4. AMENDMENT OF REQUEST FOR PROPOSAL: The Offeror shall acknowledge receipt of a Request for Proposal

Amendment by signing and returning the document by the specified due date and time. 5. FAMILIARIZATION OF SCOPE OF WORK: Before submitting a proposal, each offeror shall familiarize itself with the Scope

of Work, laws, regulations and other factors affecting contract performance. The Offeror shall be responsible for fully understanding the requirements of the subsequent Contract and otherwise satisfy itself as to the expense and difficulties accompanying the fulfillment of contract requirements. The submission of a proposal will constitute a representation of compliance by the Offeror. There will be no subsequent financial adjustment, other than that provided by the subsequent Contract, for lack of such familiarization.

Page 12: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 12 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735 6. PREPARATION OF PROPOSAL:

A. All proposals shall be on the forms provided in this Request for Proposal package. It is permissible to copy these forms as required. Facsimiles or electronic mail proposals shall not be considered.

B. At a minimum, your proposal should include the signed Offer and Acceptance form, signed copies of any solicitation amendments, completed Price Page and your response to all evaluation criteria.

C. The Offer and Acceptance page shall be signed by a person authorized to submit an offer. An authorized signature on the Offer and Acceptance page, Proposal Amendment(s), or cover letter accompanying the proposal documents shall constitute an irrevocable offer to sell the good and/or service specified herein. Offeror shall submit any additional requested documentation, signifying intent to be bound by the terms of the agreement.

D. The authorized person signing the proposal shall initial erasure, interlineations or other modifications on the proposal. E. In case of error in the extension of prices in the proposal, unit price shall govern when applicable. F. Periods of time, stated as a number of days, shall be in calendar days.

G. It is the responsibility of all offerors to examine the entire Request for Proposal package and seek clarification of any requirement that may not be clear and to check all responses for accuracy before submitting a proposal. Negligence in preparing a proposal confers no right of withdrawal after due date and time.

H. The City shall not reimburse the cost of developing, presenting, submitting or providing any response to this solicitation. I. Offeror must list any subcontractors to be utilized in the performance of the services specified herein. For each

subcontractor, details on respective qualifications must be included. 7. PAYMENT DISCOUNTS: Payment discount periods shall be computed from the date of receipt of the material/service or

correct invoice, whichever is later, to the date City’s payment warrant is mailed. Unless freight and other charges are itemized, any discount provided shall be taken on full amount of invoice. Payment discounts of twenty-one calendar days or more shall be deducted from the proposed price in determining the price points. However, the City shall be entitled to take advantage of any payment discount offered by a vendor provided payment is made within the discount period. The payment discount shall apply to all purchases and to all payment methods.

8. TAXES: The City of Tucson is exempt from federal excise tax, including the federal transportation tax. 9. PROPOSAL/SUBMITTAL FORMAT: An original and 4 copies (5 total) of each proposal should be submitted on the

forms and in the format specified in the RFP. Offerors shall also submit one electronic copy of the proposal on cd, disc or zip disc in MS Office 2003 or .pdf format. Any confidential information shall be submitted on a separate cd, disc or zip disc. The original copy of the proposal should be clearly labeled "Original" and shall be single-sided, three hole punched and in a binder. The material should be in sequence and related to the RFP. The sections of the submittal should be tabbed, clearly identifiable and should include a minimum of the following sections: the completed Offer and Acceptance Form, all signed Amendments, a copy of this RFP document and the Offeror’s response to the Evaluation Criteria including the completed Price Page. Failure to include the requested information may have a negative impact on the evaluation of the offeror's proposal.

10. EXCEPTIONS TO CONTRACT PROVISIONS: A response to any Request for Proposal is an offer to contract with the City

based upon the contract provisions contained in the City’s Request for Proposal, including but not limited to, the specifications, scope of work and any terms and conditions. Offerors who wish to propose modifications to the contract provisions must clearly identify the proposed deviations and any proposed substitute language. The provisions of the Request for Proposal cannot be modified without the express written approval of the Director or his designee. If a proposal or offer is returned with modifications to the contract provisions that are not expressly approved in writing by the Director or his designee, the contract provisions contained in the City’s Request for Proposal shall prevail.

11. PUBLIC RECORD: All proposals submitted in response to this Request for Proposal shall become the property of the City

and shall become a matter of public record available for review subsequent to the award notification. 12. CONFIDENTIAL INFORMATION: The City of Tucson is obligated to abide by all public information laws. If an Offeror

believes that any portion of a proposal, offer, specification, protest or correspondence contains information that should be withheld, a statement advising the Contract Officer of this fact should accompany the submission and the information shall be so identified wherever it appears. The City shall review all requests for confidentiality and may provide a written determination to designate specified documents confidential or the request may be denied. Price is not confidential and will not be withheld. If the confidential request is denied, such information shall be disclosed as public information, unless the offeror submits a formal written objection.

Page 13: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 13 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735 13. CERTIFICATION: By signature on the Offer and Acceptance page, solicitation Amendment(s), or cover letter accompanying

the submittal documents, Offeror certifies: A. The submission of the offer did not involve collusion or other anti-competitive practices. B. The Offeror shall not discriminate against any employee or applicant for employment in violation of Federal or State

law. C. The Offeror has not given, offered to give, nor intends to give at any time hereafter, any economic opportunity, future

employment, gift, loan, gratuity, special discount, trip, favor, meal or service to a public servant in connection with the submitted offer.

D. The Offeror hereby certifies that the individual signing the submittal is an authorized agent for the Offeror and has the authority to bind the Offeror to the Contract.

14. WHERE TO SUBMIT PROPOSALS: In order to be considered, the Offeror must complete and submit its proposal to the

City of Tucson Department of Procurement at the location indicated, prior to or at the exact date and time indicated on the Notice of Request for Proposal page. The Offeror’s proposal shall be submitted in a sealed envelope. The words “SEALED PROPOSAL” with the REQUEST FOR PROPOSAL TITLE, REQUEST FOR PROPOSAL NUMBER, PROPOSAL DUE DATE AND TIME and OFFEROR’S NAME AND ADDRESS shall be written on the envelope.

15. LATE PROPOSALS: Late proposals will be rejected. 16. OFFER AND ACCEPTANCE PERIOD: In order to allow for an adequate evaluation, the City requires an offer in response

to this solicitation to be valid and irrevocable for ninety (90) days after the proposal due date and time. 17. WITHDRAWAL OF PROPOSAL: At any time prior to the specified solicitation due date and time, an offeror may formally

withdraw the proposal by a written letter, facsimile or electronic mail from the Offeror or a designated representative. Telephonic or oral withdrawals shall not be considered.

18. DISCUSSIONS: The City reserves the right to conduct discussions with offerors for the purpose of eliminating minor

irregularities, informalities, or apparent clerical mistakes in the proposal in order to clarify an offer and assure full understanding of, and responsiveness to, solicitation requirements.

19. CONTRACT NEGOTIATIONS: Exclusive or concurrent negotiations may be conducted with responsible offeror(s) for the

purpose of altering or otherwise changing the conditions, terms and price of the proposed contract unless prohibited. Offerors shall be accorded fair and equal treatment in conducting negotiations and there shall be no disclosure of any information derived from proposals submitted by competing offerors. Exclusive or concurrent negotiations shall not constitute a contract award nor shall it confer any property rights to the successful offeror. In the event the City deems that negotiations are not progressing, the City may formally terminate these negotiations and may enter into subsequent concurrent or exclusive negotiations with the next most qualified firm(s).

20. VENDOR APPLICATION: Prior to the award of a Contract, the successful offeror shall register with the City’s Department of

Procurement. Registration can be completed at http://www.tucsonprocurement.com/ by clicking on Vendor Services. Please note that email notifications of newly published solicitations and amendments will be provided to those vendors that select email as their preferred delivery method in their vendor record.

21. CITY OF TUCSON BUSINESS LICENSE: It is the responsibility of the Contractor to have a City of Tucson Business

License throughout the life of this contract or a written determination from the City's Business License Section that a license is not required. At any time during the contract, the City may request the Contractor to provide a valid copy of the business license or a written determination that a business license is not required. Application for a City Business License can be completed at http://www.tucsonaz.gov/etax. For questions contact the City's Business License Section at (520) 791-4566 or email at [email protected].

22. UPON NOTICE OF INTENT TO AWARD: The apparent successful offeror shall sign and file with the City, within five (5)

days after Notice of Intent to Award, all documents necessary to the successful execution of the Contract.

Page 14: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 14 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735 22. AWARD OF CONTRACT: Notwithstanding any other provision of the Request for Proposal, the City reserves the right to: (1) waive any immaterial defect or informality; or (2) reject any or all proposals, or portions thereof; or (3) reissue the Request for Proposal. A response to this Request for Proposal is an offer to contract with the City based upon the terms, conditions and Scope of

Work contained in the City's Request for Proposal. Proposals do not become contracts unless and until they are executed by the City's Director of Procurement and the City Attorney. A contract has its inception in the award, eliminating a formal signing of a separate contract. All of the terms and conditions of the contract are contained in the Request for Proposal, unless any of the terms and conditions are modified by a Request for Proposal amendment, a Contract Amendment, or by mutually agreed terms and conditions in the Contract documents.

23. PROPOSAL RESULTS: The name(s) of the successful offeror(s) will be posted on the Procurement Department’s Internet

site at http://www.tucsonprocurement.com/ upon issuance of a Notice of Intent to Award or upon final contract execution. 24. PROTESTS: A protest shall be in writing and shall be filed with the Director of Procurement. A protest of a Request for

Proposal shall be received at the Department of Procurement not less than five (5) working days before the Request for Proposal due date. A protest of a proposed award or of an award shall be filed within ten (10) days after issuance of notification of award or issuance of a notice of intent to award, as applicable. A protest shall include:

A. The name, address, and telephone number of the protestant; B. The signature of the protestant or its representative; C. Identification of the Request for Proposal or Contract number; D. A detailed statement of the legal and factual grounds of protest including copies of relevant documents; and E. The form of relief requested.

Page 15: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 15 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735

PROPOSAL EVALUATION REQUIREMENTS

I. PROPOSAL EVALUATION CRITERIA – (listed in relative order of importance)

A. Method of Approach

B. Qualifications & Experience

C. Price Proposal

II. REQUIREMENTS SPECIFIC TO EVALUATION CRITERIA: The narrative portion and the materials presented in response to this Request for Proposal should be submitted in the same order as requested and must contain, at a minimum, the following:

A. Method of Approach

1. Offeror shall prepare a detailed Method of Approach to the Scope of Work, which indicates the service

proposed to be performed by the Offeror. This section should confirm Offeror’s understanding of this RFP. Offeror should clearly outline the recommended approach of the organization in meeting the responsibilities that the City has outlined. The method and approach for each service should be addressed in a manner that reflects understanding and commitment to providing services as needed in a professional and timely manner.

2. Offeror should clearly distinguish tasks that Offeror will undertake as distinguished from those which are

the responsibility of the City. Absence of this distinction shall mean Offeror is fully assuming responsibility for all tasks. The proposal must address in depth how Offeror plans to meet the requirements of each of the services and activities outlined in the Scope of Work of this RFP. Offeror must explain how their administrative process will ensure that appropriate levels of attention are given and that work is properly performed.

3. Offeror shall provide a brief description of the firm’s philosophy. In particular, describe the manner in which

you plan to provide service and effectively manage the City’s contract. Include an organizational chart that identifies key project personnel by name and title. Include all personnel that will be working directly to provide support and services on this contract.

4. Offeror shall submit copies of all their Contractor Licenses, to include license numbers, classifications, and

expiration dates and any complaints filed against your company with the Arizona Registrar of Contractors or similar local or county licensing agency.

5. Describe special licenses, unique knowledge, equipment, or techniques beneficial to projects that your firm

will contribute.

6. Offeror shall provide a complete list of all the anticipated subcontractors that the Offeror intends to use to complete the work covered under the scope of this contract. If no subcontractors are to be utilized then it must be noted.

7. Provide a detailed description of your method of self-checking and tracking system.

8. Provide a detailed description of your typical preventative maintenance program and how this would impact

your staffing (key personnel) for the current and anticipated workload.

9. Describe your quality assurance tools, resources, and procedures used by your firm in providing services under this contract including tracking problem areas and in monitoring quality of service. The description should demonstrate the firm’s ability to provide a high quality work product in a timely manner within the budget allocated.

10. Offeror shall also provide a list of programs that are available from their firm and brief description of the

programs. Programs listed can be items such as security equipment training, direct technical support, site security analysis, functional product demonstrations, etc.

11. Describe how you will comply with Section XII, Invoicing. Include sample of invoices showing the

information they will contain.

Page 16: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 16 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735

12. Provide a detailed description of how billing will be processed, including documentation denoting payment received.

13. Provide a detailed description of how billing issues will be resolved, including escalation process.

14. If the Offeror does not have an established business in the Tucson Metropolitan area provide a

detailed description of how you will be able to meet the service requirements and response times required in the scope of work.

B. Qualifications & Experience

The Offeror shall provide a narrative detailing the qualifications and experience of the company including the following: 1. A brief history of the firm to include:

Number of years in business Main type of business Locations Number of employees Key point of contact with contact information:

o Name o Title o Phone Number o Email Address

2. Resumes and/or biographies for all key personnel, including supervisors, who will be assigned to this

contract showing documented expertise in the installation, programming and system trouble shooting with Lenel Onguard Enterprise level security systems and meet the experience levels as detailed in this RFP.

3. Offeror shall detail experience in furnishing and installing access control systems and all related

security equipment. Offeror must provide details as to their experience in installing, servicing and maintaining Lenel Onguard and Enterprise system installations.

4. Offeror shall provide a list of specific qualifications and resources the Offeror has in supplying the

services listed in this proposal, including any professional designations and affiliations, certifications or licenses, etc.

5. List and provide documentation of all contractors’ licenses held by Contractor and critical sub-

contractors.

6. Offeror must identify contract support staff members and submit resumes detailing their respective qualifications. Proposal should include information on levels of training received by each staff member and detailed descriptions of their involvement with projects of similar or identical scopes.

7. Proposal must include detail on the criteria utilized for contract staff selection and list process for

screening of prospective personnel and subcontractors.

8. Provide a detailed description of the Offeror’s employee testing and training program.

9. Offeror shall submit a list of at least five (5) references from past clientele for work performed that is similar in size and scope. Information should include a name, address, phone number and a classification and description of services received.

10. Offeror is to provide details if they have or do not have the ability to provide 24/7 third party security

alarm system monitoring, include rates and service repair costs.

11. Has your company either presently or in the past been involved in ay litigation, bankruptcy or reorganization?

Page 17: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 17 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735

C. Price Proposal

1. Provide price proposal as requested on the Price Pages attached herein.

III. GENERAL A. Shortlist:

The City reserves the right to shortlist the offerors on all of the stated criteria. However, the City may determine that shortlisting is not necessary.

B. Interviews: The City reserves the right to conduct interviews with some or all of the offerors at any point during the

evaluation process. However, the City may determine that interviews are not necessary. In the event interviews are conducted, information provided during the interview process shall be taken into consideration when evaluating the stated criteria. The City shall not reimburse the offeror for the costs associated with the interview process.

C. Additional Investigations:

The City reserves the right to make such additional investigations as it deems necessary to establish the competence and financial stability of any offeror submitting a proposal.

D. Prior Experience: Experiences with the City and entities that evaluation committee members represent and that are not specifically

mentioned in the solicitation response may be taken into consideration when evaluating offers. E. Multiple Awards:

To provide adequate contract coverage, at the City’s sole discretion, multiple awards may be made.

Page 18: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 18 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735

SPECIAL TERMS AND CONDITIONS

1. COOPERATIVE PURCHASING: Any Contract resulting from this solicitation shall be for the use of the City of Tucson. In addition, public and nonprofit agencies that have entered into a Cooperative Purchasing Agreement with the City of Tucson's Department of Procurement are eligible to participate in any subsequent Contract. See http://www.tucsonprocurement.com/coop_partners.aspx and click on Cooperatives for a list of the public and nonprofit agencies that have currently entered into Cooperative Purchasing Agreements with the City of Tucson. Additionally, this contract is eligible for use by the Strategic Alliance for Volume Expenditures (SAVE) cooperative. See http://www.maricopa.gov/Materials/PubDocuments/SAVE-members.pdf for a listing of participating agencies. The parties agree that these lists are subject to change.

Any orders placed to, or services required from, the successful Contractor(s) will be requested by each participating agency. Payment for purchases made under this agreement will be the sole responsibility of each participating agency. The Contractor may negotiate additional expenses incurred as a result of participating agencies’ usage of this contract (i.e., freight charges, travel related expenses, etc.). The City shall not be responsible for any disputes arising out of transactions made by others. The Contractor(s) will provide an electronic copy of the complete Contract to the City of Tucson Department of Procurement upon receipt of the Notice of Intent to Award. At the City's request, the successful Contractor(s) may also be requested to provide an electronic copy of the complete Contract to a participating agency.

2. INSURANCE: The Contractor agrees to:

A. Obtain insurance coverage of the types and amount required in this section and keep such insurance coverage in force throughout the life of this Contract. All policies will contain an endorsement providing that written notice be given to the City at least ten (10) calendar days prior to termination, cancellation, or reduction in coverage in any policy.

B. The Comprehensive General Liability Insurance and Comprehensive Automobile Liability Insurance policies

will include the City as an additional insured with respect to liability arising out of the performance of this Contract. The Contractor agrees that the insurance hereunder will be primary and that any insurance carried by the City will be excess and not contributing.

C. Provide and maintain minimum insurance limits as applicable. Coverage Afforded Limits of Liability Workmen’s Compensation Statute Employer’s Liability $100,000 Comprehensive General $1,000,000 Bodily Injury Liability Insurance Combined Single Limit

Including: $100,000 Property Damage (1) Products & Completed Operations (2) Blanket Contractual

Comprehensive Automobile $1,000,000 Bodily Injury Liability Insurance Combined Single Limit

Including: $100,000 Property Damage (1) Non-Owned (2) Leased (3) Hired Vehicles Contractor will present to the City written evidence (Certifications of Insurance) of compliance with Items A., B and C. above. Said evidence shall be to the City Procurement Director’s satisfaction.

Page 19: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 19 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735

INSURANCE: The City requires a complete and valid Certificate of Insurance prior to the commencement of any service or activity specified in this solicitation. The City will notify the successful Contractor of the intent to issue a Contract award. The successful Contractor must at that time submit an original copy of the Certificate of Insurance, for public liability insurance of $1,000,000 (combined single limit) for bodily injuries, and $100,000 for property damage. CERTIFICATE SHALL SHOW THE CITY OF TUCSON AS AN ADDITIONAL INSURED. The coverages shall be maintained in full force and effect during the term of the Contract and shall not serve to limit any liabilities or any other Contractor obligations.

3. KEY PERSONNEL: It is essential that the Contractor provide adequate experienced personnel, capable of and

devoted to the successful accomplishment of work to be performed under this Contract. The Contractor must agree to assign specific individuals to the key positions.

The Contractor agrees that, once assigned to work under this Contract, key personnel shall not be removed or replaced without written notice to and subsequent concurrence by the City.

If key personnel are not available for work under this Contract for a continuous period exceeding thirty calendar days, or are expected to devote substantially less effort to the work than initially anticipated, the Contractor shall immediately notify the City, and shall, subject to the concurrence of the City, replace such personnel with personnel of substantially equal ability and qualifications.

4. PRICE ADJUSTMENT: The City will review fully documented requests for price adjustment after any Contract has been in effect for one (1) year. Any price adjustment will only be made at the time of Contract renewal and/or extension and will be a factor in the extension review process. The City will determine whether the requested price adjustment or an alternate option, is in the best interest of the City. Any price adjustment will be effective upon the effective date of the Contract extension.

5. TERM AND RENEWAL: The term of the Contract shall commence upon award and shall remain in effect for a period of one (1) year, unless terminated, canceled or extended as otherwise provided herein. The Contractor agrees that the City of Tucson shall have the right, at its sole option, to renew the Contract for four (4) additional one-year periods or portions thereof. In the event that the City exercises such rights, all terms, conditions and provisions of the original Contract shall remain the same and apply during the renewal period with the possible exception of price and minor scope additions and/or deletions.

Page 20: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 20 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735

STANDARD TERMS AND CONDITIONS

1. ADVERTISING: Contractor shall not advertise or publish information concerning this Contract without prior written consent of the City’s Director of Procurement.

2. AMERICANS WITH DISABILITIES ACT: The Contractor shall comply with all applicable provisions of the Americans with

Disabilities Act (Public Law 101-336, 42 U.S.C. 12101, et seq.) and applicable Federal regulations under the Act. 3. APPLICABLE LAW: This Contract shall be governed, and the City and Contractor shall have all remedies afforded to each,

by the Tucson Procurement Code and the law of the State of Arizona. State law claims shall be brought only in Pima County Superior Court.

4. ASSIGNMENT-DELEGATION: No right or interest in this Contract shall be assigned by the Contractor without prior written

permission of the City, and no delegation of any duty of the Contractor shall be made without prior written permission of the City's Director of Procurement. The City shall not unreasonably withhold approval and shall notify the Contractor of the City's position by written notice.

5. CERTIFICATION OF COMPLIANCE WITH A.R.S. SEC. 35-393 ET SEQ.: By signing this contract, the Contractor certifies

that it does not have scrutinized business operations in Iran as required by A.R.S. sec. 35-393 et seq. If the City determines that the Contractor has submitted a false certification, the City may impose remedies as provided in the Tucson Procurement Code up to and including termination of this contract.

6. CHILD/SWEAT-FREE LABOR POLICY: The Contractor shall comply with all applicable provisions of the United States

Federal and State Child Labor and Worker's Right laws and agrees if called upon to affirm in writing, that they, and any subcontractor involved in the provision of goods to the City, are in compliance.

7. CLEAN UP: The Contractor shall at all times keep the contract area, including storage areas used by the Contractor, free

from accumulation of waste material or rubbish and, prior to completion of the work, remove any rubbish from the premises and all tools, scaffolding, equipment and materials not property of the City. Upon completion of the repair, the Contractor shall leave the work and premises in clean, neat and workmanlike condition.

8. COMMENCEMENT OF WORK: The Contractor is cautioned not to commence any billable work or provide any material or

service under this Contract until Contractor receives purchase order or is otherwise directed to do so, in writing, by the City. 9. CONFIDENTIALITY OF RECORDS: The Contractor shall establish and maintain procedures and controls that are

acceptable to the City for the purpose of assuring that no information contained in its records or obtained from the City or from others in carrying out its functions under the Contract shall be used by or disclosed by it, its agents, officers, or employees, except as required to efficiently perform duties under the Contract. Persons requesting such information should be referred to the City. Information pertaining to individual persons shall not be divulged other than to employees or officers of Contractor as needed for the performance of duties under the Contract, unless otherwise agreed to in writing by the City.

10. CONTRACT AMENDMENTS: The Procurement Department has the sole authority to:

A. Amend the contract or enter into supplemental verbal or written agreements; B. Grant time extensions or contract renewals; C. Otherwise modify the scope or terms and provisions of the contract.

This Contract shall only be modified with the approval of the Department of Procurement. Except in the case of a documented emergency, approval must be granted prior to performance. Any contract modification not explicitly approved by the Procurement Department through a written contract amendment or change order is performed at the sole risk of the Contractor and may not be eligible for payment by the City.

11. CONTRACT: The Contract shall be based upon the Request for Proposal issued by the City and the Offer submitted by the

Contractor in response to the Request for Proposal. The offer shall substantially conform to the terms, conditions, specifications and other requirements set forth within the text of the Request for Proposal. The City reserves the right to clarify any contractual terms with the concurrence of the Contractor; however, any substantial non-conformity in the offer, as determined by the City's Director of Procurement, shall be deemed non-responsive and the offer rejected. The Contract shall contain the entire agreement between the City of Tucson and the Contractor relating to this requirement and shall prevail over any and all previous agreements, contracts, proposals, negotiations, purchase orders, or master agreements in any form.

Page 21: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 21 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735 12. DEFAULT IN ONE INSTALLMENT TO CONSTITUTE TOTAL BREACH: Contractor shall deliver conforming materials in

each installment or lot of this Contract and may not substitute nonconforming materials. Delivery of nonconforming materials, or default of any nature, may constitute breach of the Contract. Noncompliance may be deemed a cause for possible Contract termination.

13. DUPLEXED/RECYCLED PAPER: In accordance with efficient resource procurement and utilization policies adopted by the

City of Tucson, the Contractor shall ensure that, whenever practicable, all printed materials produced by the Contractor in the performance of this Contract are duplexed (two-sided copies), printed on recycled paper and labeled as such.

14. EXCLUSIVE POSSESSION: All services, information, computer program elements, reports and other deliverables created

under this Contract are the sole property of the City of Tucson and shall not be used or released by the Contractor or any other person except with prior written permission by the City.

15. FEDERAL IMMIGRATION LAWS AND REGULATIONS: Contractor warrants that it complies with all Federal Immigration

laws and regulations that relate to its employees and complies with A.R.S. § 23-214(A) and that it requires the same compliance of all subcontractors under this Contract. Contractor acknowledges that pursuant to A.R.S. § 41-4401 and effective September 30, 2008, a breach of this warranty is a material breach of this Contract subject to penalties up to and including termination of this Contract. The City retains the legal right to audit the records of the Contractor and inspect the papers of any employee who works for the Contractor to ensure compliance with this warranty and the Contractor shall assist in any such audit. The Contractor shall include the requirements of this paragraph in each contract with subcontractors under this Contract.

If the Contractor or subcontractor warrants that it has complied with the employment verification provisions prescribed by sections 274(a) and 274(b) of the Federal Immigration and Nationality Act and the E-verify requirements prescribed by A.R.S. § 23-214(A), the Contractor or subcontractor shall be deemed to be in compliance with this provision. The City may request proof of such compliance at any time during the term of this Contract by the Contractor and any subcontractor.

16. FORCE MAJEURE: Except for payment of sums due, neither party shall be liable to the other nor deemed in default under

this Contract if and to the extent that such party's performance of this Contract is prevented by reason of Force Majeure. The term "Force Majeure" means an occurrence that is beyond the control of the party affected and occurs without its fault or negligence. Force Majeure shall not include late performance by a subcontractor unless the delay arises out of a Force Majeure occurrence in accordance with this Force Majeure term and condition.

If either party is delayed at any time in the progress of the work by Force Majeure, the delayed party shall notify the other

party in writing of such delay, as soon as is practical, of the commencement thereof and shall specify the causes of such delay in such notice. Such notice shall be hand-delivered or mailed certified-return receipt and shall make a specific reference to this article, thereby invoking its provisions. The delayed party shall cause such delay to cease as soon as practicable and shall notify the other party in writing when it has done so. The time of completion shall be extended by contract modification for a period of time equal to the time that results or effects of such delay prevent the delayed party from performing in accordance with this Contract.

17. GRATUITIES: The City may, by written notice to the Contractor, terminate this Contract if it is found that gratuities, in the

form of entertainment, gifts, meals or otherwise, were offered or given by the Contractor or any agent or representative of the Contractor, to any officer or employee of the City amending, or the making of any determinations with respect to the performing of such Contract. In the event this Contract is terminated by the City pursuant to this provision, the City shall be entitled, in addition to any other rights and remedies, to recover or withhold from the Contractor the amount of the gratuity.

18. HUMAN RELATIONS: Contractor shall abide by the provisions of the Tucson City Code Chapter 28, Article XII. 19. INDEMNIFICATION: To the fullest extent permitted by law, Contractor, its successors, assigns and guarantors, shall pay,

defend, indemnify and hold harmless the City of Tucson, its agents, representatives, officers, directors, officials and employees from and against all allegations, demands, proceedings, suits, actions, claims, including claims of patent or copyright infringement, damages, losses, expenses, including but not limited to, attorney fees, court costs, and the cost of appellate proceedings, and all claim adjusting and handling expense, related to, arising from or out of or resulting from any actions, acts, errors, mistakes or omissions caused in whole or part by Contractor relating to work, services and/or products provided in the performance of this Contract, including but not limited to, any Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable and any injury or damages claimed by any of Contractor’s and Subcontractor’s employees.

20. INDEPENDENT CONTRACTOR: It is understood that each party shall act in its individual capacity and not as an agent,

employee, partner, joint venturer, or associate of the other. An employee or agent of one party shall not be deemed or construed to be the employee or agent of the other party for any purpose.

Page 22: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 22 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735 The Contractor shall not be entitled to compensation in the form of salaries, paid vacation or sick days by the City. The City of Tucson will not provide any insurance coverage to the Contractor, including Worker's Compensation coverage.

The Contractor is advised that taxes, social security payments, and other withholdings shall not be withheld from a City payment issued under this Contract and that Contractor should make arrangements to directly pay such expenses.

21. INSPECTION AND ACCEPTANCE: All material or service is subject to final inspection and acceptance by the City. Material

or service failing to conform to the specifications of this Contract shall be held at the Contractor's risk and may be returned to the Contractor. If returned, all costs are the responsibility of the Contractor. Noncompliance may be deemed a cause for possible Contract termination.

22. INTERPRETATION-PAROLE EVIDENCE: This Contract is intended by the parties to be a final expression of their

agreement and is intended also as a complete and exclusive statement of the terms of this agreement. No course of prior dealings between the parties and no usage of the trade shall be relevant to supplement or explain any term used in the Contract. Acceptance or consent in the course of performance under this Contract shall not be relevant to determine the meaning of this Contract even though the accepting or consenting party has knowledge of the nature of the performance and the opportunity to object.

23. LICENSES: Contractor shall maintain in current status all Federal, State, and local licenses and permits required for the

operation of the business conducted by the Contractor as applicable to this Contract. 24. LIENS: All materials, services, and other deliverables supplied to the City under this Contract shall be free of all liens other

than the security interest. Security interest shall extinguish upon full payment made by the City. Upon the City’s request, the Contractor shall provide a formal release of all liens.

25. NO REPLACEMENT OF DEFECTIVE TENDER: Every tender of materials must fully comply with all provisions of this

Contract. If a tender is made which does not fully comply, this shall conform to the termination clause set forth within this document.

26. NON-EXCLUSIVE CONTRACT: Any contract resulting from this solicitation shall be awarded with the understanding and

agreement that it is for the sole convenience of the City of Tucson. The City reserves the right to obtain like goods or services from another source when necessary.

27. OVERCHARGES BY ANTITRUST VIOLATIONS: The City maintains that, in actual practice, overcharges resulting from

antitrust violations are borne by the purchaser. Therefore, to the extent permitted by law, the Contractor hereby assigns to the City any and all claims for such overcharges as to the materials or services used to fulfill the Contract.

28. PAYMENT: The City’s preferred method of payment is via credit card. The City will issue a Purchase Order and, in some

cases, either provide a credit card for payment at the time of ordering or pay subsequent invoices by credit card upon receipt of goods or services in good order. However, not all City employees will possess a credit card and, therefore, the City reserves the right to make payment by check as it deems necessary.

Unless payment is made by credit card at time of order or point of sale, a separate invoice shall be issued for each shipment of material or service performed, and no payment shall be issued prior to receipt of material or service and correct invoice.

The City shall make every effort to process payment for the purchase of materials or services within twenty-one (21) calendar days after receipt of materials or services and a correct invoice.

The Contractor's payment terms shall apply to all purchases and to all payment methods.

29. PROTECTION OF GOVERNMENT PROPERTY: The Contractor shall use reasonable care to avoid damaging existing

buildings, equipment, and vegetation (such as trees, shrubs, and grass) on City property. If the Contractor fails to do so and damages such property, the Contractor shall replace or repair the damage at no expense to the City, as determined and approved by the City’s Director of Procurement. If the Contractor fails or refuses to make such repair or replacement, the City will determine a cost and the Contractor shall be liable for the cost thereof, which may be deducted from the Contract price.

30. PROVISIONS REQUIRED BY LAW: Each and every provision of law and any clause required by law to be in the Contract

shall be read and enforced as though it were included herein, and if through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of either party the Contract shall be amended to make such insertion or correction.

Page 23: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 23 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735 31. RECORDS: Internal control over all financial transactions related to this Contract shall be in accordance with sound fiscal

policies. The City may, at reasonable times and places, audit the books and records of the Contractor and/or any subcontractors. Said audit shall be limited to this Contract.

32. RIGHT TO ASSURANCE: Whenever one party to this Contract has reason to question, in good faith, the other party's intent

to perform, the former party may demand that the other party give a written assurance of this intent to perform. In the event that a demand is made and no written assurance is given within five (5) days, the demanding party may treat this failure as the other party’s intent not to perform and as a cause for possible Contract termination.

33. RIGHT TO INSPECT: The City may, at reasonable times, and at the City's expense, inspect the place of business of a

Contractor or subcontractor which is related to the performance of any Contract as awarded or to be awarded. 34. RIGHTS AND REMEDIES: No provision in this document or in the Contractor's proposal shall be construed, expressly or by

implication, as a waiver by either party of any existing or future right and/or remedy available by law in the event of any claim, default or breach of contract. The failure of either party to insist upon the strict performance of any term or condition of the Contract, to exercise or delay the exercise of any right or remedy provided in the Contract or by law, or to accept materials or services required by this Contract or by law shall not be deemed a waiver of any right of either party to insist upon the strict performance of the Contract.

35. SEVERABILITY: The provisions of this Contract are severable to the extent that any provision or application held to be

invalid shall not affect any other provision or application of the Contract which may remain in effect without the valid provision or application.

36. SHIPMENT UNDER RESERVATION PROHIBITED: No tender of a bill of lading shall operate as a tender of the materials.

Non-compliance shall conform to the termination clause set forth within this document. 37. SUBCONTRACTS: No subcontract shall be entered into by the Contractor with any other party to furnish any of the

material/service specified herein without the advance written approval of the City's Director of Procurement. All subcontracts shall comply with Federal and State laws and regulations which are applicable to the services covered by the subcontract and shall include all the terms and conditions set forth herein which shall apply with equal force to the subcontract, as if the subcontractor were the Contractor referred to herein. The Contractor is responsible for contract performance whether or not subcontractors are used.

38. SUBSEQUENT EMPLOYMENT: The City may terminate this Contract without penalty or further obligation pursuant to

A.R.S. Section 38-511 if any person significantly involved in initiating, negotiating, securing, drafting, or creating the Contract, on behalf of the City, is or becomes, at any time while the Contract or any extension of the Contract is in effect, an employee of, or a contractor to, any other party to this Contract with respect to the subject matter of the Contract. Termination shall be effective when written notice from the City's Director of Procurement is received by the parties to this Contract, unless the notice specifies a later time.

39. TERMINATION OF CONTRACT: This Contract may be terminated at any time by mutual written consent, or by the City,

with or without cause, upon giving thirty (30) days written notice. The City, at its convenience, by written notice, may terminate this Contract, in whole or in part. If this Contract is terminated, the City shall be liable only for payment under the payment provisions of this Contract for services rendered and accepted material received by the City before the effective date of termination.

The City reserves the right to terminate the whole or any part of this Contract due to the failure of the Contractor to carry out

any term or condition of the Contract. The City will issue a written ten (10) day notice of default to the Contractor for acting or failing to act as specified in any of the following:

In the opinion of the City, the Contractor provides personnel that do not meet the requirements of the Contract; In the opinion of the City, the Contractor fails to perform adequately the stipulations, conditions or services/specifications

required in this Contract; In the opinion of the City, the Contractor attempts to impose personnel, materials, products or workmanship of an

unacceptable quality; The Contractor fails to furnish the required service and/or product within the time stipulated in the Contract; In the opinion of the City, the Contractor fails to make progress in the performance of the requirements of the Contract;

Page 24: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 24 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735 The Contractor gives the City a positive indication that the Contractor will not or cannot perform to the requirements of the

Contract. Each payment obligation of the City created by this Contract is conditioned upon the availability of City, State and Federal

funds that are appropriated or allocated for the payment of such an obligation. If funds are not allocated by the City and available for the continued purchase of the services and/or materials provided under this Contract, this Contract may be terminated by the City at the end of the period for which funds are available. The City will endeavor to notify the Contractor in the event that continued service will or may be affected by non-appropriation. No penalty shall accrue to the City in the event this provision is exercised, and the City shall not be obligated or liable for any future payments due or for any damages as a result of termination under this paragraph.

40. TITLE AND RISK OF LOSS: The title and risk of loss of material or service shall not pass to the City until the City actually

receives the material or service at the point of delivery, unless otherwise provided within this Contract. 41. WARRANTIES: Contractor warrants that all material or service delivered under this Contract shall conform to the

specifications of this Contract. Mere receipt of shipment of the material or service specified and any inspection incidental thereto by the City shall not alter or affect the obligations of the Contractor or the rights of the City under the foregoing warranties. Additional warranty requirements may be set forth in this document.

Page 25: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 25 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735

PRICE PAGE FORM A

QUOTATION –LABOR RATES

Price quoted shall be all inclusive and include all applicable invoice charges (excluding sales Tax) for the service being requested.

ITEM QUOTED COST

Hourly Rate for Project Management $ PER HOUR

Hourly Rate for Standard Installation and testing $ PER HOUR

Hourly Rate for non-warranty service DURING normal working hours 7:00 a.m. thru 4:30 p.m., Monday thru Friday

$ PER HOUR

Hourly Rate for non-warranty service AFTER normal working hours

$ PER HOUR

Other Hourly Rates supplied as an attachment YES

NO

Page 26: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 26 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735

PRICE PAGE FORM B

Security Access Control Equipment

Manufacturer Discounts

The Offeror MUST supply a discount percentage offered from the most current published manufacturer’s list price on all equipment from the requested manufacturer’s listed below. The discount will be the same and will apply to all equipment from the manufacturer: no variation of discount from part to part will be accepted. If the Offeror has other product manufacturers not listed below, attach an additional pricing page denoting a percentage off the product list price.

MANUFACTURER QUOTED DISCOUNT

RATE

MANUFACTURER QUOTED DISCOUNT

RATE Aiphone % Powerware

Off List Price Off List Price Alarm Controls Corporation

Protection Technologies Incorporated

Off List Price Off List Price

Altronix Corporation Securitron Magnalock Corporation

Off List Price Off List Price

American Dynamics Security Door Controls Off List Price Off List Price

Axis Communications Sentrol, Inc. Off List Price Off List Price

Bosch Silent Witness

Off List Price Off List Price

FireTide Wireless SmartWAVE Technologies Off List Price Off List Price

HID Southwest Microwave Off List Price Off List Price

Inovonics Powerware

Off List Price Off List Price

Lenel Stanley Off List Price Off List Price

March Networks Talley

Off List Price Off List Price

Mid Atlantic United security Products

Off List Price Off List Price

Pelco Visonic

Off List Price Off List Price

Other Vendor Pricing is supplied as an attachment YES NO

Page 27: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 27 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735

PRICE PAGE FORM C

Cable Pricing

Prices quoted shall be all inclusive and include all applicable invoice charges (excluding sales tax) for the service being requested.

ITEM QUOTED COST

16/2C Overall Shielded Plenum $

Per Foot

18/2C Overall Shielded Plenum $

Per Foot

22/6C Overall Shielded Plenum $

Per Foot

22/2C Overall Shielded Plenum $

Per Foot

22-2PR Stranded Shielded Plenum $

Per Foot

16/2C Overall Shielded PVC $

Per Foot

18/2C Overall Shielded PVC $

Per Foot

22/6C Overall Shielded PVC $

Per Foot

22/2C Overall Shielded PVC $

Per Foot

22-2PR Stranded Shielded PVC $

Per Foot

Cat. 5, Plenum Cable 8C $

Per Foot

RG59 U Coax Plenum $

Per Foot

RG59 U Coax PVC $

Per Foot

RG6 Coax PVC $

Per Foot

Other Cable Pricing is supplied as an attachment YES NO

Page 28: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 28 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735

PRICE PAGE FORM D

Installed Conduit Pricing

Pricing quoted shall be per fifty feet (50’) of installed conduit type. This shall be an all inclusive price to include any connectors, elbows, clamps, pull boxes, etc. Any lengths less than fifty feet (50) will be billed at the fifty (50) foot rate. All other rates will be billed to the closest fifty feet (50) rate. (i.e. 75’will be billed at the 50’ rate 76’ will be billed at twice the 50’ rate).

Item Quoted Cost

EMT – ½” Wall /surface mounted PER 50 FOOT

$

EMT – ¾” Wall /surface mounted PER 50 FOOT

$

EMT – 1” Wall /surface mounted PER 50 FOOT

$

Other Installed Conduit Pricing is supplied as an attachment

YES NO

Page 29: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 29 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735

PRICE PAGE FORM E

Software Licensing

Pricing for Annual software applications, upgrades patches.

Item Quoted Cost Annual Lenel licensing to include software upgrades

$

Annual Intelligent Video Solutions

$

SQL upgrades

$

Other Installed patches and related software support is supplied as an attachment

YES NO

Page 30: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 30 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735

PRICE PAGE FORM F

Service Contract

Price quoted shall be all inclusive and include all applicable invoice charges (excluding sales Tax) for the service being requested. Rates quoted are for Quarterly/Semi Annual maintenance and functional testing of existing security installations. Rental of specialized equipment such a Arial lifts will be at the prevailing local market rate based upon City approval.

ITEM QUOTED COST

Functional alarm and video system testing from control or monitoring station $ Per Hour

Maintenance to include visual equipment inspections and cleaning of security installations $ Per Hour

$

City dedicated Service Technician for daily service and repair $ Annual

Other Hourly Rates supplied as an attachment YES

NO

1. As stated in the Instructions to Offerors, 7. Discounts, the price(s) herein can be discounted by _______%, if payment is made within ______ days. These payment terms shall apply to all purchases and to all payment methods.

2. Will payment be accepted via commercial credit card? ______Yes ______No a. If yes, can commercial payment(s) be made online? _____Yes _____No b. Will a third party be processing the commercial credit card payment(s)? ___Yes ____No c. If yes, indicate the flat fee per transaction $___________ (as allowable, per Section 5.2.E of Visa

Operating Regulations). d. If “no” to above, will consideration be given to accept the card? ______Yes _______No

4. Does your firm have a City of Tucson Business License? ______Yes ______No If yes, please provide a copy of your City of Tucson Business license.

Page 31: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 120550 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 31 OF 31 [email protected] SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPB PH: (520) 837-4126 / FAX: (520) 791-4735

OFFER AND ACCEPTANCE

OFFER TO THE CITY OF TUCSON: The Undersigned hereby offers and shall furnish the material or service in compliance with all terms, scope of work, conditions, specifications, and amendments in the Request for Proposal which is incorporated by reference as if fully set forth herein. For clarification of this offer, contact: Name: Company Name Title: Address Phone: City State Zip Fax: Signature of Person Authorized to Sign E-mail: _________________________________ Printed Name Title

ACCEPTANCE OF OFFER

The Offer is hereby accepted. The Contractor is now bound to sell the materials or services specified in the Contract. This Contract

shall be referred to as Contract No. 120550 - . CITY OF TUCSON, a municipal corporation Approved as to form this _____ day of , 2013. Awarded this day of , 2013. As Tucson City Attorney and not personally Marcheta Gillespie, C.P.M., CPPO, CPPB, CPM As Interim Director of Procurement and not personally

Page 32: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

ATTACHMENT I

City of Tucson Regional Communications and Networking Standards

Page 33: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

DEPARTMENT OF INFORMATION TECHNOLOGY COMMUNICATIONS ENGINEERING

City of Tucson Regional Communications and

Networking Standards

CITY OF TUCSON PROPRIETARY STANDARDS FOR ALL NEW AND EXISTING

CITY FACILITIES

STANDARDS SECTIONS 1-7 STANDARDS SECTION 17000 STANDARDS SECTION 975

RELEASE DATE: NOVEMBER 2011

Page 34: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 2 OF 44

TABLE OF CONTENTS SECTION 1 – PURPOSE………………………………………………………………………….. 3 SECTION 2 – DEFINITIONS……………………………………………………………………... 4 SECTION 3 – COT ARCHITECTURE AND ENGINEERING CONSULTANT PROJECT

DESIGN AND CONSTRUCTION RQUIREMENTS……………………………...………........ 5

SECTION 4 – COT ARCHITECTURE & ENGINEERING DIVISION ARCHITECT PROJECT DESIGN AND CONSTRUCTION REQUIREMENTS…………………………………………

7

SECTION 5 – COT DEPARTMENT OF TRANSPIRTATION CONSULTANT DESIGN AND CONSTRUCTION EQUIREMENTS………………………………...………………………….

9

SECTION 6 – COT DEPARTMENT OF TRANSPORTATION ENGINEER/PROJECT COORDINATORS PROJECT DESIGN AND CONSTRUCTION EQUIREMENTS………….

12

SECTION 7 - 800 MHZ IN-BUILDING AMPLIFICATION SYSTEM REQUIREMENTS…….. 13 SECTION 17000 – TELECOMUNICATION INFRASTRUCTURE…………………………….. 17 SECTION 975 - TELECOMUNICATION INFRASTRUCTURE DOT FORMAT……………... 35

Page 35: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 3 OF 44

SECTION 1 – PURPOSE This document defines standards for the City of Tucson (COT) current and future communications architecture. Architects, Engineers, and Consultants shall use this standard as a reference for design of all City facility/campus communication infrastructure intra-building/inter-building communications, data, and voice services. This document is intended to set forth the basic criteria for COT Wide Area Network (WAN) design and construction, COT Local Area Network (LAN) design and construction, and address all aspects of design, construction, and testing. This document specifically addresses low voltage WAN and LAN communications design needs. All City of Tucson area facilities, including Public Safety, Department of Transportation, Parks and Recreation, City Courts, and the Tucson Water Department, are connected to a metropolitan fiber optic City WAN. The City WAN is comprised of the Institutional Network (INET) aerial and underground fiber optic cable and the Intelligent Transportation services (ITS) underground fiber optic cable. In order to facilitate the implementation of the City of Tucson WAN and LAN networks in an economic and community responsive manner, portions of the system will be constructed in association with other public improvement projects being undertaken by various City Departments. Adherence to this Standard will provide a reduction in the initial capital costs of the network. Consistent integration of the standards for design and installation of all COT communications systems with other projects will mitigate potential adverse impact by reducing the number of construction projects occurring within the City’s Right-of-Ways, and will provide a cost savings to the City of Tucson. All criteria set forth in this document shall be strictly adhered to. All City of Tucson Engineering, Architectural, Contracted Architectural, and Contracted Consulting staff shall use due diligence in this aspect. The City of Tucson seeks to explore the advantages of regional partnering with other governmental and educational entities. Within this context, such entities are encouraged to make use of the guidelines herein, to the end of a consistent regional application. This document will be updated annually. If any portion of this document has conflicts, errors, is subject to misinterpretation, is not workable, please submit comments, in writing, to the City of Tucson Information Technology Depart, Communications Engineering (CE) Section.

END OF SECTION 1

Page 36: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 4 OF 44

SECTION 2 – DEFINITIONS AE – City of Tucson Architectural and Engineering Department AHJ – Authority Having Jurisdiction BICSI - Building Industry Consulting Service International CATV – Cable Television CE – City of Tucson Information Technology Communications Engineering CSI – Construction Standards Institute COT – City of Tucson DOT – Department of Transportation EMCS – Energy Management Control System FCU – Fan Coil Unit IDF – Intermediate Distribution Frame IT – City of Tucson Information Technology Department LAN - Local Area Network MDF – Main Distribution Frame NEC – National Electric Code OSP – Outside Plant POP – Point of Presence RCDD - Registered Communications Distribution Designer RGB – Rack Ground Bar RFI – Request for Information ROW – Right of Way SAC – Security, Access, and Control SSGB – Sub-System Ground Bar TEP – Tucson Electric Power TMGB – Telecommunications Master Ground Bar WAN - Wide Area Network TI – Tennant Improvement UL – United Laboratories

END OF SECTION 2

Page 37: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 5 OF 44

SECTION 3 – COT ARCHITECTURE AND ENGINEERING (AE) DIVISION CONSULANT DESIGN AND CONSTRUCTION REQUIREMENTS 1. All project design, specific to communications needs, shall conform to sections 17000 and 975. All

Communications plan sheets shall be identified by T series numbers. The project job specifications shall conform to Construction Standards Institute (CSI) section 27. The Consultant shall ensure that the project job specification corresponds with, and is specific to, the project design T sheets.

2. SD and DD design submittals shall meet all requirements for communications as defined in the City

of Tucson General Services Architecture and Engineering Department Project Manager’s Manual.

3. Details and specifications shall accurately reflect actual project conditions. The Consultant shall use due diligence in the project design with respect to Blue Stake of existing utilities.

4. Consultants may copy the content of these standards for project design and specification purposes, provided they are modified to accommodate a specific project. This document may not be used as a substitution for any project documentation.

5. For new facilities and Tenant Improvements (TI) to existing facilities, it is the responsibility of the Consultant to determine whether any pathway, conduit system, horizontal or riser copper, or fiber optic cable, will be installed in plenum spaces. All design work shall conform to National Electric Code) NEC and City code for plenum spaces.

6. For new facilities with exposed ceiling space or unfinished space, LAN cabling shall not be exposed. It shall be routed in a conduit, sleeve, or chase.

7. The Consultant shall include a panel schedule for all new LAN designs. The schedule shall list each

drop number with corresponding room number and jack color(s). The Consultant may contact Communications Engineering (CE) for an Excel template for the schedule.

8. All Development Services approved 100% Construction Drawing T Sheets shall be sealed with a current Building Industry Consulting Service International (BICSI) number registration stamp.

9. Plans depicting interior building installations to shall be prepared using the drafting standards of the department responsible for the project. Plans depicting installations exterior to buildings shall be drafted in accordance with Pima County/City of Tucson Standard Detail Numbers 100 and 101.

10. Conduit infrastructure shall be clearly indicated with respect to its horizontal and vertical alignment. The locations of all pull boxes and vaults shall be noted by the station and offset.

11. Conduit infrastructure design in roadways shall be by a Civil Engineer, with sealed C Sheets showing associated plan and profile details.

12. All conduits designed under roadways and parking lots on City property shall be encased in Class B (2500psi) concrete a minimum of 3" on all sides.

13. When fiber optic cable/copper cable conduit infrastructure is shown on Electrical site plan sheets, the Consultant shall ensure there are no conflicts between the E sheets and T sheets.

Page 38: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 6 OF 44

SECTION 3 – COT AE DIVISION CONSULANT DESIGN AND CONSTRUCTION REQUIREMENTS (Cont.)

14. Each new COT Facility shall have a minimum of three Utility Entrances for communications: (1)

4” schedule 40 PVC conduit City WAN connection entrance, (1) 4” schedule 40 PVC conduit Cable Television (CATV) connection entrance, and (1) 4” schedule 40 PVC conduit Telephone entrance.

15. The Consultant shall coordinate the design of all COT fiber optic cable connections to the City WAN with the CE prior to the DD design phase.

16. All fiber splicing, termination, and Outside Plant (OSP) work on the City WAN is performed by the City On-Call Maintenance Contractor. The Consultant shall coordinate with the CE ion this respect. A minimum 3 week advance notice is required for any work on the COT WAN.

17. The Consultant is responsibly for all design coordination with the Authority Having Jurisdiction (AHJ) for conduit routing, terminations, and project-specific requirements for CATV and Telephone.

18. The Consultant shall have a current BICSI OSP certification for any OSP design work.

19. The Consultant shall include telephone line connections for the Fire Alarm Control Panel (FACP), and Elevator in the design for all new City Facilities,

20. The Consultant shall include network connections for the Security, Access, and Control (SAC) system, Energy Management Control System (EMCS), Uninterrupted Power Source (UPS), and Tucson Electric Power (TEP) monitoring, in the design for all new City Facilities,

21. The Consultant is responsible for review and approval of equipment submittals, timely response to any Request for Information (RFI). review and certification of copper and fiber optic cable testing results, and coordination with the Architect to incorporate red-line drawings into the final As-Built drawings.

22. The Consultant duties include attending weekly site meetings, performing construction oversight, being available on sufficient notice for site visits with the CE to resolve construction issues, and shall be present on the final Punch List walk through with the City representatives.

23. The Consultant shall provide the design drawing package including specifications, for review to the City Information Technology Department, at the 50% and 100% milestones. The City reserves the right to, in writing, request an additional design phase if deemed necessary by the CE. All written comments submitted to the Consultant shall be responded to, and submitted in writing to the AE Project Manager.

24. All new City Facilities communications rooms shall have card reader access.

END OF SECTION 3

Page 39: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 7 OF 44

SECTION 4 – COT ARCHITECTURE & ENGINEERING (AE) DIVISION ARCHITECT PROJECT DESIGN AND CONSTRUCTION REQUIREMENTS 1. The Architecture & Engineering (AE) Division Administrators shall ensure that any communications

design work delegated to any City contracted Architect or Communications Consultants is performed in complete compliance with the AE Project Manual.

2. The AE Project Managers and their Customers shall coordinate with the City Information

Technology (IT) Communications Engineering (CE) section to determine the appropriate fiber optic network Point of Presence (POP) for the City WAN connection to any new City facility prior to any site acquisition. Some project sites may have excessive costs associated with the WAN connection due to the absence of City WAN in the project area.

3. The AE Project Managers and their Customers shall coordinate with IT Department CE to determine

new facility needs for a redundant data connection. The redundant connection shall consist of a fiber optic cable or wireless connection and the design shall include all infrastructure needed for the redundant connection.

4. All fiber splicing, termination, and Outside Plant (OSP) work on the City WAN is performed by the

City On-Call Maintenance Contractor only. The AE Project Coordinator shall coordinate with the CE to schedule the City WAN connection construction in accordance with Customer and Facility needs. A minimum 3 week advance notice is required for any work on the COT WAN.

5. City IT will provide and estimate for the fiber connection to the City WAN to AE. The AE Project

Manager shall include the cost for the new facility/TI WAN connection in the Facility Budget. 6. The AE Project manager shall coordinate with the customer to provide an approximate headcount or

list of names of all City personnel to IT who will be relocating to any new Facility or Tennant Improvement. This information is required by IT for estimating telephone and equipment costs.

7. City IT will provide estimates for switching, redundant radio link (if required), and telephone

equipment costs to AE. The AE Project Manager shall include the cost of the equipment in the Facility Budget.

8. The AE Project Manager shall coordinate with the IT Department at each design phase and insure

that all comments submitted by CE are transmitted to the Architect, and are incorporated in subsequent design submittals. The AE Project Manager shall serve as a single POC for information flow between the City and outside design Architects/Consultants. The AE Project Manager shall ensure that review comment responses are returned to CE prior to the next review phase.

9. The Project Coordinator shall coordinate with the IT Department during the construction period.

This coordination shall at minimum include a preconstruction conference, coordination of any required system modifications, sharing of communications fittings product submittals, and scheduling inspections and system testing. All testing shall be witnessed by a City representative.

Page 40: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 8 OF 44

SECTION 4 - COT AE DIVISION ARCHITECT PROJECT DESIGN AND CONSTRUCTION REQUIREMENTS (CONT.) 10. The AE Project Coordinator will dictate the chain of command for all project communications

during construction and serve as the single POC for all construction related communications issues.

11. The AE Project Coordinator will coordinate with the City locksmith to have communications rooms keyed prior to any electronics installation.

12. Upon approval of City of Tucson Developmental Services, one complete set of 100% drawings and specifications shall be forwarded to City IT prior to the start of construction, attention to the Communications Engineer.

13. Upon project completion, the AE Project Manager shall verify that the Contractor has supplied new

blueprints and electrically formatted drawings, which reflect all communications related changes and as-built/redline information. A copy of these as-built documents, as pertaining to communications, shall be forwarded to the IT Department.

END OF SECTION 4

Page 41: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 9 OF 44

SECTION 5 – COT DEPARTMENT OF TRANSPORTATION (DOT) CONSULTANT PROJECT DESIGN AND CONSTRUCTION REQUIREMENTS

1. All project design, specific to communications needs, shall conform to sections 17000 and 975. The

project special provisions shall conform to section 975. The Consultant shall ensure that the project job specification corresponds with, and is specific to, the project design.

2. The DOT Consultant shall use due diligence in the project design with respect to Blue Stake of existing utilities and identification of existing aerial or underground fiber optic COT WAN and Intelligent Transportation Systems (ITS) WAN facilities in the ROW.

3. Details and specifications shall accurately reflect actual project conditions. Existing City WAN

facilities shall be clearly shown in the drawings. 4. The DOT Consultant shall notify the DOT Engineer/Project Coordinator in writing, prior to the 30%

submittal, when existing aerial and underground fiber optic COT WAN or Intelligent Transportation Systems (ITS) WAN facilities are within the project limits.

5. Design for existing and new WAN infrastructure in City Right of Way (ROW) shall be shown on Intelligent Transportation Systems (ITS) titled plan sheets.

6. The WAN System General Notes in this section shall be inserted in the ITS plan sheet general notes

for all projects where new or existing ITS conduit infrastructure is present. 7. Consultants may copy the content of these standards for project design and specification purposes,

provided they are modified to accommodate a specific project. This document may not be used as a substitution for any project documentation.

8. New ITS Conduit infrastructure shall be clearly shown with respect to its horizontal and vertical

alignment. The locations of all pull boxes and vaults shall be noted by the station and offset. 9. New ITS Conduit infrastructure design in roadways shall be by a Civil Engineer, with sealed C

Sheets showing associated plan and profile details. 10. Plans shall be drafted in accordance with Pima County/City of Tucson Standard Detail Numbers 100

and 101. The design of the conduit system shall adhere to TIA/EIA 569B standards, TIA/EIA 758A standards, and shall accommodate the cabling requirements of TIA/EIA 568-B.1, 568-B.2, and 568-B.3 standards.

11. Design and construction shall comply with the Pima County/Cot Department of Transportation

(PCDOT) Standard Specifications and Details for Public Improvements and to the Tucson Water Standard Specifications.

12. The underground alignment of the ITS conduit shall follow the horizontal alignment of street

lighting and traffic signal conduits. City fiber optic cable conduit shall be installed in a separate trench from private utilities such as COX, Qwest, and TWTC.

Page 42: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 10 OF 44

SECTION 5 – COT DOT CONSULTANT PROJECT DESIGN AND CONSTRUCTION REQUIREMENTS (Cont.)

13. When installed adjacent to water mains, the conduit shall be encased in Controlled Low Strength

Material (CLSM). The conduit shall be supported on be tied down plastic conduit chairs capable to prevent displacement of the conduit during encasement. The minimum cover on all sides of the conduit shall be 3 inches.

14. The absolute maximum length of the conduit between pull boxes or vaults shall not exceed 600 feet. 15. In all areas where the depth of cover above the conduit is less than 30”, the conduit shall be encased

in concrete. The concrete encasement shall be a minimum of Class B (2,500 PSI) in accordance with Pima County in accordance with Pima County/City of Tucson Standard Specifications.

16. All ITS conduit shall be 2 or 4 inch, schedule 40 PVC conduit. When boring is utilized under a

roadway, rolled pipe (HDPE) may be utilized. 17. For ITS intersection rings, a 2” conduit tie-in to the Traffic Control Cabinets shall be provided. 18. The standard ITS pull box is the standard #7 pull box with the 12” extension and lid labeled

“communications”. For applications where ITS fiber optic cable will be spliced, a Pencel PEM 3048 shall be specified. For roadway applications, the standard #9 vault with collar and manhole cover shall be specified.

19. Refer to the following WAN conduit system general notes for additional design considerations. WIDE AREA NETWORK CONDUIT SYSTEM GENERAL NOTES: 1. All existing City fiber optic cable facilities shall be protected in-place unless specifically noted

otherwise on the construction documents. No existing City fiber optic cable conduit system or cable shall be altered in any way without the written approval of the City Communications Engineering Division.

2. All new City fiber optic cable conduit systems shall cleaned and mandrel tested by the Contractor in

the presence of a City representative. Provide 72 hour advance notice to Jay Hogan at 837-6051. 3. Conduit ends shall be capped when work is not in progress. Sweeps terminating in pull boxes shall

be plugged. 4. It shall be the sole responsibility of the Contractor to repair all existing City WAN/ITS conduit

systems and appurtenances damaged by construction. Any damage to City WAN/ITS conduit shall be immediately reported to the Construction Administrator and to the City Communications Maintenance Division, at 791-4634 Monday through Friday between 7:30am to 4:30pm or 791-4830 after hours and weekends.

Page 43: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 11 OF 44

SECTION 5 – COT DEPARTMENT OF TRANSPORTATION (DOT) CONSULTANT PROJECT DESIGN AND CONSTRUCTION REQUIREMENTS (Cont.) 5. For repairs to occupied City WAN fiber optic cable conduit systems, the Contractor shall

immediately repair, clean, and mandrel test the conduit systems in the presence of the City representative. New innerduct and tracer wire shall be installed. All fiber splicing, termination, and Outside Plant (OSP) work on the City WAN fiber system is performed by the City On-Call Maintenance Contractor. The Contractor shall use urgency in the repair of the conduit and coordinate with City Communication Maintenance Division in this respect.

6. For repairs of unoccupied City fiber optic cable conduit systems, the Contractor shall repair, clean

and mandrel test the conduit systems in the presence of a City representative. New tracer wire shall be installed.

7. All pull boxes and vaults shall be have a 5/8” by 8’ ground rod driven vertically in the corner with

six inches of rod exposed above the top of the drainage rock. The ground rods will be supplied to the Contractor by COT. Contact Jay Hogan 837-6051.

8. The absolute maximum length of ITS conduit between pull boxes or vaults shall not exceed 600 feet. 9. The absolute maximum deflection of ITS conduit between pull boxes/vaults shall not exceed 270

degrees. 10. Communications conduit shall be buried a minimum of 36" to the top of the conduit below finished

grade. 11. Communications conduit shall be schedule 40 PVC. 12. All bends 45 degrees and larger shall be rigid galvanized steel sweeps of a 24” or 48" radius, double

wrapped with 10 mil PVC tape. A factory 30 degree PVC bend is accepted for #7 pull box stub up’s. 13. All conduits not occupied by innerduct and tracer wire shall have an un-spliced #10 bare stranded

tracer wire installed. 14. All conduit shall be capped and covered with aggregate bedding material, or encased after each

day’s work to prevent shrinkage and other displacement of the conduit. 15. All materials and appurtenances called out on the plans or required for a complete system shall be

provided by the Contractor. All materials and appurtenances shall be new. No used or refurbished items or materials shall be allowed.

16. If there is any conflict among the plans, special provisions, and/or the standard details or specifications of the City of Tucson, or any conflicts within the documents cited above, the higher standard shall apply.

Page 44: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 12 OF 44

SECTION 5 – COT DEPARTMENT OF TRANSPORTATION (DOT) CONSULTANT PROJECT DESIGN AND CONSTRUCTION REQUIREMENTS (Cont.) 17. Upon project completion, the Contractor shall supply new blueprints and electrically formatted

drawings, which reflect all red line changes and “as-built” information

END OF SECTION 5

Page 45: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 13 OF 44

SECTION 6 – COT DEPARTMENT OF TRANSPORTATION (DOT) ENGINEER/PROJECT COORDINATORS PROJECT DESIGN AND CONSTRUCTION REQUIREMENTS 1. The DOT Engineer/Project Coordinators shall verify that any work delegated to any City contracted

Engineers or Consultant is performed in compliance with these City of Tucson (COT) Standards. 2. The DOT Engineer/Project Coordinators shall coordinate with the City Information Technology (IT)

Department Communications Engineering (CE) section to provide all conduit infrastructure necessary to relocate any existing City WAN and Intelligent Transportation Systems (ITS) WAN facilities within the project limits prior to the 50% review.

3. The COT Information Technology Department will provide the DOT Engineer/Project Coordinator

with the estimated cost to relocate any existing COT WAN and ITS WAN facilities. This cost shall be included in the project budget.

4. The DOT Project Manager shall monitor the project design to ensure drawings and specifications

accurately reflect existing project conditions and utility locations.. 5. The DOT Engineer/Project Coordinators shall coordinate with the IT Department at each design

phase, ensure that all comments submitted by CE are transmitted to the Architect, and ensure that all comments submitted by CE are incorporated in subsequent design submittals.

6. The DOT Engineer/Project Coordinators shall serve as a single POC for information flow between the City and outside design Architects/Consultants and ensure that review comment responses are returned to CE prior to the next review phase.

7. The DOT Engineer/Project Coordinator shall dictate the chain of command for all project

communications during construction and serve as the single POC for all construction related communications issues with the IT Department.

8. The DOT Engineer/Project Coordinators shall coordinate with the IT Department during the

construction period. This coordination shall at minimum include a preconstruction conference, a discussion of any required system modifications, sharing of communications fittings product submittals, and scheduling inspections and system testing. All system testing shall be witnessed by a City representative.

9. Upon project completion, the DOT Engineer/Project Coordinator shall verify that the Contractor has

supplied new blueprints and electrically formatted drawings, which reflect all communications related changes and as-built/redline information. A copy of these as-built documents, as pertaining to communications, shall be forwarded to the IT Department.

END OF SECTION 6

Page 46: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 14 OF 44

SECTION 7 – 800 MHz IN-BUILDING AMPLIFICATION SYSTEM DESIGN AND CONSTRUCTION REQUIREMENTS 1. Architecture and Engineering (AE) Architects shall coordinate with the customer and

Communications Engineering Division (CE) to determine the need for a radio system to provide public safety radio coverage inside Tucson Police Department and Tucson Fire Department Public Safety facilities

2. The radio system shall support public safety needs for police, fire, medical, and other critical

emergency services 3. Specifications for the radio system shall consider internal factors including, but not limited to:

building mass; building size, building composition; location of transmitting and receiving devices within a building; windows coatings; and location of elevator shafts.

4. Specifications for the radio system shall consider external factors including, but not limited to:

composition of barriers in the immediate physical location of buildings; building configuration with respect to natural barriers such as mountain ranges; foliated trees; terrain variations; and manmade barriers such as other large buildings.

5. Specifications for the radio system shall consider all signals generated within the building core and

transmitted outside of building, signals generated outside of building and received from within the building core, and signals transmitted and received point-to-point within a structure.

6. Radio signal coverage area of reliability shall be a minimum of 95%. The radio frequency signal

level at the receiver input for both talk-out and talk-in shall be adequate to support CM 4 (DAQ-3.4) voice quality.

7. Radio signal coverage design shall support portable units on the hip for receive, and held at five (5)

foot level for transmit, in each above-ground level floor of the building. 8. Channel Performance Criteria within these areas shall be applied to 95% of the area in the presence

of noise and interference, as defined in TSB-88,. 9. The radio signal coverage shall meet the requirements of circuit merit 3 or better, and shall include

all of the following: • A minimum signal strength of -95 dBm available in 95% of the area of each floor of the building

or structure when transmitted from the transceiver of the 800 MHz trunked communications system

• A minimum signal strength of -95 dBm received at the transceiver of the 800 MHz trunked communications system when transmitted from 95% of the area of each floor of the building

• The frequency range which must be supported shall be 821-824 MHz and 866-869 MHz; and • A 100% reliability factor.

Page 47: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 15 OF 44

SECTION 7 – 800 MHz IN-BUILDING AMPLIFICATION SYSTEM DESIGN AND CONSTRUCTION REQUIREMENTS (CONT.)

10. The radio system shall include an internal multiple antennae, radiating cable system, or leaky feeder

radiating cable with bi-directional 800 MHz amplifiers. The bi-directional amplifiers shall include filters to reduce adjacent frequency interference to at least 35 dB below the National Public Safety Planning Advisory Committee (NASPAC) band. The filters shall be tuned to 825 MHz and to 870 MHz so that they will be 35 dB below the NPSPAC frequencies of 824 MHz and 869 MHz respectively. No setting which attenuates the NPSPAC frequencies shall be permitted

11. The radio system design shall specify RF filtering as required to reject unwanted signals.

12. Upon completion of each installation, the radio system shall be tested to ensure adequate two-way

coverage within the building. as specified below: • Each above-ground level floor of the building shall be divided into a grid of approximately

twenty (20) equal areas. • The test shall be conducted using a portable radio such as the City is using at the time of the test

for the intended purpose, talking through the transceiver of the 800 MHz trunked communications system.

• A spot located approximately in the center of a grid area will be selected for the test. • The radio will be keyed to verify two-way communications to and from the outside of the

building to and from the 800 MHz truncked radio system. • Once the spot has been selected, prospecting for a better spot within the grid area will not be

permitted. • Each grid area will be tested for transmission/reception; minimum signal strength of –95 dBm. If

signal strength fails to meet the requirement, the grid area shall be marked as a fail. • A maximum of two (2) nonadjacent areas will be allowed to fail the test. In the event that three

(3) of the areas fail the test, in order to be more statistically accurate, the floor may be divided into forty (40) equal areas.

• In such event, a maximum of four (4) nonadjacent areas will be allowed to fail the test. • After the forty (40)-area test, if the system continues to fail, the system shall be altered to meet

the 95% coverage requirement. • The gain values of all amplifiers shall be measured and the test measurement results provided as

part of required system documentation

13. Any management system introduced into the core network for the purpose of remote monitoring, configuration or tuning of the proposed RF amplification system must be compatible with, or be non-intrusive to, existing management platforms

14. Vendor equipment shall, where applicable, meet the standards set by the IETF, ITU-T, ISO,

IEEE, and UL. All Ethernet devices provided by the vendor shall meet at a minimum IEEE 802.3 and 802.3I specifications.

15. All vendor supplied devices shall have a timing interface and accurately process date/time data

and conform to year 2000 requirements.

Page 48: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 16 OF 44

SECTION 7 – 800 MHz IN-BUILDING AMPLIFICATION SYSTEM DESIGN AND CONSTRUCTION REQUIREMENTS (CONT.)

16. The Contractor shall provide the City two sets of documentation in hardcopy and machine-readable formats.

17. All public safety radio system hardware, firmware, software, and configuration of monitoring

shall operate within the stated environment and shall interoperate with the existing network infrastructure and radio communications system without any loss of performance or functionality.

END OF SECTION 7

Page 49: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 17 OF 44

SECTION 17000 – TELECOMMUNICATIONS INFRASTRUCTURE PART 1 GENERAL 1.1 QUALITY ASSURANCE

A. All project design and construction shall adhere to the following documents: • ANSI C2: 1996 TIA-2; Errata National Electric Safety Code • ANSI/EIA/TIA-568-C: Commercial Building Telecommunications Cabling Standard • ANSI/EIA/TIA-569B: Commercial Building Standards for Telecommunications Pathways

and Spaces • ANSI/EIA/TIA 606: Administration Standard for the Telecommunications Infrastructure of

Commercial Buildings • ANSI/EIA/TIA-607: Commercial Building Grounding and Bonding Requirements for

Telecommunications • ANSI/EIA/TIA-758A: Customer Owned Outside Plant Telecommunications Cabling

Standard • NESC/IEEE C2 2002: National Electric Safety Code • ANSI/NFPA 70: (2008) National Electric Code • EIA-455-A: Standard Procedure for Fiber Optic Fibers, Cables, Transducers, Sensors

Connection and Termination Services, and Other Fiber Optic Components • EIA-455-13: Visual and Mechanical Inspection of Fibers, Cables, Connectors, and/or Other

Fiber Optic Devices • EIA/TIA-455-60: Measurement of Fiber or Cable Length using an OTDR • EIA/TIA-455-61: Measurement of Fiber or Cable Attenuation using an OTDR • EIA/TIA-455-168: Chromatic Dispersion Measurement of Multi-mode Graded-Index and

Single-Mode Optical Fibers by Spectral Group Delay Measurement in the Time Domain • EIA/TIA-472A-D: General Specifications for Fiber Optic Cables • EIA/TIA-492X: Generic Specifications for Single-/Multi-Mode Fiber Optic Cables • EIA/TIA-526-X: Optical Power Loss Measurement of Installed Fiber Optic Plant • EIA/TIA-TSB 67: Performance Specifications for Field Testing of Unshielded Twisted-Pair

Cabling Systems • IEC 874-14: Sectional Specification for Fiber Optic Connector Type SCFOC/2.5 • ISO/IEC IS 11801: Generic Cabling for Customer Premise • SP-2840A: Measurement of Crosstalk • TSB-36A: Crosstalk and Attenuation Specifications for Connectors • TSB-40A: Connectors Specifications • UL 444 & 13: Adopted Tests and Follow-Up Service Requirements for the Optional

Qualification of 100-Ohm Twisted Pair • AF-PHY-0015.000: ATM Forum Standard for 155Mb/s ATM over Category Five • BICSI: Current version of the Telecommunication Distribution Methods Manual.

B. Equipment and Material Manufacturers: All materials and equipment shall be new, standard in

every way, and shall be latest standard product design of a manufacturer regularly engaged in the manufacture of products used in the telecommunications industry.

Page 50: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 18 OF 44

C. Equipment and Material Submittals: All materials and equipment that a contractor intends to provide for a telecommunications project shall be subject to City approval by the submittal process. The contractor shall provide cut sheets for each item with the part number clearly indicated. Items shall be submitted neatly in a booklet or binder form with a table of contents.

PART 2 PRODUCTS AND MATERIALS 2.1 CABLING

A. Outside Plant: All outside plant (OSP) cable shall be gel-filled.

B. Horizontal: All horizontal copper cabling and workstation cabling, shall be plenum rated, All backbone optical fiber optic cable, riser copper cable, coax cable, and innerduct shall be plenum rated.

C. Copper Cable:

1. Inter-Building Cable. Shall be AWG 24 solid copper conductors insulated with gel filling rated PE-89 or better and have a maximum average DC resistance of 8.7 Ω/Km, and maximum average DC resistance unbalanced at 1.5%. Mutual capacitance at 1khz shall be 5.15 pf/Km with a maximum unbalanced capacitance (pair to ground) of 57.4 pf/Km. Cable shall meet or exceed 10BASE-T testing requirements for attenuation, impedance, and worst pair loss (NEXT).

2. Riser Cable. Cable between communications rooms shall be NEC Article 800 Type CMP multi-pair AWG24 rated for Category Three operation.

3. Horizontal Cable: a. Data: Station cable between the station jack and the distribution blocks shall be

ISO/IEC 11801 ‘D’ or EIA/TIA 568-B.2-1 rated for Category Six operation: • 4 pair AWG24 rated for up to 250 MHz operation • NEXT minimum 33.1dB @ 100 MHz • PS NEXT minimum 30.2dB @ 250MHz • ELFEXT minimum 17.2dB @ 250MHz • PS ELFEXT minimum 14.2dB @ 250MHz • Attenuation 36.0dB @ 250 MHz • Return Loss 8.0dB @ 250 MHz

b. Voice: 25 Pair AWG24 rated for up to 20 MHz operation c. Workstation cable: All workstation cable shall be Plenum cable 4X0 construction. All

cable shall be as manufactured by an ISO 9002 compliant manufacturer. 4. Coax: Coaxial cable shall be minimum RG6. 5. Grounding Conductor: Shall be copper and meet all requirements of the National Electrical

Code articles 250 and 800.

E. Single Mode Fiber Optic Cable: 1. Intra-Building: Shall be plenum rated and suitable for riser, tray and indoor general

purposes. Cable shall be Applicable Flame Test UL 1666 listed OFNP. Cable shall be dielectric and of tight buffer construction. Finished cables shall conform to the applicable performance requirements of Table 8-6 and 8-7 in the insulated Cable Engineers Association, Inc. (ICEA) Standard for Fiber Optic Premises Distribution Cable (ICEA S-83-596).

Page 51: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 19 OF 44

2. Inter-Building: Shall be plenum rated and suitable for Duct tray and outdoor/indoor general purposes. Cable shall be RUS listed 7CFR1755.900, ANSI/CEA S-87-640-1992 as applicable, Cable shall be dielectric and of loose tube construction.

3. Characteristics: a. Fiber shall be dispersion un-shifted optical glass. b. The core diameter, if an addressable parameter, shall be 8.5 μm. If the core diameter is

not addressed, then the mode field diameter shall be 10 μm plus or minus 1 μm. c. The cladding diameter shall be 125 μm ± 1.0 μm. d. The core-cladding offset shall be ≤ 0.8 μm. e. Cladding non-circularity: < 1.0 % Defined as:(Minimum Cladding Diameter) f. (1-Maximum Cladding Diameter) x 100. g. The attenuation Uniformity shall have no point discontinuity greater than 0.10 dB at

either 1310 nm or 1550 nm. h. Attenuation at the Water Peak: The attenuation at 1383 ± 3 nm shall not exceed 2.1

dB/km. i. Cutoff Wavelength: The cabled fiber cutoff wavelength (λccf) shall be < 1260 nm. j. Mode-Field Diameter: 9.30 ± 0.50 μm at 1310 nm, 10.50 ± 1.00 μm at 1550 nm. k. Zero Dispersion Slope (So): ≤ 0.092 ps/(nm2•km). l. Fiber Polarization Mode Dispersion (PMD): ≤ 0.5 ps⁄√km. m. The maximum dispersion shall be ≤ 3.2 ps/(nm•km) from 1285 nm to 1330 nm and shall

be < 18ps/(nm•km) at 1550 nm. 4. Attenuation: The optical attenuation of each Single-mode optical fiber in the reeled cable

shall be not greater than .4/. 3 dB/km within a peak emissive region of 1310/1550 nm. The attenuation shall be measured on completed cable reel length, and normalized linearly to 1 km. The measurement method shall be in accordance with EIA 455-46A or EIA 455-53A.

5. Dispersion: The maximum dispersion shall be ≤ 3.2 ps/(nm•km) from 1285 nm to 1330 nm and shall be < 18 ps/(nm•km) at 1550 nm.

6. Certification: Contractor shall provide written certification from the manufacturer that all fiber optic cable contain no splices in the glass and that the fiber was manufactured from a single piece of glass as provided by the original manufacturer. Contractor shall provide manufacturer test results in the form of a cable data report, containing attenuation at all applicable wavelengths, and refractive indices, for all pairs.

7. Non-Plenum Applications – Applicable Flame Test: UL 1581 and UL 1666. 8. Plenum Applications – Applicable Flame Test: UL910 (NFPA 262-1994).

2.2 CONDUITS - ABOVE GRADE

A. Conduit Type And Sizing: 1. Minimum conduit size shall be 1 inch. 2. Conduits 1-1/2 inches and smaller shall be steel electrical metallic tubing (EMT). EMT shall

be galvanized on the outside and coated on the inside with a smooth, hard finish of lacquer, varnish or enamel and comply with UL Standard UL797 and ANSI C80-1. EMT couplings and box connectors for EMT shall be of the throated steel compression gland type. No set screw connectors will be accepted.

5. Conduits 2 inches and larger shall be galvanized rigid steel. RGS conduit shall be hot-dipped, galvanized steel with zinc coating or corrosion resistant lacquer on the inside, and shall

Page 52: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 20 OF 44

comply with Underwriters’ Laboratories Standard UL6 and ANSI C80-1. Fittings shall be threaded, water and concrete-tight.

6. All conduits subject to mechanical injury or exposed in wet locations shall be rigid galvanized steel.

5. Raceway shall be Wiremold 6000, 3000, 700 series metallic, or Composite Plastic raceway and shall include all components intended for a industry standard installation. Outlet Boxes, where required, shall be metallic or plastic and of a design for use with the raceway. All raceways must comply with all 568B standards, specifically the minimum 1-inch bend radius. All 90-degree turns in raceway must be provided with the appropriate junction to ensure non-violation of bend radius. All raceway shall be painted to match wall color.

B. Riser: Conduit shall be Intermediate Metallic Conduit (IMC) mounted on TEP approved

hardware in the TEP approved quadrant. 2.3 CONDUIT SYSTEM – UNDERGROUND

A Polyvinyl Chloride (PVC) Conduit: Shall be United Laboratories (UL) listed, conform to NEC code, be schedule 40 heavy wall, be sunlight resistant, and be manufactured from high impact material rated for use at 90 degrees centigrade. The conduit shall meet the specifications of UL 651 and NEMA TC-2, and be furnished with interface fit bell ends. Fittings shall be schedule 40 PVC, meeting the specifications of NEMA TC-3 and UL 514.

B. Solvent Cement for Polyvinyl Chloride (PVC) Conduit and Couplings: All solvent cement

shall meet the requirements of ASTM D 2564.

C. Rigid Steel Conduit Sweeps: Conduit sweeps shall be UL listed and conform to NEC code. The bends shall be steel, hot dipped zinc coated, meeting the requirements of UL 6 and ANSI C80.1. Sweeps shall have a minimum radius of 12 times the nominal diameter of the conduit. Sweeps shall have a factory applied 40 mil PVC coating or be doubled wrapped (half overlapped) with 10 mil PVC plastic tape specifically manufactured for corrosion protection of metallic conduits installed below grade.

D. Flexible Conduit: For projects where the Communications Engineer has approved the boring and

or jacking method, flexible solid wall direct bury roll duct may be used. The conduit shall be manufactured of Polyvinyl Chloride (PVC), or Polyethylene (PE) plastic. The conduit shall be specifically manufactured for direct buried applications. Flexible conduit shall not be utilized for making bends in conduit system. Carlon Optic-Gard PE or equal.

E. Plastic Conduit Spacers: Spacers shall be constructed of Polyvinyl Chloride (PVC) or other non-

metallic material. The spacers shall be vertical and horizontal interlocking and provide a minimum of 3-inch clearance between conduits. Base spacers shall be provided with a wide base plate to provide solid support on the bottom of the trench. The base spacers shall provide for a minimum clearance of 3 inches between the bottom of the trench and the conduit.

F. Aggregate Bedding Material: Aggregate material for bedding shall meet the gradation

indicated in the specifications and on the drawings for the subject project and shall be free of cliché and large rocks.

Page 53: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 21 OF 44

G. Detectable Warning Tape: An electronically detectable 6” Fiber Optical Cable Warning tape shall be installed 18” above the conduit. Tape shall be an acid and alkali-resistant polyethylene film, 6 inches wide, with a minimum thickness of 0.004 inch. The tape shall have a minimum strength of 7500 PSI lengthwise and 1,500 PSI crosswise. The tape shall be manufactured with integral wires or foil backing to enable its detection by tracing equipment when the tape is buried up to a depth of 3 feet deep.

H. Backfill Material: The backfill material shall be free of cliché and large rocks.

I. Tracer Wire: Shall be UL listed and conform to NEC standards. The wire shall be stranded

continuous unspliced type THW or XHHW 10 AWG CU, rated for 600 volts, green in color. J. Enclosures:

1. Hand Hole Pull Box: The standard ROW pull box shall be ADOT #7 of the dimensions 17 inches x 30inches, molded high density polyethylene base, polymer concrete cover, with 12 inch extension, and FYBRELYTE lid labeled “Communications”. Christy N-36.

2. Splice Pull Boxes: For applications where a splice case, multiple conduit connections, or an open base is required, a 30 inch x 48 inch pull box shall be specified. The bolt-down polymer concrete lid shall be labeled “Communications”. PENCELL PEM-3048.

3. Vaults: For applications where a traffic rated enclosure is required, vaults shall be ADOT #9. Vault base shall be pre-cast concrete with a minimum thickness of 4 inches. Vault cover shall be pre-cast concrete with a minimum 36 inches x 36 inches galvanized steel locking lid. The lid shall be labeled “COMMUNICATIONS”. Vaults shall have a minimum outside dimensions of 48 inches long by 48 inches wide by 50 inches high. The base shall have an 8 inch diameter sump sump hole and minimum of sixteen four knock outs. For in road applications, the concrete with man hole cover, and manhole cover with collar shall be specified. Utility Vault 444LA or equal.

4. Splice: Rigid unfilled multi tray that can be pressurized, with all accessories including sealing plugs and washers. Corning or equal.

M. Portland Cement Concrete; Class B 2500# meeting the requirements of Section 1006 of the

Pima County/City of Tucson Standard Specifications for Public Improvements. For conduit encasement, concrete shall tinted be orange. Color to be approved by the Communications Engineer.

N. Innerduct: One inch HDPE, orange in color, constructed of a smooth walled exterior and a

ribbed interior, with 1250 pound test mule tape installed in each duct. No corrugated innerduct will be accepted.

O. Watertight Alibi: Shall consist of a quadraplex duct plug designed to seal around, organize, and

support innerduct where it exits the conduit. Fasteners shall be stainless steel. Plug shall support a minimum of 400 lbs of cable, and shall be removable. Jackmoon or equivalent..

P. Blank Duct Plugs: Shall be of all plastic construction, corrosion proof, water and air tight to 30

psi. Jackmoon or equivalent. Q. Ground Rod: Shall be copper clad 8 feet by 5/8 inches. The ground rod will be provided to the

Contractor upon request by the City of Tucson.

Page 54: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 22 OF 44

R. Drainage Rock: Shall be size 1 inch clean (size 57).

2.4 TELEDATA INFORMATION OUTLETS

A. Outlet Boxes 1. New Wall Work: Shall be a 4 inch square, deep metal box with a single gang plaster ring,

for a four port outlet. 2. Surface Mount: Shall be a weather proof deep bell box.

B. Outlet Jacks: Shall be Uniprise UNJ600 series EIA/TIA 568B.2-1 rated for up to 250 MHz

applications. C. Jack Colors

1. Standard four jack wall outlet: Top row shall be black and ivory, bottom row shall be gray and white.

2. Wall Phone outlet: Each Wall Phone (WP) location shall be provided with a single jack information outlet, blue in color.

3. Energy Management Control System (EMCS) outlet: Each Mechanical Room in a COT facility shall be provided with a single jack information outlet, red in color.

4. Security Access and Control (SAC) outlet: Each Communications Room shall be provided with a single jack information outlet, red in color.

6. Wireless Access Point (WAP) outlet: Each Wireless Access Point location shall be provided with a single jack information outlet, green in color.

7. Security Camera (IPC) outlet: Each IP based security camera location shall be provided with a single jack information outlet, orange in color.

2.5 NEW FACILITY TELEPHONE CIRCUITS

A. Fire Alarm Panel: Each new Facility Fire Alarm Panel (FAP) shall be provided with 2 flat business line telephone circuits. The 2 circuits shall be terminated at the patch panel on a blue jack.

B. Elevator: Each new facility elevator or equipment lift shall be provided with 1 flat business line

telephone circuits. The circuit shall be terminated at the patch panel on a blue jack. 2.6 FACE PLATES

A. Information Outlet: Uniprise UNF-MFM 4 Port, color by architect. B. Cable Television (CATV): Stainless steel with CATV bulk head. C. WALL PHONE: Lucent 630B stainless steel.

2.7 CABLE MANAGEMENT

Page 55: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 23 OF 44

A. Horizontal: Shall be clear finish and mount above and below the patch panels on the front side of the rack. CPI 11752-519 or equal.

B. Vertical: Shall be clear finish dual channel metallic CPI 11729-503 or equal. C. Cable Tray: Shall be steel mesh construction a minimum 12 inches in width. D. Ladder Rack: Shall be minimum 12 inches in width, clear finished. E. Cable Hangers: Shall be Erico CAT series or equal. F. Velcro: For use in bundling and securing of cable. No zip ties will be accepted.

2.8 RACKS

A. Floor Racks: Shall be UL listed, clear finish, 7’ x 19” self-supporting, EIA/TIA standard, floor mounted with a 2 sided hole pattern. All floor racks shall be SAE 12-24 screw pitch with mounting holes on both sides,

B. Wall Racks: Shall be UL listed, clear finish, 18” deep, 19” wide, and sized appropriately for the

all required equipment and electronics. Provisioning of Wall racks shall be approved by the Communications Engineer.

2.9 BACKBOARD

A. Backboard shall be ¾ inch AC fire treated plywood.

2.10 PATCH PANELS

A. Data: Shall be Uniprise black finish UN-MOD 48P two rack unit configuration 48 port in the 19 inch rack mount configuration.

B. Analog: Shall be Panduit black finish VP24382TV25 24 port 1U RJ21<>RJ45, with pins 4 and

5 active in each port in the 19 inch rack mount configuration. 2.11 ANALOG CIRCUIT TERMINATION BLOCKS

A. Blocks: Shall be S110AW2-100 and S110AW2-300, Lucent or Siemons. B. Accessories: Shall be S110C-4 and S110C-5 clip and S110A2 cable manager.

2.12 ANALOG CIRCUIT PROTECTION

A. Blocks: Shall be 188 type multi pair protector panel with 110 distribution system, separate splice chamber, and cover.

Page 56: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 24 OF 44

B. Protectors: Shall be Per NEC code, 4B1-EW five pin with heat Coil. DC Voltage breakdown of 265-425V @ 2kV/sec. Surge breakdown of 200-500V @ 100V/sec. Minimum 300A (10 x 1000 μsec waveform) >50 operations.

2.13 LABELS

A. Panel Face and Cover: Shall be Polyofelin with 1/4” tall lettering electronically generated. P-touch or equal.

B. Fiber Optic Backbone/Riser Cable: Shall be self laminating fiber optic cable marker write on

tag 3.5 inch by 2 inch, RoHS compliant. Panduit PST-FO or equal. C. OSP Fiber Optic Cable: Shall be a wrap around marker, UV stabilized calendared vinyl with

UV stabilized ink, thermo formed to create a permanent coil, 4 inches long. ACP International DN-33 or equal.

D. 110 Block: Shall be S110-LBL-5 designation strips and S110-HLDR label holders. Lucent or

Siemons.

2.17 GROUNDING BARS

A. Telecommunications Master Ground Bar (TMGB): Shall be wall mounted 1/4 inch x 4 inch x 20 inch, solid copper, of a master ground buss bar configuration with multiple 2-hole spacing in multiple sizes, mounted on 4" standoffs with insulators.

B. Rack Ground Bar (RGB): Shall be Panduit RGS 134-1Y. C. Sub System Ground Bar (SSGB): Shall be wall mounted 1/4 inch x 4 inch x 10 inch, solid

copper, of a master ground buss bar configuration with multiple 2-hole spacing in multiple sizes, mounted on 4" standoffs with insulators. SSGB provisioning shall be approved by the Communications Engineer.

2.18 FIBER OPTIC CABLE CONNECTORS

A. Fiber Optic Cable connectors shall be Duplex SC, ceramic tip, intended for field termination, hot cured. 3M Hot Melts only. Pre-polished crimp style connectors, epoxy/polish type connectors, or “pigtails” will not be accepted.

2.21 FIBER OPTIC CABLE DISTRIBUTION SHELVES

A. Fiber optic cable distribution shelves shall be 19” rack mount configuration and be sized by the RCDD per fiber count. The shelf shall include all necessary buffering/breakout, clamping, blocking and bulk heads to terminate all fibers. Panduit, Uniprise, or Corning. Wall mount shelves shall be approved by the Communications Engineeer

Page 57: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 25 OF 44

2.22 PATCH CORDS

A. Copper Rating: Shall be Category 6 certified. CommScope or Corning. B. Copper Patch Cords: Shall be in the colors of yellow (for data) and green (for voice). Provision

one copper jumper in each color of the lengths 3’, 5’, and 7’. The quantity of each length is 1/3 of the total number of information outlets being provisioned.

C. Fiber Patch Cords: Shall be Duplex SC meeting section 2.1.E characteristics. Length shall be

provisioned per application. Panduit or Corning. PART 3 EXECUTION 3.1 COMMUNICATIONS ROOM

A. Definitions 1. Communications Room: A finished painted space of framed wood or steel studs and gypsum

plaster wallboard panel construction with open ceiling, designed for housing telecommunications equipment, cable terminations, and cable cross-connects. The communications room serving as the main utility demarcation point for a City facility is the Main Distribution Frame (MDF) telecommunications room. Additional rooms for larger facilities and campus settings, or where the Cat6 cable lengths to the work stations are in excess of 90 meters, are Intermediate Distribution Frame (IDF) telecommunications rooms.

2. Cross Connect: A patch panel that allows equipment and backbone cabling to be cross-connected with copper patch cords.

3. Entrance Facility: An entrance to a building for both public and private network service communications cables. Each new facility will be provisioned with one utility entrance for each of the following: City fiber optic cable; COX cable services COAX cable; Century Link twisted pair cable.

B. Dimensions: Sizing for any new facility MDF shall be minimum 10 feet x 20 feet. Sizing for

any new IDF shall be minimum 7 feet x 10 feet. MDF and IDF dimensions shall be approved by the Communications Engineer.

C. Ingress/Egress: Communications room doors shall be minimum of 36 inches in width and

maximum 72 inches tall. The door shall swing out. Interior door swings will not be accepted. D. Climate Control. The communications room shall be temperature controlled independently of

the facility by a split system Fan Coil Unit (FCU). Temperature shall be controlled to a range of 70-75 degrees F based on a 24 hr per day, 365 day per year heat load of 3000 watts. The FCU controller shall be monitored by the facility EMCS system to keep the room temperature within the controlled range.

E. Power

1. Rack Power Outlets. One 20 amp dedicated electrical circuit quadraplex outlet shall be installed in a surface mounted four inch square metal box at the rear base left side of each floor rack, facing to the rear. Conduit to the outlet shall not be routed across the floor so as to create a trip hazard or impede use of any mounting holes or equipment locations in rack. The

Page 58: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 26 OF 44

lowest 5 rack units are reserved for the metal outlet box on each rack. Outlets shall be labeled with panel and breaker number.

2. Convenience Outlets. A minimum of two 20 amp dedicated electrical circuit quadraplex electrical outlets shall be installed in four square metal boxes, 18 inches above the finished floor, at the front and back walls of the rack line-up. Outlets shall be labeled with panel and breaker number.

F. Backboard: All walls of all of the communications rooms shall be lined with 3/4” AC fire

treated plywood, with the “A” side exposed. Backboard plywood shall be approved by the Communications Engineer prior to installation. The backboard plywood shall not be painted. Convenience outlets shall be accessible through the plywood.

G. Ladder Rack

1. Provisioning: Install ladder rack on a minimum of three of the communications room walls for the MDF and the IDF telecommunications rooms. Racking shall be supported using triangles anchored to the backboard a minimum 5 feet on center. In addition, ladder rack shall also be provisioned above each floor rack in the lineup. The ladder rack shall be attached to, and be supported by, the floor racks.

2. Elevation Changes: Changes greater than 6 inches shall have a minimum 3 inch waterfall to protect cable bend radius.

3. Vertical Ladder Rack: The racking shall be provided with a min 3 inch waterfall where the cable path transitions to vertical and cable shall be supported a minimum of 4 feet on center.

4. Cable Attachment: All cable run in open ladder rack shall be bundled neatly a minimum of 4 feet on center using Velcro. No zip ties will be accepted.

H. Lighting: Lighting shall illuminate both the front and rear of floor racks and produce a minimum

of 50 foot-candles at the rack location measured 3 foot above finished floor. I. Floor Racks: Floor racks shall be installed with a minimum of 3 feet of clearance in the front

and rear of the racks. 1. Provisioning: All racks and rack space provisioning shall be approved by the

Communications Engineer. a. Rack 1 is reserved for fiber optic cable termination and customer equipment. Rack 1 shall

be mounted 4 inches from the wall. b. Rack 2, rack unit 06 through rack units 27 is reserved for patch panels and vertical wire

management, a maximum of 72 ports per rack. Rack units 28 through rack unit 45 are reserved for customer equipment.

c. Subsequent racks shall be provisioned per part b. d. There shall be one spare rack provisioned after the last patch panel rack for other

customer equipment. 2. Rack Grounding Bus Bar (RGB): Shall be installed in each floor rack. 3. Analog Patch Panel: Installed in floor rack 2, at rack unit 30. An RJ21 patch cable shall be

provided and punched down on the 110 wall mount block per section P, part 4. 4. Patch Panels: Shall be provisioned per the Patch Panel Allocation Spreadsheet.

a. Teledata Information Outlet: One standard 4 jack teledata drop shall be terminated in each column of the panel. Jacks shall be mounted vertically in the patch panel starting with column one. Jacks shall be installed top to bottom in the following color sequence:

Page 59: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 27 OF 44

black; ivory; gray; white. Patch panels shall be provisioned left to right, and top to bottom, in the floor rack.

b. Special Systems Information Outlet. There are 4 single jack special systems information outlets: WP(blue); WAP (green); SAC (red); IPC (orange). Special systems jacks are terminated in the 4 rows of the UN-MOD 48P 48 port patch panel in the following order: row 1 - blue; row 2 - green, row3 - red, row 4 - orange. If the jack count for any special system exceeds 12, an additional row shall be utilized and an additional patch panel may be required.

J. Horizontal Wire Management: One 2 unit horizontal wire management panel shall be

provisioned for, and mounted below, each patch panel. All patch panels and horizontal wire management shall be mounted consecutively to insure that there are no gaps between the panels. Panels shall also be provided for the analog patch panel and a minimum of 3 extra per rack for customer equipment.

K. Vertical Wire Management: The first floor rack shall be provisioned with vertical wire management on the right. Each subsequent rack shall have vertical management installed between them, with the last floor rack in each line up having vertical management installed on the right.

L. Copper Cable Analog Circuit Termination: At the Century Link demarcation point, the

Contractor shall install the 110AW block and terminate the all provisioned riser Cable to the Riser Field of the starting at the lower leftmost position of the block continuing left to right, and downward, per the 100MHz cabling guideline.

O. Fiber Optic Cable Storage Loop: Each facility communications room shall have backboard

space reserved for the maintenance service loop. The minimum length of the service loop shall be 50 feet. The loop shall be stored in a pre-manufactured 24 inch storage ring with 3 inch Velcro loops. Leviton 48900-OFR or equal. D-rings will be accepted.

P. Grounding

1. Grounding Conductor. Each Telecommunications Room shall be supplied with a minimum 1/0 AWG copper stranded communications room grounding conductor per of NEC Article 250 and NEC Article 800. For City facilities where a tower is co-located, Motorola R56 Grounding Standard shall apply.

2. TMGB Conductor Entrance: The communications room grounding conductor point of entry shall be within 24 inches of the TMGB. The communications room grounding conductor shall not utilize the ladder way or floor rack as a path to the TMGB.

3. TMGB Location: Shall be mounted within 24 inches of the grounding conductor entrance. The grounding conductor shall be provided by the electrician and be bonded to the TMGB by a 2 hole irreversible crimp lug, Brundy or equivalent.

4. Bonding. The equipment grounding conductor shall be bonded to the TMGB using a 2 hole irreversible compression lug. RGB’s shall be bonded to the TMGB by a minimum #6 AWG green stranded conductor using a 1 hole compression lug. All steel cable tray/ladder way shall be grounded at each junction using manufactured grounding kits, and be bonded to the TMGB by a minimum #6 AWG green stranded conductor using a 1 hole compression lug. Lugs shall be Brundy or equivalent. All lugs shall be crimped per manufacturer directions using the appropriate calibrated crimping tool.

Page 60: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 28 OF 44

3.2 SECURITY, ACCESS, AND CONTROL

A. All new facility MDF and IDF telecommunications rooms shall be provisioned with card reader access.

B. New and existing City of Tucson communications sites are secure areas with restricted access.

All fiber optic connections to the City fiber optic network shall be performed by the City On-Call Communications Maintenance Contractor only. No other contractors are permitted to work on the City network. This restriction also applies to the City Outside Plant (OSP) infrastructure.

3.3 FIBER OPTIC AND COPPER CABLE SLEEVES

A. Size and Fill: Sleeves shall be minimum 4 inch steel and supported by c-channel and clamps per

NEC code. Maximum fill shall not exceed 70%. B. Fire Proofing: Per NEC code all annular space shall be fire stopped. Fire proofing shall be rated

for one a minimum of one hour. Fire stopping compound shall be UL listed. Chases shall be fire stopped using Fire Stop pillows per the compression rate required by the UL certification listing. EZ path sleeves shall be approved by the Communications Engineer.

C. Provisioning: Sleeves shall be dedicated to each cable type or cable application as follows:

1. Fiber optic cable 2. Teledata Cat6 copper cable 3. Analog circuit Cat 3 cable 4. Security Access and Control cable 5. Paging System cable 6. CATV cable

3.4 CABLE TRAY

A. Provisioning: Cable tray shall be steel mesh construction designed for use in the facility above drop ceiling environment. Tray shall be supported by minimum 5 feet on center. The cable tray shall be sized by the RCDD to distribute all provisioned copper and fiber optic cabling and include a minimum 30 percent future capacity. The cable tray shall be routed in hallways with arterial crossings consisting of additional cable tray or sleeves to provide pathway access to all areas of the facility. Cable tray shall not be exposed in an open ceiling environment.

B. Elevation Changes: Discontinuities in cable tray greater than 6 inches shall have a minimum 3

inch waterfall to protect cable bend radius. C. Vertical Cable Tray: The tray shall be provided with a min 3 inch waterfall where the cable path

transitions to vertical and cabling shall be supported min 4 feet on center. D. Cable Attachment: All cable run in cable tray shall be bundled neatly using Velcro. No zip ties

will be accepted.

Page 61: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 29 OF 44

E. Security Access and Control and Paging System Cabling systems must be installed a separate path and shall not be run in teledata cable tray.

3.5 CABLING

A. Cable Provisioning 1. Fiber Optic Cable

a. MDF Communications Room Fiber Connection: A single new facility MDF shall be connected to the City fiber network by a minimum 24 count single mode fiber optic cable. For a campus facility, the minimum count shall be a 48 count single mode fiber optic cable.

b. IDF Communications Room Fiber Connection: Each IDF shall be connected to the MDF by a minimum 48 count single mode riser fiber optic cable. The riser cable shall be plenum rated.

2. Copper Cable a. MDF Communications Room Copper Connection: A single new facility MDF shall be

connected to Century Link by a minimum 50 Pair cable. For a campus facility, the minimum count shall be 100 pair.

b. IDF Communications Room Copper Connection: Each IDF shall be connected to the MDF by a minimum 50 pair riser cable.

B. Routing: All cable shall be run parallel and perpendicular to the building structure and

supported a minimum 5’ on center. Attachment to ceiling wires and conduits will not be accepted. Cable shall not be exposed in a facility open ceiling environment.

C. Splicing and Termination

1. Fiber Optic Cable Splicing a. Splicing shall be performed in a controlled environment. b. Splicing shall be performed using the arc fusion method. The splice machine shall be

factory calibrated within the previous 12 months. c. Fiber optic strands shall be cleaved with a precision cleaver calibrated within the

previous 12 months. d. No mechanical splices will be accepted. e. Fiber optic cable splicing shall be witnessed by a representative of the City of Tucson

Communications Maintenance Division. 2. Fiber Optic Cable Termination

a. Fiber optic strands shall be terminated with 3M Hot Melt connectors. b. Fiber optic strands shall be cleaved with a precision cleaver calibrated within the

previous 12 months. c. All connectors shall be polished and inspected with a scope. d. Connectors shall be capped when not in use. e. Connectors shall be cleaned using Kimberly Clark KimWipes or a one click cleaner. f. Fiber optic cable termination shall be witnessed by a representative of the City of Tucson

Communications Maintenance Division. 3. Copper Cable Termination

a. Category 6 cable shall be terminated on the Category 6 rated UNJ600 jack.

Page 62: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 30 OF 44

b. Crimping tools shall be factory calibrated within the previous 12 months. c. Proper termination practices shall be observed. No untwisted, kinked, nicked or bent

cable will be accepted. The proper bend radius shall be observed at all times.

D. Test Reports 1. Format: Contractor shall supply Test reports, in both hard copy and electronic format,

showing all field tests performed and specified performance criteria. 2. Software: Contractor shall supply one licensed copy of test equipment software in the test

equipment manufacturer’s format. Windows application only.

E. Test Equipment: Contractor shall provide proof of factory calibration within the previous 12 months on all test equipment. 1. Copper Cable

a. Test equipment shall be suitable for certifying Category 6 cable up to 250 MHz per EIA/TIA 568-B.2.1 specifications, including power sum attenuation across pairs, attenuation, near end cross talk (NEXT), far end cross talk (FEXT) including worst-case value and frequency, wire/line mapping, split-pairs, shorts, opens, reversals, length, impedance, loop resistance, capacitance, and ambient noise spread across various frequencies and Level III compliance.

b. Test equipment shall be a device providing for active sweep testing of Digital Signal Processing (DSP) of circuits. Contractor shall provide proof of recent factory calibration, (within the previous 12 months) of all test equipment. Copper test equipment shall be Level III+ Compliant and Draft 6 Compliant or most recent draft compliant.

2. Fiber Optic Cable: Optical test equipment shall be suitable for measuring the attenuation and optical characteristics of the installed Fiber Optic plant. a. Optical Time Domain Reflectometer (OTDR): Optical test shall include but not limited

to End to End attenuation via power loss, individual splice loss, micro bends, and conformance to optical specifications.

b. Power Meter: End-to-end loss testing on single mode fiber shall be an average of minimum 15 seconds of active measurement at the 1310 and 1550 nanometer wavelengths in transmit and receive.

F. Testing Procedures

1. Copper Cable Testing: a. Each cable shall be tested and certified Category 6, for up to 250 MHz operation. b. Each cable shall be tested for the permanent link from the patch panel to the RJ-45 jack

installed in the face plate. This test shall be performed when all cabling work and termination is complete. If any part of the link is tampered with following the permanent link test, the link shall be re-tested.

c. All testing must be witnessed by a representative of the City of Tucson Communications Maintenance Division.

d. Riser cable between the MDF and IDF shall be certified to Category Three specifications.

G. Fiber Optic Cable Testing: Fiber optic cable testing shall be performed on the completed end-to-end spans that include a near-end pre-connectorized single-fiber optic cable assembly, outside plant or riser as specified, and a far-end pre-connectorized single-fiber optic cable assembly. 1. OTDR Testing: OTYDR testing shall be performed on each fiber optic cable strand. Wave

lengths [850], [1300], [1310], and [1550], shall be tested.

Page 63: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 31 OF 44

a. The OTDR testing shall be performed after every splicing event. b. The OTDR tests shall show any irregularities, discontinuities, micro-bending, or

improper splices for the cable span under test. c. Hardcopy fiber signature records shall be obtained from the OTDR for each fiber strand

shall be included in the test results. d. The OTDR test shall be performed in both directions. e. A leader length of fiber, 100 meters minimum, shall used as the delay line shall be placed

before the new end connector and after the far end patch panel connectors for inspection of connector signature.

f. Connectors shall be cleaned using Kimberly Clark KimWipes or a one click cleaner. 2. Power meter Testing: Bi-directional end-to-end power meter testing shall be performed on

each fiber strand. a. Testing shall be in accordance with EIA 455-53A. b. Connectors shall be cleaned using Kimberly Clark KimWipes or a one click cleaner.

H. Acceptance: Acceptance of system shall occur after all required documentation, test results,

certification of test results and operation by the City of Tucson, Final acceptance shall include a visual inspection of the system in its entirety and approval of City of Tucson, or their appointed representative(s).

I. Warranty: Contractor shall certify and warrant the complete system for operation at current

EIA/TIA 568B 100 MHz specifications for a period of not less than 15 years. 3.4 LABELING

A. Fiber Optic Cable 1. MDF communications room service loops shall be have one wrap around tag. 2. Enclosure service loops shall have one wrap around tag. 3. Riser and backbone cables within the communications room shall have one fiber optic cable

marker attached every 10 feet. B. Copper Cable

1. Face Plate a. Standard Four Jack Outlet: Modular label shall have the MDF/IDF room number – jack

number. b. Special Systems

1. Wall Phone (WP): Modular label shall have the MDF/IDF room number – WP number.

2. Wireless Access Point (WAP): Modular label shall have the MDF/IDF room number – WAP number.

3. Security Access and Control (SAC): Modular label shall have the MDF/IDF room number – SAC number.

4. IP Camera (IPC): Modular label shall have the MDF/IDF room number – IPC number.

2. Patch Panel a. Standard Four Jack Outlet: Label top of column with the room number – jack number. b. Special Systems

1. Wall Phone (WP): Shall be labeled with the room number – WP number.

Page 64: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 32 OF 44

2. Wireless Access Point (WAP): Shall be labeled with the room number – WAP number.

3. Security Access and Control (SAC): Shall be labeled with the room number – SAC number.

4. IP Camera (IPC): Shall be labeled with the room number – IPC number.

3.4 CONDUIT

A. Above Grade 1. All conduits shall be routed parallel or perpendicular to the building lines. No diagonal runs

will be permitted. 2. Stub-outs shall extend above the drop ceiling and shall include a minimum 3 inch sweep. 3. All 90-degree turns in raceway must be provided with the appropriate junction to ensure non-

violation of bend radius. 4. All raceway shall be painted to match its environment. .

B. Below Grade

1. Handling and Storage. All conduit shall be transported in a straight and level position. The straps securing the conduit shall not deform or damage the conduit. Conduits shall be stored in a straight and level position. and covered to prevent ultraviolet deterioration due to the exposure to sunlight.

2. Joints: The conduit shall be cut square, de-burred, and trimmed to remove all rough edges. PVC conduit connections shall be of the solvent weld type. Apply a full coat of primer to the pipe and coupling per the manufacturer’s recommendations. Allow joint to cure a minimum of 20 minutes. The complete joint shall be water tight.

3. Sweeps: All sweeps shall be constructed of rigid steel conduit and be factory bent Sweeps shall have a radius of not less than 12 times the nominal diameter of the conduit.

4. Maximum Deflection: The sum of the deflection angles of all bends in any conduit run shall not exceed 270 degrees between termination and/or junction points.

5. End Treatment. Conduit ends shall be capped with conduit end caps at all times when work is not in progress. Rigid steel sweeps terminating in pull boxes shall be plugged.

6. Field Adjustments: Shall be approved by the Communications Engineer. 7. Depth: The minimum cover shall be 36 inches from the top of the conduit to the finished

grade. 8. Encasement: All conduit runs on under roadways or parking lots on City property shall be

encased in concrete. Concrete encasement shall be a minimum of Class B (2,500 PSI) in accordance with Pima County/City of Tucson Standard Specifications and provide a minimum cover on all sides of the conduit of 3 inches.

9. Alignment: Conduits shall be installed in a straight horizontal and vertical path. Variations in the alignment shall be accomplished with smooth transitions maximizing the radius of the bends.

10. Conduit Chairs: Conduits encased in concrete shall be installed on plastic conduit spacers. The spacers shall be placed at suitable locations to prevent sagging of the conduit between spacers or at 10 foot maximum centers. Prior to the placement of the concrete, the conduits shall be tied down to prevent them from floating.

11. Enclosure Penetrations: Conduit penetrations into enclosures shall be made using the knockouts. Conduits entering through the side wall of pull boxes shall be located three inches above the floor and three inches away from the end wall of the box. Conduit entering the

Page 65: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 33 OF 44

bottom of pull boxes shall be located in the near side corner of the box, approximately 3 inches away from the side and end walls. The conduit shall extend a minimum of 6 inches above the drainage gravel and be sloped towards the top center of the box to facilitate pulling of the cables and innerduct.

12. Drainage Rock: The Christy N-36 pull box and extension shall be placed on a minimum of six cubic feet of drainage rock. The PENCEL PCL-3048 shall be placed on a minimum of twelve cubic feet of drainage rock. The ADOT #9 vault shall be placed on a minimum of sixteen cubic feet of drainage rock.

C. Backfill

1. Upon completion of the conduit and bedding installation, the trench shall be backfilled and compacted in minimum 2 foot lifts. The backfill shall be constructed according to the Pima County City of Tucson Standard Specifications and Details for Public Improvements.

2. Detectable warning tape shall be placed in the backfill eighteen inches above the top of the conduit.

3. When the conduit is installed in a joint trench with a water main, the bedding and shading material shall be aggregate bedding material meeting the specifications for the water main.

D. Boring and Jacking.

1. Boring and jacking method shall be approved by the Communications Engineer prior to the commencement of work.

2. Boring and jacking pits shall be located a minimum of two feet outside the pavement edge. The diameter of the bore shall be the same size as the outside diameter of the conduit. Boring and jacking methods used shall neither damage nor deform the roll duct. The installed conduit shall conform with the alignment and grade shown on the plans.

E. Conduit in Concrete Structures: Conduit embedded in concrete structures shall be securely

attached to the reinforcing steel at locations and intervals detailed on the plans. Expansion fittings shall be installed at all locations where the conduit crosses expansion joints in the structure. Sleeves will be permitted in lieu of expansion joints.

F. Enclosures

1. Enclosures shall not be placed in a location of water drainage or standing water. The top plane of the cover shall be a minimum of 6” above possible standing water level for the location.

2. Enclosure top shall be set a minimum of 2 inches above the design final grade elevation and alignment.

3. Enclosures shall be set true and plumb. 4. Backfill and compact around the structure avoiding damage to the structure. The backfill

shall be compacted to a minimum of 95 percent of the maximum density as determined by ASTM D698.

5. Vault sump holes shall knocked out to provide drainage 6. Install the precast sections in accordance with ASTM C891. Joints between the precast

sections shall be sealed with a flexible butyl sealant meeting the requirements of AASHTO M-198.

7. Pull boxes shall be encased in a concrete ring a minimum 10” wide and a minimum of 12” deep on compacted soil.

Page 66: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 34 OF 44

8. Each pull box/vault shall be provided with a 5/8” by eight foot ground rod and acorn, driven vertically in the corner with six inches of rod exposed above the top of the drainage rock.

G. Innerducts

1. Four Inch Conduits: Install 4 one inch smooth wall exterior ribbed interior innerducts with 1250 pound test rated pull strength mule tape installed in each duct.

2. Two Inch Conduits: Install one, one inch smooth wall exterior ribbed interior innerducts with 1250 pound test rated pull strength mule tape with the fiber optic cable..

H. Tracer Wire: A continuous, separate #10 AWG THW/XHHW CU green insulated tracer wire

shall be installed in each conduit run, external to the innerducts. The ends of the wire shall extend into the enclosure a minimum of 3 feet and be coiled and secured.

I. Future Conduit: A 2500 pound test rated pull strength mule tape shall be installed and secured at

each end.

J. Pulling Lubricant: Shall be water soluble. K. New facility Conduit Stub Up’s: Shall be stubbed up a maximum of inches from finished grade

and capped. Conduit stub up’s shall be installed a maximum of 6 inches from the wall with a minimum 3 inch spacing.

L. Pole Riser: Installed per TEP Electric Service Requirements for Riser Details –

Telco/CATV/CAP, SR-221 or per most current Revision.

M. Watertight Alibi: Shall be installed in all conduit ends, stub up’s, and risers with innerduct.

N. Duct Plugs: Shall be installed in all innerduct ends. Innerducts populated with cable shall have an innerduct sleeve installed.

O. Cleaning: Shall consist of pulling a swab through the conduit and removing all foreign material

from within the conduit. If water is allowed to enter the conduit during construction, it shall be blown out or removed by other satisfactory means prior to the acceptance of the system. Vaults and pull boxes shall be cleaned of all debris. Upon completion of the cleaning operations, the ends of the conduit shall be capped.

P. Mandrel Testing: All conduit runs shall be mandrel tested after the completion of all backfilling

and sub grade preparation operations. This test shall consist of pulling a mandrel through the conduit run. The mandrel shall be segmented with an outer diameter not less than 1/4 inch smaller than the inside diameter of the conduit, and shall be minimum 10" inches in length. The test shall be considered acceptable when the mandrel can be passed through the entire conduit run with a pulling force of 300 pounds or less. Each conduit run shall be verified for continuity along its entire length in the presence of the City Representative. All portions of the system that do not pass the specified testing shall be repaired by the Contractor, and retested, at no additional cost.

Q. Field Adjustments: All modifications of the system shall be scheduled design shall be approved

by the Communications Engineer.

Page 67: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 35 OF 44

R. Building Penetrations: All building penetrations shall be reviewed and approved by the

Communications Engineer. Penetrations shall be cored unless otherwise approved by the Communications Engineer. All penetrations shall be executed and sealed per local, state, and federal fire codes.

S. As-Built Drawings: At the completion of the project, one electronic and one bond copy of the

“As-Built” drawings and shall be provided to the Communications Engineer at the City of Tucson Department of Information Technology.

Page 68: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 36 OF 44

SECTION 975 - TELECOMMUNICATIONS INFRASTRUCTURE DOT FORMAT

975-1 DESCRIPTION The work covered under this section shall consist of a complete-in-place installation, furnishing all material and labor, installing conduit, pull boxes, vaults, and tracer wire, including excavation, backfill, and compacting, for underground fiber optic cable conduit system infrastructure. 975-2 MATERIALS 975-2.01 Polyvinyl Chloride (PVC) Conduit. All conduit shall be listed by UL and conform to NEC standards. Unless otherwise specified, all conduit to be installed underground or installed in concrete structures shall be 4-inch diameter, rigid Polyvinyl Chloride (PVC) Non-Metallic Conduit. The PVC conduit shall be schedule 40, heavy wall, sunlight resistant, manufactured from high impact material and shall be rated for use at 90 degrees centigrade. The conduit shall meet the specifications of UL 651 and NEMA TC-2, and furnished with interface fit bell ends. Fittings shall be schedule 40 PVC, meeting the specifications of NEMA TC-3 and UL 514. 975-2.02 Conduit with Integral Innerduct. Conduit with Integral Innerduct shall be of schedule 40 PVC in modular, slip fit lengths. Shall have pre-lubricated innerducts with internal spacers and which expand and contract at the same rate as the outer duct. Shall have anti-reversing gaskets, and an o-ring gasket at bell base. Shall have inward tapering holes on coupling body for easy assignment, printed indication such as “Install Print Side Up” to keep system straight during installation, and marked innerduct and marked hole on coupling body to insure proper innerduct alignment and allow crews to work from opposite directions. Bends shall be flexible and engineered to be cut-through resistant. Carlon Telecom Systems Multi-Gard or equivalent. All integral innerducts shall have a continuous non-spliced, unknotted detectable 1250 pound test mule tape installed. 975-2.03 Solvent Cement for Polyvinyl Chloride (PVC) Conduit and Couplings. All solvent cement shall meet the requirements of ASTM D 2564. The cement shall be of a medium or heavy bodied cement capable of making watertight joints. The cement and primer shall be of a type recommended by the manufacturer of the conduit. 975-2.04 Rigid Steel Conduit Sweeps. Conduit sweeps shall be listed by UL and conform to NEC standards. The sweeps shall be steel, hot dipped zinc coated, meeting the requirements of UL 6 and ANSI C80.1, and shall carry the Underwriters Laboratory label. Non-thread couplings shall not be used. Sweeps shall have a minimum radius of 12 times the nominal diameter of the conduit. Steel conduit sweeps shall have a factory applied 40 mil PVC coating or be doubled (half overlap) wrapped with a 10 mil PVC plastic tape specifically manufactured for corrosion protection of metallic conduits installed below grade.

Page 69: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 37 OF 44

975-2.05 Flexible Conduit. When specifically indicated on the plans and where approved by the Communications Engineer, flexible solid wall direct bury conduit may be used. The conduit shall be manufactured of Polyvinyl Chloride (PVC), or Polyethylene (PE) plastic. The conduit shall be specifically manufactured for direct buried fiber optic cable raceway systems and shall be Carlon “Optic-Gard PE” conduit, or approved equal. Flexible conduit shall not be utilized for making bends in conduit system. Connection between the flexible conduit and conduits of other materials shall be made with a watertight transition coupling manufactured for the specific type of material. 975-2.06 Plastic Conduit Spacers. Spacers shall be constructed of Polyvinyl Chloride (PVC) or other non-metallic material. The spacers shall be vertical and horizontal interlocking and provide a minimum of 3-inch clearance between conduits. Base spacers shall be provided with a wide base plate to provide solid support on the bottom of the trench. The base spacers shall provide for a minimum clearance of 3 inches between the bottom of the trench and the conduit. 975-2.07 Aggregate Bedding Material. Aggregate material for bedding material shall meet the gradation indicated in the specifications and on the drawings for the subject project. The plasticity index shall also conform to the specifications under which the subject project is designed and constructed. 975-2.08 Controlled Low Strength Material (CLSM). Materials comprising the controlled strength material shall conform to the requirements of Section 1006. CLSM mix designs shall be in accordance with Table 975-2. Unless otherwise designated on the plans, in the special provisions or directed by the Engineer, the CLSM shall be Mix No. 2.

Table 975-2

Mix Proportions For Controlled Low Strength Material

CLSM No. 1 CLSM No. 2 CLSM No. 3

Compressive Strength, 28 days PSI 50 500 1000 Portland Cement (lb) 60 190 280 Water (lb) 475 460 440 Fly Ash (lb) 290 300 300 Fine Aggregate (lb) 2,770 2,680 2,650

Detectable Warning Tape. On open trenching an electronically detectable 6” Fiber optic cable warning tape shall be installed 18” above the conduit. Tape shall be acid and alkali-resistant polyethylene film, with a minimum thickness of 0.004 inch. The tape shall have a minimum strength of 7500 PSI lengthwise and 1,500 PSI crosswise. The tape shall be manufactured with integral wires, foil backing, or other means to enable its detection by a metal detector when the tape is buried up to a depth of 3 feet deep. The tape shall be orange in color and have the following continuous inscription, “CAUTION - FIBER OPTIC CABLE BURIED BELOW”. The inscription shall be 2 inch black letters.

Page 70: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 38 OF 44

975-2.10 Backfill Material. The backfill material shall conform to that of the subject project. 975-2.11 Tracer Wire. The cable and wire shall be listed by UL and conform to NEC standards. The wire shall be a continuous unspliced stranded CU 10AWG, rated for 600 volts, and shall be type THW or XHHW. The color of the wire shall be green. The wire shall be of the required length to eliminate all splices within the conduit. 975-2.12 Pull Boxes. Communications pull boxes shall be UL listed ADOT #7. Pull boxes shall be of a reinforced composite material of a neutral color. The pull box shall have a bolt-down cover secured by a minimum of two (2) recessed hex-head bolts. The pull box cover shall have the word “COMMUNICATIONS” in permanent raised, stamped or welded lettering. The pull box cover shall have a skid-resistant surface. Pull boxes shall be open base. The pull box cover shall have two (2) ½” x 4” pull slots. The pull box base shall have two (2) 4 ½” x 4 1/2” mouse holes, one at each end. Pull boxes may be extended by means of an “extension”. The extension shall have eight (8) 4 1/2” x 4 1/2” knockouts, two on each side. Contractor shall provide all necessary collars, extensions, hardware, sealant, and conduit caps. All conduit entrances shall be sealed. The assigned pull box number shall be painted on the box at the time of installation. Chipped, cracked, or otherwise damaged boxes and covers will not be accepted. 975-2.13 Vaults. Communications vaults shall be UL listed ADOT #9. Vault base shall be pre-cast concrete with a minimum thickness of 4”. Vault cover shall be pre-cast concrete with a minimum 36” x 36” galvanized steel locking lid secured by a minimum of one (1) recessed hex-head bolt. The cover lid shall have “COMMUNICATIONS” written on it in permanent raised, stamped or welded lettering. The vault base and vault cover shall be gasketed and weather proof. Vaults shall have a minimum outside dimension of 48” long by 48” wide by 50” high with a minimum thickness of 4”. The base shall have one (1) 8” diameter by 4” deep sump hole knockout in the floor. The base interior shall have a minimum of one (1) 2 ½” diameter ground rod knockout in the floor , at a corner; the base interior shall have four (4) 7/8” diameter pulling irons, one centered on each side. The base exterior walls shall have four (4) 36” “C” channels precast in the sides, one on each side; the base exterior shall have four (4) 18” x 18” knockouts, one on each side; and, the base exterior shall have sixteen (16) 4 1/2” diameter knockouts for 4” conduit entrances, four on each side. Contractor shall provide all necessary collars, extensions, hardware, sealant, and conduit caps. All conduit entrances shall be sealed. The assigned box number shall be painted on the box at the time of installation. Chipped, cracked, or otherwise damaged boxes and covers will not be accepted. 975-2.14 Portland Cement Concrete. Concrete shall be Class B meeting the requirements of Section 1006 of the Pima County/City of Tucson Standard Specifications for Public Improvements. 975-2.15 Innerduct. Innerduct shall be 1" PVC constructed of a smooth walled exterior and a ribbed interior with a continuous unknotted 1250 pound test mule tape installed. No corrugated innerduct will be accepted. 975-2.16 Watertight Alibi. Watertight Alibi shall consist of a Quadraplex Duct Plug designed to seal around, organize, and support innerduct where it emerges at the top of the risers, pull

Page 71: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 39 OF 44

boxes, and vaults. Fasteners shall be stainless steel. Plug shall support a minimum of 400 lbs of cable, and shall be removable. Jackmoon or equivalent. No chemical seals will be accepted. 975-2.17 Blank Duct Plugs. Blank Duct Plugs shall be installed in each individual innerduct where it emerges at the top of the risers, pull boxes, and vaults. Shall be all plastic construction, corrosion proof, water and air tight to 30 psi. Jackmoon or equivalent. 975-3 CONSTRUCTION DETAILS 975-3.01 Conduit. (A) Handling and Storage. All conduit shall be transported in modules or bundled in a straight and level position. The straps securing the conduit to the vehicle shall be a minimum of 4 inches in width and shall not deform or damage the conduit in any manor. Conduits shall be unloaded in accordance with the manufacturer’s recommendations and shall not be dropped to the ground. Conduits shall be stored in a straight and level position in stacks not exceeding 8 feet in height. Materials shall be stored in an approved manner and covered to prevent ultraviolet deterioration due to the exposure to sunlight. When stored, conduit ends shall not be capped nor shall conduit be subject to temperatures in excess of 140o F. (B) Cleaning. The interior of the conduit shall be kept clean and free of debris. Prior to installation, all foreign materials shall be removed from the interior of the conduit with compressed air and a swab.

(C) Size. Unless otherwise indicated on the plans or special provisions, all conduit shall be 4-inch diameter.

(D) Cuts and Connections. The conduit shall be cut square, de-burred, and trimmed to

remove all rough edges. PVC conduit connections shall be of the solvent weld type. Wipe conduit dry and clean before joining. Apply a full coat of primer to the pipe and coupling per the manufacturer’s recommendations. Apply a full and even coat of solvent cement to the entire area inserted into the fitting. Prevent excess cement from accumulating in the interior of the conduit. Allow joint to cure a minimum of 20 minutes. The complete joint shall be water tight. Where a connection is made to a steel bend, the coupling used shall be a PVC female adapter. Expansion fittings shall not be installed in PVC conduit runs unless otherwise specified. Expansion fittings shall be installed in conduit runs where both ends are fixed in-place, such as between two foundations, and within concrete structures. Expansion fittings shall allow for a minimum linear expansion of six inches. (E) Bends. Bends shall be installed only when absolutely necessary. All bends shall be constructed of rigid steel conduit. Bend shall be factory bent or field bent. Bends shall have a radius of not less than 12 times the nominal diameter of the conduit. Conduit shall be bent

Page 72: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 40 OF 44

without crimping or flattening, using the longest radius practicable. The sum of the deflection angles of all bends in any conduit run shall not exceed 270 degrees between termination and/or junction points. For the purpose of calculating the sum of the deflection angles, bends with a radius of 500 feet or greater may be excluded from this criteria. (F) End Treatment. Conduit ends shall be capped with conduit end caps at all times when work is not in progress. Rigid steel sweeps terminating in pull boxes shall terminate with an approved plastic bushing. (G) Placement. Conduit runs shown on the plans shall be changed only to avoid underground obstructions and only as directed by the Engineer and CE Representative. Unless otherwise specified, conduits shall be placed with a minimum cover of 36 inches to the top of the conduit below the finished grade; the minimum requirement for Transportation projects is 30” due to the depth of electrical conduit placement. When conduit runs, or any part thereof, cannot be installed at the minimum depth, the run, or part thereof, shall be encased in concrete. Conduits shall be installed along the straightest horizontal and vertical alignment practicable, and with a uniform depth of cover. Variations in the alignment shall be accomplished with smooth transitions maximizing the radius of the bends. In cases where it is impossible to maintain the alignment of the conduit, the grade of the conduit shall be transitioned using the minimum number and the longest radius bends. Should discovered field conditions necessitate additional bends in the conduit run, the location and number of pull boxes shall be adjusted as directed by the Engineer and City of Tucson Communications Engineer. Conduits to be encased within Controlled Low Strength Material (CLSM) or concrete shall be installed on plastic conduit spacers. The spacers shall be placed at suitable locations to prevent sagging of the conduit between spacers or at 10 foot maximum centers. Prior to the placement of the CLSM or concrete, the conduits shall be tied down to prevent them from floating. Conduit penetrations into pull boxes shall be made using the knockouts or shall be cored in the structure. Conduits entering through the side wall of pull boxes shall be located three inches above the floor and three inches away from the end wall of the box. Conduit entering the bottom of pull boxes shall be located in the near side corner of the box, approximately 3 inches away from the side and end walls. The conduit shall be sloped towards the top center of the box to facilitate pulling of the cables and innerduct. Conduits terminating in pull boxes shall terminate a minimum of three inches inside the box wall. The void between the conduit and the box shall be completely filled with mastic to form a watertight seal. Conduits entering vaults shall enter through single duct knockouts. The location of the knockout shall be as indicated on the plans, or directed by the Communications Engineer. The joint between the knockout and the conduit shall be filled to form a watertight seal.

Page 73: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 41 OF 44

At all locations where the conduits cross under a new curb, the letters “FO” shall be cut into the top of the curb directly over the conduit run. The letters shall be three inches tall and shall be clearly defined. 975-3.02 Trenching. Unless otherwise specified, all conduit runs shall be installed by trenching methods. Trenching shall include the removal of all material to the design grade no matter what type of material is encountered. The alignment of the conduit shall be staked in the field per the City of Tucson’s standard procedures. When trenching in excess of five feet is required, the Contractor shall submit, in writing to the Engineer, a detailed description of their proposed trenching operations, including shoring methods, prior to the commencement of construction. All conduit shall be covered with bedding material or Controlled Low Strength Material (CLSM) at the completion of each day’s work to prevent shrinkage and thermal expansion that could influence the alignment of the conduit. Concrete encasement shall be a minimum of Class B (2,500 PSI) in accordance with Pima County/City of Tucson Standard Specifications and provide a minimum cover on all sides of the conduit of 3 inches. Otherwise, bedding and shading of the conduit shall be in accordance with the plans and specifications of the subject project. When installed adjacent to water mains, the conduit stall be encased in Controlled Low Strength Material (CLSM). (A) Bedding and Shading. Bedding and shading of the conduit shall be in accordance with the following: Conduits installed in conjunction with Tucson Water projects shall be designed and installed under the plans and specifications of the subject project. Conduits installed with traffic signal or street lighting conduits shall be designed and installed under the plans and specifications of the subject project. Conduits with a depth of cover less than cited above, and where indicated on the plans, shall be encased in concrete. The concrete shall be placed to provide a minimum of three inches of encasement on all sides of the conduit. (B) Backfill. Upon completion of the conduit and bedding installation, the trench shall be backfilled and compacted. The backfill shall be designed and constructed under the plans and specifications of the subject project. Place the detectable warning tape in the backfill, 18 inches below finished grade and directly above the conduit. 975-3.03 Boring and Jacking. Conduit runs shall be installed by boring and jacking methods when required by the plans or directed by the Communications Engineer. The boring and jacking method shall be approved by the Communications Engineer prior to the commencement of work. Where a conduit run is required by the plans to be installed by boring

Page 74: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 42 OF 44

or jacking, the trenching method shall not be utilized except with prior written approval of the Communications Engineer. When casing is used, the casing shall be schedule 40 “standard wall” steel pipe. The casing shall not deviate more than 0.20 feet from the design grade. The joints in the casing shall be fully welded in accordance with A.S.M.E. Section 9. Concrete end seals shall be provided at each end. The intervening annular space shall be filled with sand material approved by the Engineer. Conduits installed within the casing used for water mains shall consist of either four each one (1) inch, four each one and one-half (1 1/2) inch, or two, or more, two (2) inch diameter flexible conduits. The largest practical size shall be used. The conduits shall be strapped to the glass reinforced skids installed on the water line, pulled into the casing after the water main is installed, or installed on a hanger welded to the casing. The alignment of the conduits shall be maintained as straight as possible. The placement of sand within the annular space of the casing shall be controlled to a rate that does not displace the conduit. Boring and jacking pits shall be located a minimum of two feet outside the pavement edge. The diameter of the bore shall be as close to the outside diameter of the conduit such that it will enable the conduit to be installed. At all locations where the diameter of the bore is 2 inches, or greater, than the outside diameter of the conduit, the interstitial space between the conduit and the bore stall be filled with slurry. All boring and jacking methods used shall neither damage nor deform the conduit. The installed conduit shall conform with the alignment and grade shown on the plans. 975-3.04 Concrete Structures. Conduit embedded in concrete structures shall be securely attached to the reinforcing steel at locations and intervals detailed on the plans. Expansion fittings shall be installed at all locations where the conduit crosses expansion joints in the structure. Expansion joints shall also be installed at the point where the conduit enters and exits the concrete structure. Where it is not possible to install expansion joints, the conduit shall be installed in a conduit sleeve of sufficient size to provide a minimum of 1/2-inch clearance between the outside diameter of the conduit and the inside wall of the sleeve. Sleeves shall be discontinuous across the expansion joints in the structure. 975-3.05 Pull Boxes and Vaults. Prior to setting the pull box or vault, verify that the excavation is to the design elevation and alignment. Pull boxes shall be placed on a minimum of six cubic feet of clean 1” (size #57) crushed stone to provide drainage. Vaults shall be placed on a minimum of 16 cubic feet of clean 1” (size #57) crushed stone with a minimum 8" sump hole knocked out to provide drainage. Pull boxes and vaults shall be placed such that the crushed stone does not wash away or into the conduit. Vaults and pull boxes shall NOT be placed in a location of water drainage or standing water. Set boxes and vaults true and plumb. The top plane of the cover shall be a minimum of one inch above finished grade and six inches above possible standing water level for the location. Backfill and compact around the structure avoiding damage to the structure. The backfill shall be compacted to a minimum of 95 percent of the maximum density as determined by ASTM D698.

Page 75: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 43 OF 44

Pull boxes shall be encased in a concrete ring a minimum 10” wide and a minimum of 12” deep on compacted soil. Each pull box/vault shall be provided with a 5/8” by eight foot ground rod and acorn, driven vertically in the corner with six inches of rod exposed above the top of the drainage rock. Install precast sections in accordance with ASTM C891. Joints between the precast sections shall be sealed with a flexible butyl sealant meeting the requirements of AASHTO M-198. Install precast adjustment rings and the frame and cover to finished grade. Cables passing through pull boxes require a minimum 50 feet service loop where attainable without exceeding manufacturer’s minimum bend radius. Cables pulled through manholes/ vaults require not less than 150 feet before exiting. 975-3.06 Innerducts. All 4 inch conduits shall have 4 (quantity) 1 inch smoothwall exterior ribbed interior innerducts with 1250 pound test rated pull strength mule tape installed. 975-3.07 Tracer Wire, Electronic Marker, Mule Tape. A continuous, separate #10 AWG THW/XHHW CU insulated tracer wire shall be installed in each conduit run, external to the innerducts. All lubricants used in the pulling of the tracer wire shall be water soluble. No splicing of the tracer wire shall be permitted in the conduit runs. The ends of the wire shall extend into each pull box, or vault, a minimum of 5 feet, coiled and secured. Connect the ends of all tracer wires within a pull box, or vault, together to a common lug. An electronic marker, 3M model 1255 mini-marker shall be placed by the Contractor at the location of any capped conduit not in a building or pull box/vault. All unoccupied or capped conduits shall have a continuous unspliced unknotted 2500 pound test rated 22AWG detectable mule tape installed, secured at each end and shall be labeled with location of opposite end. 975-3.08 Testing and Cleaning. The completed conduit runs shall be cleaned and tested prior to final acceptance. Cleaning shall consist of pulling a swab through the conduit and removing all foreign material from within the conduit. If water is allowed to enter the conduit during construction, it shall be blown out or removed by other satisfactory means prior to the acceptance of the system. Vaults and pull boxes shall be cleaned of all debris. Upon completion of the cleaning operations, the ends of the conduit shall be capped. RGS sweeps terminating in pull boxes shall be plugged. All conduit runs shall be clearance tested after the completion of all backfilling and sub grade preparation operations. This test shall consist of pulling a mandrel through the conduit run. The mandrel be segmented with an outer diameter of 1/4 inch less than the inside diameter of the conduit, and shall be minimum 10" inches in length. The test shall be considered acceptable when the mandrel can be passed through the entire conduit run with a pulling force of 300 pounds or less. Each conduit run shall be verified for continuity along its entire length, as noted on the plans, and by means of an underground line locator. The installed conduit system shall be marked on the ground using standard blue stake color code and markings procedures. All testing of the system shall be scheduled with, and conducted in the presence of the Communications Engineer. All modifications, testing and final inspection of the system shall be

Page 76: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City

CITY OF TUCSON REGIONAL COMMUNICATIONS AND NETWORKING STANDARDS - NOVEMBER 2011

PAGE 44 OF 44

scheduled with, and conducted in the presence of the Communications Engineering (CE) Division of the City of Tucson Department of Information Technology Representative. Provide 72 hour advance notice to J. The field inspector shall notify the Communications Engineering of the construction schedule to facilitate inspection of the City fiber optic cable conduits. All portions of the system that does not pass the specified testing shall be Operations repaired by the Contractor, and retested, at no additional cost. 975-4 METHOD OF MEASUREMENT 975-4.01 Conduits. Conduits shall be measured by the linear foot for each diameter size of conduit. The measurement shall be from center to center of pull box or vault. No measurement or direct payment will be made for the trenching, bedding, encasement, tracer wire, marking tape, mule tape, backfill and testing, the cost being considered as included in the contract price for the conduit. 975-4.02 Pull Boxes. Pull boxes will be measured as a unit for each pull box installed complete with cover and accessories. 975-4.03 Vaults. Vaults will be measured as a unit for each vault complete with frame and cover and accessories. 975-5 BASIS OF PAYMENT 975-5.01 Conduit. Acceptable quantities of conduit, measured as provided above, will be paid for at the contract unit price per linear foot, which price shall be full compensation for the work, complete in place, including any excavation, removals of obstruction, bedding, encasement, backfi1l, and any incidentals necessary to complete the work. 975-5.02 Pull Boxes. Acceptable quantities of pull boxes, measured as provided above, will be paid for at the contract unit price each, which price shall be full compensation for the work, complete in place, including any excavation, removals of obstruction, bedding, coring, knockouts, backfi1l, and any incidentals necessary to complete the work. 975-5.03 Vaults. Acceptable quantities of vaults, measured as provided above, will be paid for at the contract unit price each, which price shall be full compensation for the work, complete in place, including any excavation, removals of obstruction, coring, knockouts, support channels, bedding, backfi1l, risers, frames and covers, accessories, and any incidentals necessary to complete the work.

Page 77: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 78: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 79: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 80: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 81: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 82: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 83: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 84: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 85: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 86: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 87: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 88: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 89: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 90: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 91: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 92: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 93: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 94: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 95: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 96: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 97: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 98: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 99: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 100: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 101: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 102: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 103: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 104: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 105: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 106: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 107: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 108: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 109: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 110: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 111: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 112: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City
Page 113: CITY OF TUCSON - Maricopa 120550.pdf · CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR ... Circuit TeleVision CCTV cameras, Lenel ... and other devices installed at multiple City