R-02-11-14-13B11 - 11/14/2002RESOLUTION NO. R- 02- 11- 14 -13B11
WHEREAS, the City of Round Rock has duly advertised for bids for
the procurement, installation, documentation, and testing of a uniform,
structured voice and data communications cabling system for the
McConico Building, and
WHEREAS, Orius Corporation has submitted the bid which provides
the best value for the City of Round Rock using statutorily prescribed
considerations delineated in Texas Local Government Code, Section
271.113(b), and
WHEREAS, the City Council wishes to accept the bid of Orius
Corporation, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on
behalf of the City a contract with Orius Corporation for the
procurement, installation, documentation, and testing of a uniform,
structured voice and data communications cabling system for the
McConico Building.
The City Council hereby finds and declares that written notice of
the date, hour, place and subject of the meeting at which this
Resolution was adopted was posted and that such meeting was open to the
public as required by law at all times during which this Resolution and
the subject matter hereof were discussed, considered and formally acted
upon, all as required by the Open Meetings Act, Chapter 551, Texas
Government Code, as amended.
ODMMW ORLDOX\ Os \WDOX\RESOLUSI \R]1114B.11/jkg
RESOLVED this 14th day of November, 2002.
ST:
CHRISTINE R. MARTINEZ, City Secretar
2
, ''
M AXWELL, Mayor
City of Round Rock, Texas
w
E
Municipal Office Building
,r , RDUNDROCKT TEXAS
ROUND OMrwwwre
DATE: November 7, 2002
SUBJECT: City Council Meeting — November 14, 2002
ITEM: 13.B.11. Consider a resolution authorizing the Mayor to execute a
contract with Orius Corporation for the turn -key installation
of an Avaya Voice/Network cabling in the McConico
Building.
Resource: Jim Nuse, Chief of Operations /Assistant City Manager
Larry Madsen, Construction Manager
Howard Baker, Purchasing Agent
History: Thirteen companies offered bids. The amount of the contract is
$27,610.38. This award is being made under the authority of Local
Government Code, Chapter 252, which authorizes awarding a bid
based on "Best Value" rather than "Lowest Responsible Bid."
Funding:
Cost: $27,610.38
Source of funds: Capital Project Funds - 2000 CO
Outside Resources: Orius Corporation
Impact/Benefit: Through this contract an advanced communication cabling will be
installed in the McConico Office Building. The new building will
house Municipal Court, PARD Administration Offices, and Planning
& Community Development departments.
Public Comment: N/A
Sponsor: N/A
JanCom Technologies, Inc. prepared the programming and design
development documentation for the Communication and Cabling on the
McConico Building. JanCom Technologies, Inc. and Howard Baker
reviewed all 13 bids that were received and recommend Orius Corporation,
Avaya System as the Best Value.
CITY OF ROUND ROCK
PURCHASING AGREEMENT
FOR
CABLING INSTALLATION AT McCONICO - w A BUILDING
THIS AGREEMENT, is made and entered into this i — of .IYW.I�JL 20 01,,by
and between the City of Round Rock, a Texas home -rule municipal corporation, whose offices are
located at 221 East Main Street, Round Rock, Texas 78664 -5299, herein after referred to as "City"
and Orius Corp., Network Cabling Division, 3100 Industrial Terrace, Suite. B, Austin, TX 78758,
hereinafter referred to as `Vendor ", and City and Vendor are collectively referred to as the "parties ".
RECITALS:
WHEREAS, the City desires to contract with Vendor for cable installation services for all
telecommunications in the McConico building and
WHEREAS, the Invitation for Bid to provide the City with cable installation services previously
issued for said services and the City has selected the Bid submitted by Orius; and
WHEREAS, the parties hereby desire to enter into this Agreement to set forth, in writing, their
respective rights, duties and obligations hereunder;
NOW, THEREFORE, WITNESSETH, that for and in consideration of the mutual promises
contained herein and other good and valuable consideration, the sufficiency and receipt of which are
hereby acknowledged, it is mutually agreed between the parties as follows:
1.0 CONTRACT DOCUMENTS AND EXHIBITS
The City of Round Rock selected Vendor as the integrator of choice to provide cable
installation services as outlined in IFB 03 -002, Specification, Section 16740 and Response to
IFB submitted by Vendor (Exhibit A). The intent of these documents is to formulate an
Agreement listing the responsibilities of both parties as outlined in the IFB and as offered by
Vendor in their response to the IFB.
The services that are the subject matter of this Agreement are further described in Exhibit A,
and together with this Agreement comprise the Agreement, and they are fully a part of this
Agreement as if herein repeated in full.
2.0 ITEMS AWARDED
The bid items of Exhibit A is the subject of this agreement:
Cabling installation services as defined as "Avaya Solution" in 3.0 and itemized bid pricing
page in section 2 of Vendor's response.
3.0 COSTS
The bid costs listed in Exhibit A for a total of $27,610.38 shall be the basis of any charges
collected by the Vendor.
3.1 Backbone Cabling, Multi -pair Voice
3.2 Horizontal Cabling, 5e data cable
3.3 Horizontal Cabling, 3 Voice cable
3.4 Cross Connect and Patching, data patch & station cords
$ 613.00
$6,000.00
$5,040.00
$1,933.95
3.5 Voice Cross - connect wire $ 138.93
3.6 Termination Hrdwre -110 Voice Termination Equip -300 pr $ 450.00
3.7 Data Termination Equip -48 port modular PP $1,298.60
3.8 Modular outlet components - 2 port wall faceplate $ 33.48
3.9 it " -1 port wall faceplate $ 856.92
3.10 " " -4 port /surface mount $ 205.64
3.11 " " - category 5e jacks $2,655.52
3.12 " " - category 3 jacks $2,306.92
3.13 84 X 19 equip rack $ 351.12
3.14 6 plug power strips N/A
3.15 dual sided vertical wire mgmt panel $ 742.50
3.16 1 RMS Horizontal wire mgmt panel N/A
3.17 2 RMS horizontal wire Mgmt panel $ 345.00
3.18 Ladder rack/cable runway $ 746.68
3.19 CAT -21 J -Hooks $1,253.25
3.20 CAT -32 J -Hooks N/A
3.21 Backboard cable mgmt hdware N/A
3.22 CATV equip and installation $ 942.20
3.23 Grounding equip (lot) $ 725.44
3.24 Testing of Data Horizontal Circuits n/c
3.25 Testing of Voice Horizontal circuits n/c
3.26 110 horizontal wire manager $ 39.84
3.27 Coax Insert Module $ 56.88
3.28 Performance Bond $ 400.00
3.29 Engineering/Project Mgr $ 475.00
4.0 INVOICES: All invoices shall include but not be limited to the following information:
Name and address of Vendor
Purchase Order Number
Description and quantity of item(s) received for Services
Service Date(s)
5.0 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Vendor
will be made within thirty (30) days of the day on which the City receives the supplies,
materials, equipment, or within thirty (3) days of the day on which the performance of
services was complete, or within thirty (30) days of the day on which the City receives a
correct invoice for the supplies, materials, equipment, or services, whichever is later.
5.1 there is a bona fide dispute between the City and Vendor concerning the supplies,
materials, or equipment delivered or the services performed that causes the payment
to be late; or
5.2 the terms of a Federal contract, grant, regulation, or statute prevent the City from
making a timely payment with Federal Funds; or
5.3 there is a bona fide dispute between Vendor and a subcontractor or between a
subcontractor and its supplier concerning supplies, materials, or equipment delivered
2
5.4 or the services performed which causes the payment to be late; or
5.5 the invoice is not mailed to the City in strict accordance with instructions, if any, on
the purchase order, or this Agreement or other such contractual agreement.
6.0 TAXES
The City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in charges.
7.0 ASSIGNMENT
Vendor's rights and duties awarded by this agreement may not be assigned to another
without written consent of the city signed by the City's authorized agent. Such consent shall
not relieve the assignor of the liability in the event of default by the assignee.
8.0 GRATUITIESBRIBES
The City may, by written notice to Vendor, cancel this contract without liability to Vendor if
it is determined by the City that gratuities or bribes in the form of entertainment, gifts, or
otherwise, were offered or given by Vendor, or its agent or representative to any City officer,
employee or elected representative with respect to the performance of this agreement. In
addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code.
9.0 INDEMNIFICATION
Vendor agrees to and shall indemnify, defend, and hold harmless the City, its officers, agents,
and employees, from and against any and all claims, losses, damages, causes of action, suits,
and liability of every kind, including all expenses of litigation, court costs, and attorney's fees
for injury to any person, or for damages to any property, arising out of or in connection with
any act or omission, negligence, willful misconduct in the performance of this Agreement
done by Vendor, its officers, agents, employees, or subcontractors under this Agreement,
without regard to whether such persons are under the direction of City agents or employees.
10.0 INSURANCE
Vendor shall meet requirements as stated in the attached Invitation to Bid No. 03 -002 and
their bid response.
11.0 APPLICABLE LAW
The laws of the State of Texas shall govern this agreement. Both Parties expressly agree that
Williamson County is the place for performance of this contract and that Williamson County,
Texas shall be the proper County for venue purposes in any litigation arising herefrom. No
rights, remedies, and warranties available to the City under this agreement or by operation of
law are waived or modified unless expressly waived or, modified by the City in writing.
12.0 RIGHT TO ASSURANCE
Whenever one party to this agreement in good faith has reason to question the other party's
intent to perform, the questioning party may demand that the other party give written
assurance of their intent to perform. In the event that a demand is made and no assurance is
given within five (5) days, the demanding party may treat this failure as an anticipatory
repudiation of the contract.
13.0 MULTIPLE COUNTERPARTS
3
14.0 NOTICES
For the purposes of this Agreement, notices to the City shall be to:
City Manager
City of Round Rock
221 East Main Street
Round Rock, Texas 78664 -5299
With a copy to:
Stephan L. Sheets, City Attomey
309 East Main Street
Round Rock, Texas 78664
Notice to Vendor shall be to:
Orius Corp., Network Cabling Division
3100 Industrial Terrace, Ste. B
Austin, Texas 78767 -0220
Notices will be effective upon delivery at the above addresses until the parties notify each
other, in writing, of a change in address.
IN WI SS WHEREOF the parties to ese presents have executed this Agreement on the
f th day of 200
CITY
By:
N
This agreement may be executed in multiple counterparts, any one of which shall be
considered an original of this instrument, all of which, when taken together shall constitute
one and the same instrument.
II ,5
ll ayor
City of Round Rock
Atte
By:
Christine Martinez, City Secretary
City of Round Rock
4
Orius Co
By:
N
tiling Division
EE L.4 uF
Title: A-g5 r54�N 4 /3PAuxi /
Attest:
By:
Name: ;, �.�
Title: SCN _ Parrea 1v� n4t
Telecommunications Cabling
Invitation For Bid
TABLE OF CONTENTS
1.0 Index of Drawings 2
2.0 Invitation for Bid 3
2.1— Basic Scope of Project 3
2.2 — Bidder Requirements 3
2.3 — Pre -Bid Conference and Site Visit 4
2.4 — Bid Submittal Information 4
2.5— Bid and Bidder Evaluation Method 4
2.6 — Insurance and Bonding Requirements 5
2.7 — Project Commencement and Completion Dates 7
2.8 — General Instructions 7
3.0 Bid Form . 9
4.0 Bid Submittal Forms. 10
4.1— Hold Harmless Agreement 10
4.2 — Contractor Personnel and Proposed Subcontractors 11
4.3 — Bid Pricing and Unit Pricing Form 12
4.4 — Bidder's List of Exceptions 14
5.0 Spec Section 16740 — The City of Round Rock — McConico Bldg. Telecommunications Cabling. . 1 17
Page 1 of 14
TCRR — McConico Bldg September 23, 2002
Telecommunications Cabling
Invitation For Bid
1.0 — INDEX OF DRAWINGS
Sheet T1.1 First Floor Plan — Technology
Sheet T1.2 Second Floor Plan — Technology
Sheet T2.0 Technology Details
Page 2 of 14
TCRR — McConico Bldg September 23, 2002
h- g tio
l / - -03--
Telecommunications Cabling
Invitation For Bid
2.0 — INVITATION FOR BID
The City of Round Rock ( "Owner") is hereby soliciting bids for the procurement, installation, documentation, and
testing of a uniform, structured voice and data communications cabling system as described herein for it's new office
building located at 301 Bagdad Round Rock, Texas.
Invitations for bids shall be submitted in accordance with and comply with the included instructions and
specifications in this Invitation for Bid (IFB).
Bids will be received in the Purchasing Office, 221 E. Main Street, Round Rock, TX 78664 -5299 until 3:00 P.M.
October 15, 2002, then publicly opened and read aloud in the City Council Chambers at the same address. Late bids
will not be considered and if properly marked, returned unopened to the bidder. Fax, telephone, or electronically
transmitted bids will not be accepted. Sealed bids only.
2.1 — Basic Scope of Project
The Project described within this IFB occurs within the new construction of a two level building of approximately
26,000 square feet. The "Scope of Work" described within this IFB, to be performed by the selected Cabling
Contractor, will provide the installation of a complete and working communications cabling system to support voice,
high -speed data and video communications within the building. The turn-key installation shall included unshielded
twisted pair (UTP), fiber optic, coaxial, and riser cabling, infrastructure, support, and termination equipment, other
communication systems components as described herein and on the project drawings, and all testing, labeling, and
documentation as described herein and on the project drawings.
2.2 — Bidder Requirements
Each Bidder, by submitting its bid, represents and warrants that the Bidder's Firm:
1. Has sufficiently informed itself in all matters concerning the Scope of Work and conditions of the proposed
cabling installation, including site conditions, specifications, and terms of this IFB.
2. Is submitting its bid on the basis of its own independent review of the premises and its interpretation of The
City of Round Rock's requirements, in conjunction with requirements imposed by applicable laws,
regulations, standards, and codes.
3. Is experienced, competent and able to furnish all equipment, materials, tools, supplies, labor and
supervision necessary to complete the work.
4. Is financially solvent, capable of paying its debts as they mature and possesses sufficient working capital to
complete performance of the work.
5. Is duly authorized to do business in the State of Texas.
6. Carries insurance required by law as well as policies that are adequate to cover risks associated with the
preparation of bids and performance of work relating to this IFB. As a minimum, Bidder shall meet all
insurance and bonding requirements listed below to qualify for consideration.
7. If successful and awarded the contract, shall warrant that all materials and equipment furnished under the
contract are new and in good working order, free from defects and in conformance with the system
specifications, and that all installed equipment conforms to the manufacturer's official published
specifications.
Page 3 of 14
TCRR — McConico Bldg September 23, 2002
Telecommunications Cabling
Invitation For Bid
2.3 — Pre - Bid Meeting and Site Visit
A pre -bid meeting will be held at 2:OOpm on October 1, 2002 at the building site. A team member from any vendor
wishing to respond is encouraged to attend . Due to space limitation, no more than two representatives from each
vendor will be admitted. Questions and responses will be documented and issued via addendum to the Bid
Documents to all bidders. Site visitors shall wear appropriate clothing for construction site visitations. Any
questions regarding the project scope arising during the site visit shall be in writing and submitted to the Designer to
be addressed as appropriate in an issued addendum.
2.4 — Bid Submittal Information
Responses to this IFB shall be enclosed in an opaque sealed envelope, labeled with the project title:
"BID — THE CITY OF ROUND ROCK - McCONICO BUILDING TELECOMMUNICATIONS CABLING
PROJECT"
and the name and address of the Bidder. If the bid is sent by mail or other delivery system the sealed envelope shall
be enclosed in a separate envelop with the notation "BID ENCLOSED" on the face of it. Deliver original and three
complete copies of your bid by the date and time listed in 2.0 above.
Bids shall be based on and meet the requirements of the following:
I. Project Drawings
a. Sheet TI.1 First Floor Plan — Technology
b. Sheet TI.2 Second Floor Plan — Technology
c. Sheet T2.0 Technology Details
2. This IFB and Specification Section 16740.
3. Pre -Bid Conference /Site Visit
4. Issued Addendum/Addenda
All Bids must include the following information:
1. Proof of Insurance and Bonding (as described in Section 2.6 below)
2. Completed Bid Form (Form 3.0 below)
3. Completed Bid Submittal Forms (Forms 4.1 through 4.6 below)
Bids shall be delivered to:
Purchasing Agent
City of Round Rock
221 E. Main
Round Rock, TX 78664 -5299
2.5 — Bidder Evaluation Method
Invitation for bid shall indicate Vendor's understanding and coverage of all elements of work required to
provide a complete and working system as shown and/or specified. Invitation for bid shall indicate receipt of
any and all addenda issued within the bid period with the understanding that it is to be included as part of the
required work. The Designer may call or otherwise request additional information from any Bidder, as
necessary, in order to obtain clarification on any portion of the submitted Invitation for Bid which may appear
unclear or have more than one interpretation or to verify Bidder understanding of any part of the Scope of Work.
Page 4 of 14
TCRR — McConico Bldg September 23, 2002
Telecommunications Cabling
Invitation For Bid
The Owner has the right to reject all bids, or any incomplete or otherwise improper bid at their discretion. The
Owner may also waive any irregularity in any bid. The Owner has the right to accept any additive alternates at
their discretion.
In addition, in order to be considered, Bidder must also be able to demonstrate favorable standing with clients
from work on other projects of similar size and scope, including demonstration of the ability to establish and
maintain a project schedule and complete projects to their entirety on time, ability and willingness to coordinate
with other trades and personnel on site, practice proper installation techniques which minimize key items on
field observation and final inspection punch - lists, maintain a clean safety record, and abide by the General
Contractors on -site rules and regulations.
If award of contract is made by The City of Round Rock, the winning vendor shall negotiate into agreement with The
City of Round Rock the Contract and conditions for this project to which this document becomes a part of. Upon
signing the Contract Agreement, failure to comply with any part of this IFS will be taken as a failure of the Bidder to
comply with the Contract Documents and can be cause for rejection of the work.
2.6 — Insurance and Bonding Requirements
Winning bidder shall be required to provide proof of insurance, and performance bonds as established below.
Failure to provide proof of insurance and bonding may result in the annulment of the Contract award.
Insurance Minimum Requirements
Workmen's Compensation:
Employer's Liability:
Commercial General Liability:
Each Occurrence: $500,000
Fire Damage: $50,000
Medical Expenses (any one person): $5,000
Personal & Adv Injury S500,000
General Aggregate: $1,000,000
Products — Comp. Operations: $500,000
Commercial General Liability must be issued on an "occurrence" basis.
Owner's & Contractor's Protective Liability:
Bodily Injury: $500,000
Property Damage: $500,000
Automotive Liability: $1,000,000 Combined Single Limit.
The automotive policy must be written to cover any auto.
Excess Liability: $3,000,000 or more for each occurrence and aggregate.
Umbrella liability policy shall be written on an "occurrence" basis.
The City shall be entitled, upon request, and without expense to receive copies of insurance policies and all
endorsements thereto and may make reasonable request for deletion, revision, or modification of particular policy
terms, conditions, limitations, or exclusions (except where policy provisions are established by law or regulation
binding either of the parties hereto or the underwriter of any of such policies). Upon such request by the City, the
successful Bidder shall exercise reasonable efforts to accomplish such changes in policy coverage and shall pay the
cost thereof. All insurance and bonds shall meet the requirements of the bid specification and the insurance
endorsements stated below.
Page 5 of 14
Statutory Limits
$500,000 Each Accident
$500,000 Policy Limit
$500,000 Each Employee
TCRR — McConico Bldg September 23, 2002
Telecommunications Cabling
Invitation For Bid
Successful Bidder agrees that with respect to the required insurance, all insurance contracts and certificate(s) of
insurance will contain and state, in writing, on the certificate or its attachment, the following provisions:
a. Provide for an additional insurance endorsement clause declaring the successful Bidder's insurance as
primary.
b. Name the City and its officers, employees, and elected officials as additional insureds, (as the interest of
each insured may appear) as to all applicable coverage.
c. Provide thirty days notice to the City of cancellation, non - renewal, or material changes.
d. Remove all language on the certificate of insurance indicating:
(1) That the insurance company or agent/broker shall endeavor to notify the City: and,
(2) Failure to do so shall impose no obligation of liability of any kind upon the company, its
agents, or representatives.
e. Provide for notice to the City at the addresses listed below by registered mail:
(1) Successful Bidder agrees to waive subrogation against the City, its officers, employees, and
elected officials for injuries, including death, property damage, or any other loss to the extent same
may be covered by the proceeds of insurance.
(2) Provide that all provisions of this contract concerning liability, duty, and standard of care
together with the indemnification provision, shall be underwritten by contractual liability coverage
sufficient to include such obligations within applicable policies.
(3) All copies of the Certificate of Insurance shall reference the project name, bid number or
purchase order number for which the insurance is being supplied.
(4) Successful Bidder shall notify the City in the event of any change in coverage and shall give
such notices not less than thirty days prior notice to the change, which notice shall be
accomplished by a replacement Certificate of Insurance.
f. All notices shall be mailed to the City at the following addresses:
Assistant City Manager City Attorney
City of Round Rock City of Round Rock
221 East Main Street 309 East Main Street
Round Rock, TX 78664 -5299 Round Rock, TX 78664
g. Approval, disapproval, or failure to act by the City regarding any insurance supplied by the successful
Bidder shall not relieve the successful Bidder of full responsibility or liability for damages and accidents set
forth in these requirements. Neither shall bankruptcy, insolvency, or denial of liability by the insurance
company relieve the successful Bidder from liability.
h. If the successful Bidder employs, contracts with or otherwise permits any other individual or entity to
perform any of the obligations of the successful Bidder, then any and all of these individual or entities shall
be bound by the same insurance requirements as the successful Bidder.
The Description section of the Certificate of Liability Insurance shall include the following statement: "The City of
Round Rock — McConico Building Telecommunications Cabling Project."
Page 6 of 14
TCRR — McConico Bldg September 23, 2002
Telecommunications Cabling
Invitation For Bid
Bonding Minimum Requirements
Bidder shall furnish a Performance Bond. Prior to commencing any Project Work, the winning bidder shall furnish to
The City of Round Rock, at the vendors expense, Performance Bonds in the amount equal to one hundred percent
(100 %) of the projected sum for work authorization. Surety Bonds must be issued by a company or companies with
a rating of not less than B+ in the last available Best's Rating Guide and shall be issued by such corporate sureties
duly authorized and admitted to do business in the State of Texas and licensed by the State of Texas to issue Surety
Bonds as are approved and acceptable to the Owner. Surety Bonds shall reference the project for which the bonds
are issued. If the Project sum exceeds the underwriting limitation of the surety, the vendor shall provide The City of
Round Rock with evidence that the excess is protected by reinsurance or co- insurance issued by a corporate Surety
duly authorized and admitted to do business in the State of Texas and licensed by the State of Texas to issue Surety
Bonds. Such Bonds shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. The
vendor shall require any attomey -in -fact who executes the required Bonds on behalf of the surety to affix thereto an
original certified and current copy of a power of attorney evidencing the authority of such attorney -in -fact who
executes such bonds, indicating the monetary limit of such power and authority. The surety to which issues the
bonds is hereby notified that the Owner, the Designer, and their agents and employees do not represent and will not
be responsible for the surety's interests during the course of the Work. To protect it's interests, the surety shall have
the right to attend pay estimate meetings, review of Applications for Payment when requested in writing by them,
comment upon and make recommendations regarding payments, and inspect the Work, the surety shall and hereby
waives any cause of action against the Owner, the Designer and their agents and employees, for Toss suffered by the
surety by reason of overpayment of any amounts to the vendor, unless such is a direct result of a fraudulent or
grossly negligent act committed by such party.
2.7 — Project Commencement and Completion Dates
The cabling project start date is expected to occur on or around November 15, 2002 and is contingent on the signing
date of the Contract Agreement between the Owner, and selected Vendor. At that time, the Cabling Contractor shall
be expected to be on -site and beginning work. All work done on -site, while the General Contractor is still in
possession of the building, shall be coordinated with the General Contractor's schedule and sequencing. Contract
time shall begin upon notice to proceed by the Owner and substantial completion of all work is expected to occur no
later than 21 days from that notification date. Upon Contractor notification of substantial completion, a walk -thru
will be conducted and a punch -list created along with a schedule for which resolution of punch -list items will be
resolved. The Building is expected to be turned over for Owner and/or Tennant finish out on or around March 1,
2003. Specific scheduling details are to be established subsequent to Contract Award.
2.8 — General Instructions
The City of Round Rock is exempt from payment of sales tax for the purpose of taxable items. A tax exemption
certificate will be made available to the winning bidder.
Bidders shall include in their bids all costs necessary to cover all materials, labor, equipment, and contingencies
essential to successfully install the specified systems. The Owner shall not incur any cost not specifically itemized in
the bid unless specifically agreed upon, in writing. No claims for compensation will be considered or allowed for
extra work resulting from lack of knowledge of any documented or existing conditions on the part of the Bidder.
In light of the above and taking into account that the Electrical Subcontractor will provide and install all conduit,
rough -in devices, and cores and sleeves within the core building space as described elsewhere within the project
documents, the Cabling Contractor shall review the cabling design, construction documents for associated disciplines
(electrical, mechanical, civil), and electrical subcontractors shop drawings for provided infrastructure and rough -in
and shall confirm all conduit and other rough -in device quantities, placement and sizes to be acceptable and
buildable with regard to the communications cabling installation during the bidding process. All such deficiencies
found will be immediately brought to the Designer's attention for resolution. Inadequacies in the rough -in
infrastructure discovered subsequent to the award of the project which would be reasonably expected to have been
Page 7 of 14
TCRR — McConico Bldg September 23, 2002
Telecommunications Cabling
Invitation For Bid
discovered in the process of reviewing the Contract Documents will be remedied by the Cabling Contractor at the
Owners and/or System Designers discretion with no additional cost to the project and with no delay in the scheduled
project completion date.
The Owner reserves the right to modify the specifications contained herein or the associated drawings via issued
addendums during the bid period. No modification or interpretation of the specifications other than through the
issued addenda will be binding upon The City of Round Rock. Vendors must notify the Owner as soon as any
omissions, errors or conflicting information is discovered in the bidding documents so that corrective addenda may
be issued. Such notification and other questions must be received in writing or FAX 512 -218 -5563 no later than
October 3, 2002.
During the period from now until the bids are due, any and all questions or other communications regarding this IFB
will be directed to Larry Madsen at 512- 218 -5555 and/or fax number 512- 218 -5563.
All Vendors will be notified of the selection of the successful Vendor by letter or phone call from the Purchasing
Office as expeditiously as possible, but not prior to approval by The City of Round Rock. Inquiries made by
Vendors are not necessary.
The selected Vendor will be considered the primary Cabling Contractor and will assume total responsibility for
providing The City of Round Rock with all material needed to make the system fully operational by the agreed upon
date. If the Vendor decides to utilize the services of one or more subcontractors, the following applies: The City of
Round Rock reserves the right to select and approve subcontractors, the Vendor agrees to be responsible for the
actions, accomplishment, quality of workmanship of the subcontractor(s), and provision of the total bid to the
satisfaction of The City of Round Rock.
Vendor and subcontractor(s) shall get clearance and follow instruction from the General Contractor on site in regards
to scheduling and trade coordination, site rules and regulations, dress code and/or personnel identification badge
requirements, required safety and/or coordination meetings, etc. before beginning work on the project site.
The Vendor, at all times during performance of work, and until work is completed and accepted, shall have a
competent supervisor on the premises.
Page 8 of 14
TCRR— McConico Bldg September 23, 2002
Telecommunications Cabling
Invitation For Bid
3.0 — BI» FORM
Your firm:
Having read and having carefully examined the bidding and construction documents and examined all conditions
affecting the work, agrees to furnish all labor, materials, taxes, tools, equipment, transportation, machinery, supplies,
insurance, permits, and necessary services required to complete all Work described within the Contract Documents
and plans, including any and all issued addenda, provided for The City of Round Rock — McConico Building
Telecommunications Cabling Project for the fixed price of:
Page 9 of 14
S
(written)
Bidder understands that both the drawings and written specifications are intended to be complimentary of one
another and both are to be reviewed and utilized for the purpose of responding to this Invitation for Bid (IFB) and
completing all Work. In the case of a difference in quantities of materials, between the written specifications and
drawings, the Bidder shall utilize the higher of the two numbers indicated whether in the written specifications or the
drawings and the price quoted above shall reflect the greater quantity.
The undersigned fully agrees and understands the intent and purpose of the Contract Documents and the conditions
required for bidding as set forth and in the IFB. The Bidder hereby covenants and agrees that claims for additional
compensation or extensions of time due to Bidders failure to familiarize itself with the Contract Documents or any
condition at the Project site, which might affect the Work, will not be allowed.
The Bidder will unconditionally execute a satisfactory Contract, furnish the performance bond, meet the insurance
requirements, and satisfy all other requirements for execution and delivery of the Contract Documents and
commencement of the Work.
Company Name:
Address:
City:
State:
Zip:
Telephone:
Fax:
Signature:
Name:
Title:
Date:
TCRR — McConico Bldg September 23, 2002
Telecommunications Cabling
Invitation For Bid
4.0 — INVITATION FOR BID SUBMITTAL FORMS
4.1— Hold Harmless Agreement
The Vendor shall defend, indemnify, and hold harmless, The City of Round Rock and all of its trustees, officers,
agents, and employees from and against all suits, actions, or claims of any character brought for or on account of any
injuries or damages (including death) received or sustained by any person or property on account of, arising out of,
or in connection with, any negligent act or omission of Vendor or any agent, employee, subcontractor, or supplier of
Vendor in the execution or performance of the Contract for The City of Round Rock — McConico Building
Telecommunications Cabling Project, ( "Project ").
The Vendor shall also defend, indemnify and hold harmless, The City of Round Rock and all of its trustees, officers,
agents, and employees, from and against claims by any subcontractor, supplier, laborer, material procurer, or
mechanic for payment for work or materials provided on behalf of the Vendor in the performance of the Contract
and all such claimants shall look solely to Vendor and not to The City of Round Rock for satisfaction of such claims.
This Hold Harmless Agreement shall be binding upon the undersigned, and its successors, legal representatives, heirs
and assigns.
DATED this
STATE OF TEXAS
Williamson County
This instrument was acknowledged before me on the day of , 20 by
of , a Texas , on behalf of
said
Page 10 of l4
day of , 20_
CONTRACTOR:
By:
Name:
Title:
Notary Public, State of Texas
TCRR — McConico Bldg September 23, 2002
Telecommunications Cabling
Invitation For Bid
4.2 — Contractor Personnel and Proposed Subcontractors
The Bidder agrees to employ the following individuals for the entire duration of the Project at the positions indicated
and agrees not to remove them from the Project nor replace them with others except as otherwise permitted by the
Contract Documents or approved in writing by the Owner:
Office Project Manager: Phone Number:
On -Site Superintendent: Phone Number:
Lead Technician: Phone Number:
Subject to the approval by the Owner and Designer, the Contractor intends to employ the following named
Subcontractors for the following trades:
Subcontractor:
Trade:
Subcontractor:
Trade:
Subcontractor:
Trade:
Page 11 of 14
TCRR— McConico Bldg September 23, 2002
++�� rItem (Unit) - = ;•rh•^.t. - "vt''
•?'r .r%t��i' ��'�iRx 7 _ �° ;$•A�_i „
4- r `�' + « {' •. t : "5 :... q:
� QtyY
•' i _-
h_! ^
- -.Unit .-•-
'Material°
Cost -
.■ Extended -
w Mate':rialW
' '= Cost ' ;
,Extended
�;„Labo�;;<
w - Cost
4 '' Total,3,;,.,
"'s?: Cost` ^r 3
«?RI
BACKBONE CABLING
Multi air Voice Backbone Cable (ft)
HORIZONTAL CABLING
Category 5e Data Cable (ft)
Cate • o 3 Voice Cable (ft)
CROSS CONNECT AND PATCHING
Data Patch and Station Cords (ea)
Voice Cross - Connect Wire (Reel)
TERMINATION HARDWARE (Telecom Room)
110 Voice Termination Equipment — 300pr (ea)
Data Termination Equip - 48 Port Modular PP (ea)
Cate • o 5e Modular Jacks (ea)
MODULAR OUTLET COMPONENTS
2 — Port Wall Mount Faceplate (ea)
Single Port Wall Mount Faceplate (ea)
4 — Port Surface Mount Box (ea)
Category 5e Modular Jacks (ea)
Cate:ory 3 Modular Jacks (ea)
MISC. EQUIPMENT
84” x 19" Equipment Rack (ea)
6 Plug Power Outlet Strips
Dual Sided Vertical Wire Management Channel (ea)
1 RMS Horizontal Wire Management Channel (ea)
2 RMS Horizontal Wire Management Channel (ea)
Ladder Rack/Cable Runway (ea)
CAT -21 J -Hook (box)
CAT -32 J -Hook (box)
Backboard Cable Management Hardware (ea)
CATV Equipment and Installation (lot)
Grounding Equipment (lot)
Testing Of Data Horizontal Circuits
Testin: Of Voice Horizontal Circuits
OTHER EQUIPMENT (LIST BELOW)
Telecommunications Cabling
Invitation For Bid
4.3 — Bid Pricing and Unit Pricing Form
Each Bidder shall provide pricing in its firm's standard format. Each Bidder shall also provide the following total
summary and unit pricing forms for use in analyzing bids. Bidder shall provide unit prices for the items listed below.
The prices will be guaranteed for the duration of the Project and shall govern additions and deletions to the Project
where requested by the Owner. Prices indicated shall be for complete and working assemblies, i.e., Typical Data
Drop will include all associated materials (cable, faceplates, connectors, etc.), installation, termination, labeling and
testing in accordance with the Specifications, as well as shipment overhead and profit associated with the installation
of each unit.
Page 12 of 14
TCRR— McConico Bldg
September 23, 2002
Telecommunications Cabling
invitation For Bid
Z
Page 13 of 14
Project Material and Labor Subtotal:
Performance Bond:
Other Charges (Describe All Other Charges):
TOTAL PROJECT BID:
TCRR — McConico Bldg September 23, 2002
Telecommunications Cabling
Invitation For Bid
4.4 — Bidder's List of Exceptions
Provide, in the space below, any and all exceptions taken to the Contract Documents. If there are no exceptions,
bidder shall state "No Exceptions Taken" in the space below.
Page 14of14
TCRR— McConico Bldg September 23, 2002
The City Of Round Rock — McConico Building Section 16740 - 1
Part 1 - General
1.1 Throughout this specification the terms "Owner" and "System Designer" shall refer to The City
of Round Rock (or "Municipality") and JanCom Technologies, Inc., respectively. The project
site is located at the corner of Brown and Bagdad streets in Round Rock, Texas. The
General Contractor responsible for project management is Raymond Construction. The
Cabling Contractor shall coordinate its efforts with other trades and complete the scope of
contracted work within General Contractor specified project deadlines. Owner and tenant
occupancy is scheduled for the first quarter of 2003.
1.2 Quality Assurance
A. The Cabling Contractor shall comply with all local licensing requirements, laws and
ordinances, and shall be responsible for maintaining all required permits for the
duration of the project.
B. The Cabling Contractor shall comply with all bonding and insurance requirements
described within the project manual for the duration of the project.
C. Acceptable Contractors for the installation of the equipment within these
specifications shall have personnel with the experience, training, and skill to install a
complete and working telecommunications cabling system. The Contractor shall be
required to fumish acceptable evidence of having installed a minimum of five (5)
telecommunications cabling systems similar in size and scope to that proposed under
these specifications.
D. Contractor personnel proposed to install any equipment described within these
specifications shall have demonstrable experience and training on the specific
equipment to be p rovided. T he C ontractor s hall b e required t o f urnish acceptable
evidence of manufacturer's training or experience of having participated in a minimum
of three (3) similar system installations on the part of any personnel assigned to this
project.
E. During the installation of the cabling system, the Owner and /or their Representative
will conduct periodic inspections to verify that cable installation is proceeding
according to the letter and intent of this specification. Deficiencies and unapproved
deviations from the design shall be corrected by the Cabling Contractor with no
schedule delay and at no additional expense to the Owner.
F. Materials described in the bid shall be reviewed only for compliance to the intent of
the design and will not be reviewed for completeness in terms of material quantities.
Quantities of materials required to provide and install a complete and working system
shall be as described within the drawings, specifications or Invitation For Bid ( "IFB ")
and shall be provided and installed or delivered as described herein for the contracted
price regardless of quantities of materials quoted in the bid.
G. Post Award and Post Project Deliverables shall be provided by the Cabling Contractor
to the satisfaction of the System Designer within the schedule and within the accepted
bid price.
1.3 Consideration of Bids
A. JanCom Technologies, Inc., The City of Round Rock, and the Project Manager will
evaluate all bids and select a bidder based who provides goods or services at the
best value for the Owner based upon the following:
1. the purchase price;
September 23, 2002
SECTION 16740
Telecommunications Cabling
TELECOMMUNICATIONS CABLING 16740 -1
The City Of Round Rock — McConico Building Section 16740 - 2
2. the reputation of the bidder and of the bidder's goods or services;
3. the quality of the bidder's goods or services;
4. the extent to which the goods or services meet the municipality's needs;
5. the bidder's past relationship with the municipality;
6. the total long -term cost to the municipality to acquire the bidder's goods or
services; and
7. any relevant criteria specifically listed in the request for bids.
B. The City of Round Rock reserves the right to reject bids for any reason.
1.4 Bid Requirements /Deliverables
A. The bid shall include a narrative detailed statement of work describing the Bidders
understanding of the project requirements.
B. The bid shall include a list of all manufacturers and part numbers that are to be
provided and installed or delivered to the owner on the project.
C. The bid shall include a fixed price for all materials and labor required to provide and
install a complete and working system that complies completely with the drawings,
specifications, and all other associated contract documents.
D. The bid shall be compliant with this specification. Alternatives to named products or
manufacturers may be provided during the bid process only in the form of a separate
bid labeled as "altemate ".
E. Unit Prices shall be provided for all products provided on the project with stated
duration of validity. The minimum length of time that prices shall be guaranteed shall
be one (1) year. In the case of products subject to uncontrollable or unforeseen
market fluctuations the bid shall describe those products as well as the duration of the
price guarantee.
F. Resumes for personnel to be assigned to the project and only for those to be
assigned to the project shall be included in the bid.
1.5 Project Schedule
The General Contractor shall dictate the project schedule and manage project
sequencing and accessibility.
1.6 Work Included
A. The "Project" consists of the new construction of a 2 level building of approximately
26,000 square feet. The work to be completed by the selected Cabling Contractor shall
include the installation of a complete and working communications cabling system to
support voice, data, and video communications within the building.
B. Cable shall be installed within conduit or cable support accessories such as cable ladder,
cable tray, or J -hook assemblies. All required cable, termination hardware, and support
hardware shall be provided, placed, and tested as noted herein and on the drawings.
Rough in items such as conduit, cable tray located outside of telecommunications spaces,
penetration sleeves, and device boxes are provided by the Electrical Subcontractor.
Cable ladder and cable tray located within telecommunications spaces and all J -hook
assemblies are the responsibility of the Cabling Contractor unless otherwise noted on the
drawings.
C. The Regulated Telephone Service Demarcation shall be located in the First Floor
Communications Room where the service provider shall place building termination,
protection, and demarcation hardware. Cross - connect at the Main Distribution Frame
(MDF) shall be by the Cabling Contractor prior to move in.
September 23, 2002
TELECOMMUNICATIONS CABLING 16740 - 2
The City Of Round Rock — McConico Building Section 16740 - 3
D. The Communications Room is located on the First Floor of the building and will house
Owner provided equipment, the building service demarcation point, and the MDF. The
First Floor Communications Room will serve as the distribution point for voice and data
horizontal cables for both the first and second floors. The Communications Room will
contain termination hardware and equipment to support distribution of voice, data and
video cabling and services within the building.
E. General Purpose copper riser cables in pair quantities as shown on the drawings shall be
provided and placed within the First Floor Communications room to provide voice
connectivity from the MDF terminations and the service provider demarcation point within
the Communications Room. The copper voice tie cable is to be terminated at each end
on 110 -style termination hardware.
F. Horizontal distribution cables from the Communications Room shall be Category-5e
unshielded twisted pair for data and Category-3 unshielded twisted pair for voice to each
outlet in quantities as shown on the drawings. Outlets shall be mounted directly to the
wall, within modular furniture or served by floor penetration devices. Device boxes and
conduit where required is specified elsewhere and shall be provided and installed by the
Electrical Subcontractor. Workstation cables designated for data use shall be terminated
on Category-5e 24 -port patch panels as shown on the drawings. Workstation cables
designated for voice use shall be terminated on 110 style termination blocks as shown on
the drawings.
G. A video trunk and feeder distribution system shall be installed as shown on the drawings.
Plenum rated RG -11, and RG -6 coaxial cables shall be routed within cable tray, cable
supports, a nd c onduit t o v ideo o utlet l ocations. All coaxial connectors, couplers, taps,
splitters, labeling, testing and balancing, etc. shall be included.
H. Telecommunications cabling system ground shall be single point, terminating at the
Electric Service Entrance Ground per the National Electrical Code. Grounding
connectivity within the Communications Rooms shall be in accordance with TIA/EIA 607
and the National Electrical Code. Grounding of equipment racks, termination hardware,
and related equipment shall be provided by the Cabling Contractor per the contract
documents.
I. All products described herein shall be new unless provided by the Owner, and shall be
installed, tested, and labeled by the Cabling Contractor and shall be compliant with its
respective warranty program (if applicable).
1.7 Applicable Standards
A. The latest published edition of the following codes, standards, and references shall be
adhered to throughout the project. Where any specified element is in conflict with a
reference listed below, the more stringent requirement shall apply.
1. Americans with Disabilities Act Accessibility Guidelines
2. ASTM E814, and UL 1479 concerning the assembly and installation of fire
stop systems.
3. CCITT - International Telegraph and Telephone Consultative Committee V-
Series and X- Series.
4. TIA/EIA- 568 -B.1, - 568 -B.2, - 568 -B.3, -569, and —606, -607, and all currently
adopted updates and amendments.
5. NFPA 70 - National Electric Code with revisions and additions as dictated by
the local municipality having jurisdiction.
6. The material and services furnished shall comply with all applicable
standards of the Code of Federal Regulations, Title 29, Chapter XVII, Part
1910 (OSHA).
September 23, 2002 TELECOMMUNICATIONS CABLING 16740 - 3
The City Of Round Rock — McConico Building Section 16740 - 4
1.8 Post Award Deliverables
A. Submittals
1. Upon award of contract, and prior to installation of products, Cabling
Contractor shall prepare product submittals for review and acceptance by the
City of Round Rock. Submittals shall consist of manufacturers cut sheets of
all products, systems, or assemblies to be provided for the project.
Manufacturers cut sheets may be original or photocopied. Cut sheets shall
include complete dimensions, material descriptions, color choices, and shall
be clearly highlighted where more than one product appears on the cut sheet.
2. Test procedures and manufacturers description of test equipment to be used
as well as sample test results shall be submitted for review and acceptance.
3. Sketches or cut sheets of UL Listed firestop systems shall be p rovided t o
reflect the actual installed conditions of the project.
4. Submittals will be reviewed for general compliance with the intent of the
drawings and specifications. Completeness of the submittal, rejection in part
or whole, acceptance, or acceptance with comment shall not relieve the
Cabling Contractor of providing a complete and working system as described
on the drawings, within the specifications, or can be reasonably expected
based upon accepted industry standards and practices.
B. Contractor Prepared Project Schedule
1. Based upon General Contractor provided information; Cabling Contractor
shall prepare a schedule of activities to be followed throughout the project.
The schedule shall minimally describe project start date, date upon which
completed telecommunications pathways are required, date upon which
completed telecommunications spaces are required, date upon which
modular furniture workstations are required, estimated time to place
horizontal cables, estimated time to terminate cables, estimated time to test
and label cables, date of substantial completion, and delivery of Post Project
Deliverables.
2. Scheduled list of Owners obligations to Cabling Contractor.
C. Cabling Contractor shall provide written confirmation that the project jobsite has been
inspected, that all related drawings and specifications have been reviewed, and that
the Cabling Contractor possesses a thorough understanding of the project
requirements and schedule.
D. Post Award Deliverables shall be submitted within 10 days of receipt of notice of
award of contract. Post Award Deliverables shall be submitted to the City of Round
Rock and copied to JanCom Technologies.
1.9 Post Project Completion Deliverables
A. Test Results
1. Test results shall be documented and delivered to the City of Round Rock as
specified herein.
2. Cabling C ontractor s hall i nclude all factory provided test results for cabling
purchased for the project.
B. Record Drawings
1. Upon completion of the project, Cabling Contractor shall provide drawings
describing the cabling system installation. The original telecommunications
drawings shall be made available upon request as a basis for creating the
Record Drawings. Record Drawings shall minimally include all revisions to,
September 23, 2002 TELECOMMUNICATIONS CABLING 16740 - 4
The City Of Round Rock — McConico Building Section 16740 - 5
or deviations from the original drawings as well as final d imensions, cable
routes, cable and outlet identification, allocation and quantity of spare pairs
and strands, and remaining capacity of cable pathways.
2. The Owner and System designer will review the Record Drawings.
Comments will be provided to the Cabling Contractor in cases where
revisions to the Record Drawings are required to ensure accuracy and
completeness. The Cabling Contractor shall respond to the comments and
revise the Record Drawings accordingly.
3. Upon acceptance of Record Drawings, cabling floorplans and Riser Diagrams
shall be plotted and laminated for wall mounting within the Communications
Room.
September 23, 2002
C. System Documentation
1. Cabling system manufacturer shall provide certificate of manufacturer's
warranty as applicable. Documentation provided shall describe duration,
terms, and limitations of warranty as well as procedures and remedies
available to the Owner in the case of warranty claim.
2. Cabling Contractor shall provide certificate of installer provided warranty.
Documentation provided shall describe duration, terms, and limitations of
warranty as well as procedures and remedies available to the Owner in the
case of warranty claim.
3. Cabling Contractor shall provide, in loose -leaf bound format, original copies
of all manufacturer provided installation and use instructions for all products,
systems, and assemblies installed on the project.
4. In the case of a manufacturers system and /or application warranty, the
Cabling Contractor shall submit all information required to the manufacturer
to ensure timely application and issuance of warranty certificates copies of
applications shall be provided to the owner.
D. Acceptance
1. The cabling system shall be accepted as being complete and working at no
time prior to resolution of all punch list items and receipt of all Post Project
Deliverables.
2. Manufacturer and installer provided warranties shall begin upon Owners
occupancy and functional use of the cabling system.
Part 2 - Products
2.1 The purpose of this section is to describe a level of quality for products and workmanship but
not to describe all of the components essential to the functioning of the building cabling
system, nor to set forth those requirements adequately covered by applicable codes, industry
standards, and accepted telecommunications trade practices.
2.2 Bidder shall provide new products that are compatible with all other components in the
system. Alternatives to the design or materials described within this specification will require a
separate bid and will be reviewed by the City. Written approval from the Owner or System
Designer will be required prior to the installation of the alternate product or any product
affected bythe proposed alternate product. The manufacturers listed comprise those that
may be selected thereby providing a system that complies with the specifications. In each
case the acceptance of equivalent manufacturers and products will be considered upon
review.
2.3 Telecommunications Cable
A. Copper Tie Cable
TELECOMMUNICATIONS CABLING 16740 - 5
The City Of Round Rock — McConico Building
Section 16740 - 6
1 . Copper t ie c able shall be multipair Unshielded Twisted Pair within a single
sheath. C able g roups s hall b e configured in separable color -coded binder
groups. B inder g roups a nd i ndividual p airs s hall b e e asily identifiable with
industry standard color codes.
2. Copper tie cable shall be CMR or CMP as required by the installation
environment a nd a s o utlined i n t he N FPA National Electrical Code. Cable
shall also conform to Bet Laboratories specification L- 780011 and be UL
listed.
3. Tie cables shall be sized and terminated as per the connectivity diagram.
4. Acceptable Manufacturers:
a. Avaya.
b. BICC General Cable.
c. Superior Essex.
B. Horizontal Data Cable
1. Horizontal data cables shall be a UL Listed 4 pair, 24 -gauge cable that meets
or exceeds all published specifications for TIA Category-5e acceptable cable
performance.
2. Horizontal data cable shall have a blue jacket and shall be marked CMP for
use within an inside building retum air plenum as defined by the NFPA
National Electric Code.
3. Acceptable Manufacturers:
a. Avaya.
b. Belden.
c. CommScope.
C. Horizontal Voice Cable
1. Horizontal voice cables shall be a UL Listed 4 pair, 24 -gauge cable tt�
meets or exceeds all published specifications for TIA Category acceptab
cable performance.
2. Horizontal data cable shall have a white jacket and shall be marked CMP for
use within an inside building return air plenum as defined by the NFPA
National Electric Code were required.
3. Acceptable Manufacturers:
a. Avaya.
b. Belden.
c. CommScope.
D. LAN Patch Cords
1. Factory assembled and tested patch cords shall be provided and installed by
the Cabling Contractor in the quantities necessary for the owner to activate
data outlet locations shown on the drawings plus 10% spare to be delivered
in factory packaging.
2. Patch cord length shall be determined by the final installed configuration of
network electronics, patch panels, and wire management hardware and shall
vary to meet the requirements of each location and configuration on the
project. Patch cord length shall be equal to the minimum factory produced
September 23, 2002 TELECOMMUNICATIONS CABLING
16740 - 6
The City Of Round Rock — McConico Building Section 16740 - 7
length that will allow cross connection and interconnection to be
accomplished by the owner without hindrance.
3. Electrical performance of data patch cords shall equal the electrical
performance of the cable used within the system being patched,
interconnected, or cross - connected.
4. LAN patch cords shall be blue in color.
5. Patch cords shall be of the same manufacturer as the data termination
hardware.
E. Workstation Cords
1. Factory assembled and tested workstation cords shall be provided and
installed by the Cabling Contractor in the quantities necessary for the owner
to activate each data outlet location shown on the drawings plus 10% spare
to be delivered in factory packaging.
2. Workstation cord length shall be determined by the final installed
configuration of modular and office furniture and shall vary to meet the
requirements of each location and configuration on the project. Workstation
cord length shall be equal to the minimum factory produced length that will
allow connection to each desktop device to be accomplished by the Owner
without hindrance and with no strain whatsoever on the connected cord.
Incremental cord lengths shall be determined by the Cabling Contractor.
3. Electrical performance of workstation cords shall equal the electrical
performance of the cable used within the system being patched,
interconnected, or cross - connected.
4. Data workstation cords shall be colored blue.
5. Workstation cords shall be of the same manufacturer as the termination
hardware.
F. Voice Cross Connect Wire
1. Telephone distribution frame cross- connect wire shall be provided for the
MDF in quantities sufficient to allow initial cross connect plus 50% additional
for future administration of cross - connected systems. Wire shall be 1 pair
solid 22 AWG copper conductors insulated with color -coded PVC.
2. Cross connect wire shall be colored white-blue/blue-white.
3. Cross connect wire shall be from the same manufacturer as the
manufacturer of the voice tie cable.
G. Grounding Conductor
1. The grounding conductor shall be copper, sized per EIA/TIA 607. The wire
shall be insulated in a continuous outer cover of riser rated PVC or similar
material acceptable for use in the installation environment. The i nsulation
shall be green.
2. The i nstalled w ire s hall c onform to applicable requirements of the National
Electrical Code and shall meet all local codes and restrictions.
H. Video Cabling
1. Video cable jacket shall be rated for the installation environment for which it is
installed.
2. RG -6 coaxial cable center conductor shall be nominal 0.035" minimum solid
copper -clad aluminum or copper -clad steel. Nominal impedance shall be
September 23, 2002 TELECOMMUNICATIONS CABLING 16740 - 7
The City Of Round Rock— McConico Building Section 16740 - 8
750 t 20. The dielectric insulation shall be of extruded polyethylene, cellular
(expanded) polyethylene, Teflon, or equivalent material. The outer conductor
or shield shall be made of tinned copper or aluminum braid with a minimum
of 90% shield coverage. Maximum attenuation of the cable shall be
5.50dB /100feet @ 750MHz. Coaxial cable shall be one continuous segment
without splices.
3. RG -11 coaxial cable center conductor shall be nominal 0.064" minimum solid
copper -clad aluminum or copper -clad steel. Nominal impedance shall be
750 t 20. The dielectric insulation shall be of extruded polyethylene, cellular
(expanded) polyethylene, Teflon, or equivalent material. The outer conductor
or shield shall be made of tinned copper or aluminum braid with a minimum
of 90% shield coverage. Outer jacket shall be of polyvinylchloride (PVC)
material, and shall be black in color. Maximum attenuation of the cable shall
be 3.58dB / 100feet @ 750MHz.
4. Acceptable Manufacturers:
a. Belden.
b. CommScope, Inc.
c. Approved Equivalent.
2.4 Termination Equipment
A. Wall Mounted Voice Termination Hardware
1. Voice termination hardware shall be provided and installed in quantities
adequate to terminate voice horizontal and tie cabling in the Communications
Room. Termination hardware shall be configured and mounted upon pre -
manufactured assemblies.
2. Voice termination - wiring blocks shall be minimally Category-5 rated, 110 -
type, 4 -row connect with punch down clips. Connecting blocks shall be 4 -pair
insulation displacement type. Designation strips shall be included to depict 4-
pair connections.
3. Blocks shall be provided with all necessary mounting, termination, and
management hardware and connecting blocks. All termination blocks that
are mounted on plywood backboards shall utilize standoff brackets.
4. Blocks shall include labeling strips /covers.
5. Acceptable Manufacturers:
a. Avaya.
b. Panduit.
c. Siemon.
B. Rack/Cabinet Mounted Data Termination Hardware
1. Patch panels shall be minimally Category-5e rated, 24 port with 8 position /8
conductor (RJ45) modular connectors and insulation displacement type
connectors designed to fit within standard 19" open equipment racks. Each
modular connector shall be factory wired T568B.
2. Acceptable Manufacturers:
a. Avaya.
b. Panduit.
c. Siemon.
September 23, 2002 TELECOMMUNICATIONS CABLING 16740 - 8
The City Of Round Rock — McConico Building Section 16740 - 9
C. Modular Jacks
1. 8 positionsl8 conductoroutlet connectors shall be modular for use in flush
wall mounted faceplates, surface mounted boxes, and modular furniture
faceplates/adapters. A single manufacturer and part number shall be used
throughout the project.
2. Modular connectors for data shall be rated Category-5e or better and shall
utilize IDC termination. Modular connectors for voice shall be Category-3
rated or better and shall utilize IDC terminations.
3. Modular connectors shall be separately color coded to identify voice and
data. Data connectors shall be blue, voice connectors shall be white.
4. Acceptable Manufacturers:
a. Avaya.
b. Panduit.
c. Siemon.
D. Grounding Bars /Lugs
1. Ground bars shall be constructed of copper, drilled and tapped. Dimensions
of copper ground bars shall be as shown on the project drawings.
2. Equipment rack grounding shall be accomplished by the Cabling Contractor
using grounding lug kits specifically designed for the purpose and of the
same manufacturer as the equipment rack.
3. Acceptable Manufacturers (Ground Bars):
a. Newton Instruments.
b. Chatsworth Products.
c. B -Line.
2.5 Miscellaneous Equipment
A. Backboards
1. Backboards shall consist of 3/4" interior grade AC or better plywood, 4' x 8' or
sized as per the drawings. Backboards shall be mounted vertically and
securely anchored to the wall with fasteners appropriate for the wall
construction. Backboards shall be painted with fire retarding material to
match walls.
2. Telecommunications backboards shall be provided, installed, and painted by
the Cabling Contractor.
B. Cable Runway
1. Cable runway shall be sized as per the drawings. Rungs shall be 9" on
center. Cable runway shall be gray painted steel.
2. All fittings, supports, connectors, and accessories shall be selected
specifically for the purpose and shall be from the same manufacturer as the
cable runway.
3. Acceptable Manufacturers:
a. Chatsworth Products.
b. B -Line.
c. Newton Instruments.
September 23, 2002 TELECOMMUNICATIONS CABLING 16740 - 9
The City Of Round Rock— McConico Building Section 16740 - 10
C. Equipment Racks
1. Equipment racks shall be freestanding self- supported floor - mounted units.
The racks shall be manufactured of aluminum with a clear irridite finish.
Nominal dimensions shall be 19" wide by 84" tall. Equipment racks shall
confirm to EIA Standard RS- 310 -C.
2. Equipment racks shall each be provided with horizontal and vertical cable
management sections as described below and configured as shown on the
drawings.
3. Acceptable Manufacturers:
a. Chatsworth Products.
b. Homaco, Inc.
c. Newton Instruments.
D. Cable Management Hardware
1. Cable management hardware shall consist of pre- manufactured assemblies
designed for the purpose and sized t o s train relieve and contain a II of t he
cross connect, patch, or interconnect cords used at initial installation with at
least 50% of the original capacity remaining.
2. All cable management hardware shall be provided with its associated cover
or retaining system of same manufacture.
3. Horizontal and vertical cable management hardware shall be from the same
manufacturer as the associated termination equipment or equipment rack.
E. J -Hooks
1. J -Hooks shall be configured to provide support for Horizontal Voice and Data
cable within the plenum space J -Hooks shall be supported using dedicated
commercially available components designed for the purpose and compatible
with the existing building structure. J -Hooks may not be supported from
fixtures placed to support other equipment.
2. J -hook horizontal cable supporting hardware shall be UL Listed. The "J "-
hook(s) shall provide a broad base for proper cable support, thereby reducing
stress and bending of cabling. Cabling Contractor shall utilize the appropriate
quantity of "J" -hooks per Manufacturer's recommended cable capacities.
3. Acceptable Manufacturers:
a. Caddy.
b. Approved Equivalent.
F. Cable Tie Straps
1. Tie straps shall be selected and provided by the installer to be appropriate for
the purpose and installation environment. Tie straps shall be of proper length
and strength for the intended purpose.
2. Above ceiling and permanently bundled cable shall utilize nylon or similar
plenum rated material where required and shall be tensioned per the tie strap
and cable manufacturer guidelines.
3. Cables bundled within equipment racks or cabinets and network interconnect
or patch cables shall utilize Velcro type tie straps.
G. Labeling
September 23, 2002 TELECOMMUNICATIONS CABLING 16740 -10
The City Of Round Rock — McConico Building Section 16740 -11
September 23, 2002
1. All cables shall be labeled at both ends. Cable labels shall be self - laminating
and permanent. Labels shall be machine lettered (not handwritten) and
individual number strips are unacceptable. All cable labeling shall include
numeric designation, origin, destination, and cable type. R ecommend that
Cabling Contractor use computer software and printer associated with the
manufacturer selected to supply the labeling material.
2. Acceptable Manufacturers:
a. Brady.
b. Panduit.
c. Tyton /Hellerman.
H. Firestop Systems
1. Firestopping systems shall be a material, or combination of materials, to
retain the integrity of time -rated construction by maintaining an effective
barrier a gainst t he s pread o f f lame, s moke, a nd g ases i n accordance with
requirements of ASTM E 814, and UL 1479. Only listed firestopping material
acceptable to the local Fire Marshal or authority having jurisdiction shall be
used.
2. The rating of the firestops shall in no case be less than the rating of the time -
rated floor or wall assembly in which the firestop is to be applied.
3. Acceptable Manufacturers:
a. 3M.
b. Hilti.
c. Nelson.
Video System Components
1. Splitters shall have die -cast housings with housing halves sealed with
neoprene o -ring type gasket. Ports shall be brass to prevent corrosion. The
splitters shall have the following characteristics:
a. Frequency range shall be 50MHz to 750MHz.
b. The frequency response, cable equivalent shall be 0.25dB at all ports.
c. The return loss shall be a minimum of 18dB at 50MHz to 750MHz.
d. The hum modulation at 10A shall be a maximum of -70dB from 50MHz to
750MHz.
2. Taps shall have die - cast housings with housing halves sealed with neoprene
o -ring type gasket. Ports shall be brass to prevent corrosion. The loss shall
be as required for a fully functional system. The taps shall have the following
characteristics:
a. Frequency range shall be 50MHz to 750MHz.
b. The frequency response, cable equivalent shall be +/- 0.35dB at all ports.
c. The return loss shall be a minimum of 17dB from 50MHz to 750MHz.
d. The hum modulation at 6A shall be a minimum of -64dB from 50MHz to
750MHz.
e. The tap -to -tap isolation shall be a minimum of 25dB.
3. Line Terminators
TELECOMMUNICATIONS CABLING 16740 - 11
The City Of Round Rock — McConico Building Section 16740 - 12
Part 3 - Execution
3.1 General
A. Cabling Contractor shall clearly and completely specify all items and actions that the
Owner and /or General Contractor will be responsible for providing and /or performing
relative to the installation and operation of the proposed equipment.
B. All questions concerning the contract documents shall be in writing, submitted to the
System Designer. It is the responsibility of the Cabling Contractor to identify conflicts
that may exist within the Contract Documents and submit to the Designer for
resolution. Any conflict discovered after installation of the affected components and
would be reasonably expected to have been discovered in the process of reviewing
the Contract Documents shall be remedied by the Cabling Contractor at the Owners
and /or System Designers discretion with no additional cost to the project.
C. All personnel associated with the Cabling Contractor shall be clearly identified as an
employee of the Cabling C ontractor t hrough the u se of b adges o r u niforms w here
required by the site regulations imposed by the General Contractor. All site rules,
regulations, dress code, etc. established by the General Contractor shall be followed.
D. Cabling Contractor shall complete and provide all post award deliverables as well as
any and all General Contractor required insurance and bonding certificates, and
acquire all required permits prior to commencing work on the site.
E. The Contractor shall attend General Contractor, Project Manager, or Owner
conducted project coordination meetings as instructed immediately upon receiving
notice of award and shall participate in such meetings for the duration of the project.
F. Cabling Contractor shall coordinate work with the other trades on -site, specifically; the
General Contractor, the Owner's Project Manager, System Designer, Electrical Sub -
Contractor, Millwork Contractor, Modular Furniture System installer, and any other
third party whose work may affect or be affected by the cabling systems described
herein.
G. The Cabling Contractor shall review the cabling design and shall confirm all conduit
and other rough -in device quantities and sizes to be acceptable and buildable with
regard to the telecommunications cabling installation. All such deficiencies found shall
be immediately brought to the System Designer's attention for resolution.
H. Cabling Contractor shall maintain neat and orderly working habits throughout the
project and shall remove trash and debris on a regular basis. At a point of substantial
completion until the project is completed, with substantial completion to be
determined by the Owner and System Designer, all trash and debris shall be removed
on a daily basis.
I. Punch list items shall be resolved in a timely fashion. A schedule for punch list work
will be established and agreed upon at issuance of the first project punch list.
September 23, 2002
a. 75 -ohm terminators shall be installed on all unused ports.
4. F- Connectors shall be compression fitting or crimp -type, rated for indoor
coaxial trunk and drop cable use and appropriately sized to provide electrical
shielding and mechanical retention to secure the coaxial cable without
fracturing the connector. Connectors shall be for use with and shall match
the cable requirements specified for coaxial cable per this specification.
5. Acceptable Manufacturers for all video system components:
a. Blonder Tongue.
b. C -Cor.
c. Toner.
TELECOMMUNICATIONS CABLING 16740 - 12
The City Of Round Rock — McConico Building Section 16740 -13
J. Cabling contractor shall maintain on -site an up to date set of record drawings which
shall be made available for inspection by the Owner or Owner's representative at any
time requested.
K. Upon occupancy of the building, the cabling contractor shall make available within a
one -hour response time two (2) technicians to assist the Owner with problem
resolution, moves, adds, and changes that occur within the first week of occupancy.
The technicians assigned shall be intimately familiar with the project and shall
possess training by the manufacturer providing the cabling system warranty.
3.2 Installation Requirements
A. The Cable Contractor shall remove and replace ceiling tiles as required. The Cabling
Contractor shall be responsible for replacing all ceiling tiles and ceiling tile grid
components damaged in the course of executing this work.
B. All cabling placed within the project shall be installed in a neat and workmanlike
manner as defined by the National Electrical Code handbook, Article 110 -12, and
800 -6. All cabling shall at minimum be placed with strict standards compliance and
manufacturers published recommendations with regard to clearances, pulling
tensions, bend radii, and physical support.
C. Cabling
1. All horizontal cables shall be installed within plenum ceiling space, in cable
tray, conduit, J -hook assemblies, power poles, and /or Wiremold raceway per
the drawings. The Cabling Contractor shall ensure adequate cable I ength
exists by leaving a minimum 10' (ten -foot) service loop within the ceiling
space above each outlet and raceway location for each cable. No splicing of
cable will be permitted.
2. For cable runs in areas that do not possess a dedicated support structure,
the Cabling Contractor shall provide and install J -Hooks located a maximum
of five -feet apart, to support the horizontal cables. J -Hooks shall be
supported by dedicated means. The Cabling Contractor shall install
adequate J -Hooks to support all specified cable plus at least 50% growth.
3. Horizontal voice and data cables shall be separated by function and bundled
and tie wrapped within the basket tray or on the J -hooks by area served. All
loads shall be balanced within the basket tray or on the J -hooks spans.
Horizontal cable bundles shall contain a maximum of 24 cables per bundle.
4. Installed cable shall not come in contact with any other equipment or fixture
installed within the ceiling space. Cables shall also maintain minimum
clearances from EMI /RFI sources as defined within TIA/EIA 568 -B.
5. Horizontal cables shall be terminated sequentially and visibly labeled. Cabling
Contractor shall maintain termination records for all horizontal cables placed
and terminated. All terminations shall be performed in accordance with
TIA/EIA 568 -B.
6. All tie and horizontal cables shall be labeled at both ends. All workstation
outlets, equipment racks, cabinets, enclosures, and patch panel /fiber optic
termination ports shall also be labeled. Dress and permanently label all
cables within 9" of each end using specified labels to ensure a neat and
workmanlike a ppearance. C abling C ontractor s hall p rovide all labeling per
the requirements outlined within.
7. Cabling Contractor shall provide, install, and label pull strings within all cable
tray and conduit provided for the use of telecommunications cables.
8. Patch cords shall be dressed into cable management hardware neatly and in
a manner to allow moves, adds, and changes, to be easily performed.
September 23, 2002
TELECOMMUNICATIONS CABLING 16740 - 13
The City Of Round Rock — McConico Building Section 16740 - 14
9. Voice cross connect wire shall be installed and dressed within termination
field cable management.
D. Telecommunications Grounding
1. A facility grounding system is to be provided by the electrical subcontractor.
Cabling Contractor shall provide and place specified copper
telecommunications ground bars, and grounding conductors within
telecommunications spaces thereby accomplishing a bonded single -point
termination of all ground conductors for the telecommunications cabling
system.
2. All equipment racks, cabinets, enclosures, and equipment within each
Communications Space shall be connected to the g rounding s ystem u sing
the NEC required gauge insulated copper conductor. Manufactured
connectors, bonding straps, and /or ground lugs, designed for the purpose of
securely bonding each rack, cabinet section of cable runway, and other
required telecommunications appurtenances to the facility grounding system
shall be utilized.
3. Ground wire shall be placed within cable runway to avoid sharp bends and
areas where the cable may be damaged in the course of reconfiguring
termination equipment, ongoing maintenance, or traffic within the space.
Cable runway or ladder rack sections shall be bonded together utilizing a
copper bonding jumper securely attached to each section utilizing a star
washer or other similar device to insure continuity exists between the metal
surfaces.
E. Termination Hardware
1. Modular patch panels shall be mounted within 19" equipment racks within the
Communications Room to terminate horizontal data cables and provide
interconnection to data network equipment provided by the Owner.
2. Provide and install sufficient 24 -port data patch panels to terminate and cross
connect (via patch cables) all horizontal data cables served.
3. Each Patch Panel port shall be labeled describing the outlet served. Patch
panel labeling shall be machine prepared, permanently secured, and
indelible.
4. Wall mounted 110 -style voice termination hardware is required to support
voice station connectivity. The voice system shall be terminated in fields as
depicted on the telecommunications drawing package and labeled as
specified herein.
F. Modular Outlets
1. Each data cable shall be terminated on modular 8- position /8- conductor
(RJ45) Category-5e connector wired per the T568B pin sequence and
mounted within a modular faceplate configured as shown on the drawings.
Each voice cable shall be terminated on modular 8- position /8- conductor
(RJ45) connectors wired per the T568B pin configuration and mounted within
a modular faceplate configured as shown on the drawings. Outlet jacks shall
use color -coded icons, per the project drawings, to uniquely identify
connector usage. Connectors shall utilize 110 style IDC termination.
2. Cables shall be terminated to preserve wiring order consistently a cross all
terminations (jacks, patch panels, connector blocks and patch cords).
G. CAN System
September 23, 2002 TELECOMMUNICATIONS CABLING 16740 - 14
The City Of Round Rock — McConico Building Section 16740 -15
September 23, 2002
1. All video passive devices (splitters, taps, etc.) are to be secured to the wall
within the area designated on the drawings.
H. Equipment Racks
1. Provide and install equipment racks i n the C ommunications Room p er t he
drawings. All racks shall be grounded as described herein. Each self
supporting equipment rack shall be secured by bolt and anchors to the floor
and stabilized by being secured to cable runway supported from an adjacent
wall.
Cable Management Hardware
1. Horizontal cable management hardware shall be provided with each patch
panel or cross connect field. Vertical cable management hardware shall be
provided adjacent to each floor mounted equipment rack providing a patch
cord pathway vertically the entire height of the associated equipment rack.
2. Provide and install wire management hardware so that cables may be routed
in a neat and workmanlike fashion. All fasteners used shall be installed to
eliminate sharp or abrasive edges.
J. Cable Runway
1. Cable runway s hall b e i nstalled a s shown on the drawings. Cable runway
shall be constructed of factory made components and accessories. Radius
fittings shall be used where applicable. All sharp edges shall be radiused to
eliminate sharp or abrasive edges
2. Cable runway shall be installed securely by trapeze, manufacturer supplied
wall brackets, or 19" equipment racks. Brackets shall be attached using
hardware appropriate for the wall material.
3. Cable runway segments shall be electrically bonded together and grounded
to the telecommunications grounding system as required by the National
Electrical Code, Article 250.
K. J -Hooks
1. J -hooks shall be installed in uniform, coordinated pathways. J -hooks shall be
installed at an elevation that provides maximum separation from other in-
ceiling systems. J -hooks shall have dedicated support.
2. Attach appropriate J -hook fastener(s) for wall, stud, beam, or flange mounting
to the supporting structure. Space fasteners to fall at maximum every five
foot (5') of cable length. Should cabling sag more than 12" inches between
supports, or contact other equipment, additional fasteners and J -hooks shall
be installed to accommodate the cable.
L. Labeling
1. Proposed labeling scheme shall meet the requirements of the TIA/EIA -606.
2. All cables shall be labeled at both ends on permanent labels. Labels shall be
typed ( not h andwritten) and individual number strips are unacceptable. All
cable labeling s hall i nclude u nique n umeric d esignation, o rigin, d estination,
and cable type.
3. All telecommunications outlets shall be labeled with a unique identifier
including the Communications Room number, patch panel number, and port
number or voice block and station. Labels will be adhesive or insert labels
that fit snug into its device.
TELECOMMUNICATIONS CABLING 16740 - 15
The City Of Round Rock — McConico Building Section 16740 - 16
4. All equipment racks, cabinets, and enclosures shall be labeled with a
permanent and unique label attached directly to the equipment.
5. All connecting hardware shall be labeled with a permanent and unique
identifier label directly attached to each patch panel, connecting block, fiber
distribution center, and other cable plant equipment, etc.
6. Cabling Contractor shall use computer software and printer associated with
the manufacturer chosen to supply the labeling material.
M. Firestop and Weather Sealing
1. All penetrations through fire rated walls, enclosures, or bulkheads, and all
conduits, sleeves and/or cores provided by the electrical contractor for use by
the telecommunications cabling system(s) shall be fire /weather sealed
through the application of a U.L. accepted system, as applicable, by the
Cabling Contractor whether utilized or left vacant for spare. Penetrated
members shall retain the original fire rating after construction is complete by
the application of a U.L. accepted fire stop system. All fire stop procedures
shall be in conformance with ASTM E814.
2. Any penetrations through exterior floors or walls shall be fire and weather
sealed per applicable codes and standards and are subject to inspection and
comment by the architect.
3. Clean surfaces to be in contact with firestopping materials of dirt, grease, oil,
loose materials, rust, or other substances that may affect proper fitting or the
required fire resistance.
4. Examine firestopped areas to ensure proper installation prior to concealing or
enclosing firestopped areas.
Part 4 — Testing and Acceptance
a. Cabling Contractor is responsible for testing the entire cabling system and separately testing
the transmission media as required for the acceptance of each individual system. The
Cabling Contractor is responsible for insuring that the cable and equipment being installed in
the system is without flaw and that no damage to the cable or equipment occurred in
shipment or handling. The Cabling Contractor shall replace any defective cables or
equipment p rior t o t ime of i nstallation a nd in such a time frame that it does not affect the
project scheduling and is at no additional expense to the Owner.
b. The Cabling Contractor shall provide all tools and test equipment required for installation and
testing. Testers shall be of the latest generation and shall have new and proper test heads,
leads, and adapters. Test equipment shall be maintained in an accurate calibration and shall
display the dates of the last calibration and next scheduled calibration. Test equipment shall
be fully charged prior to each days testing. Test reports may be submitted in hardcopy or
electronic format. Hand - written test reports are not acceptable.
4.3 Cabling Contractor shall perform quality assurance (QA) inspections throughout the duration
of the project, including a pre - installation inspection and a final inspection. The pre -
installation inspection shall verify the conformance of all equipment to the requirements set
forth by the drawings and specifications and industry standards. Site readiness, and
adequacy of equipment furnished by the Cabling Contractor shall also be verified during the
pre - installation inspection. Interim testing of the cabling system during installation is
encouraged to ensure that the following testing and acceptance criteria are met. Owner and
the Designer reserve the right to observe or confirm by any means any or all of the testing
being performed without notice.
4.4 Final (installed cabling) testing shall be scheduled with the Owner and Designer with a
minimum of two weeks advance notice given by the Cabling Contractor. Equipment,
September 23, 2002 TELECOMMUNICATIONS CABLING 16740 -16
The City Of Round Rock — McConico Building Section 16740 - 17
methods, criteria, and performance results shall comply with the guidelines and standards set
forth in TIA/EIA- 568 -B.1 and B.2 and all adopted revisions.
A. Copper Cable System:
All twisted pair riser and tie cables shall be tested for continuity,
shorts /crosses, opens, and grounds, and to ensure that pin -outs are in
accordance with the drawings and these specifications. Test results shall
document each installed cable pair for pass /fail, problems encountered in the
case of a failure, and the procedure required to result in a cleared pair. The
results of the testing shall be furnished in printed format. All test documents
shall be dated and signed by the personnel performing the testing. Hand-
written test results are not acceptable. Test gear used shall b e Tektronix
TPS 100 Twisted Pair Cable Analyzer or MicroTest OmniScanner, or
approved similar device.
ii. All Category 5e (data) wiring shall be tested to 100MHz using a Level III
tester (examples of acceptable test equipment are Agilent WireScope 350,
MicroTest OMNIScanner, Fluke DSP -4000, and Wavetek LT 8600). Test
results shall document for each installed cable pair the measured quantities
listed below, any problems encountered in the case of a value being
unacceptable, and the procedure required to result in a compliant link. Each
cable pair tested shall meet all related portions of ANSI/TIA/EIA- 568B.1 and
B.2 for Category-5e compliance.
iii. Contractor shall perform final testing on the data cable system to
demonstrate the acceptability of the project as installed. As a minimum, the
Contractor shall perform and furnish documentation of each of the following
tests:
1. Wiremap (including Continuity, Shorts /Crosses, Grounds, Opens,
Split Pairs
2. Length
3. Resistance and Attenuation
4. NEXT and PSNEXT losses
5. ACR and PSACR
6. ELFEXT and PSELFEXT
7. Return Loss
8. Propagation Delay
9. Delay Skew
iv. All Category 3 (voice) wiring shall be tested to 16MHz using a minimum Level
II tester (Microsoft PentaScanner or equivalent). Test results shall document
for each installed cable pair the measured quantities listed below, any
problems e ncountered in the c ase of a v alue b eing u nacceptable, a nd the
procedure required to result in a compliant link.
v. Contractor shall perform final testing on the voice cable system to
demonstrate the acceptability of the project as installed. As a minimum, the
Contractor shall perform and furnish documentation of each of the following
tests:
September 23, 2002 TELECOMMUNICATIONS CABLING 16740 -17
The City Of Round Rock — McConico Building Section 16740 - 18
September 23, 2002
1. Wiremap (including) Continuity, Shorts /Crosses, Grounds, Opens,
Split Pairs
2. Length
3. Resistance and Attenuation
4. NEXT
6. Test results shall be documented and delivered to the Owner upon
completion of the testing. Results shall be organized by serving space and
shall be presented in electronic format and/or bound in a loose -leaf binder.
Test results shall describe the pair or cable, its measured performance, and
any remedy that may have been necessary to correct a failed test. All test
results shall include graphic printouts where applicable, the date and time of
testing, and initials of technician performing the actual tests.
7. Owner and the System Designer reserve the right to observe or confirm by
any means any or all of the testing being performed without notice.
B. Coaxial Cable System
I. The Contractor shall perform pre - installation tests and in- progress tests in
addition to the final acceptance test as described below. Pre - installation
testing shall be performed if the materials inspection uncovers damage. A
qualified technician, provided by the Contractor shall perform, but is not
limited to, Time Domain Reflectometry (TDR) tests on any suspect cable and
performance testing on any suspect equipment.
II. The Contractor shall perform in- progress tests for serviceability during
splicing and connection of passives and /or equipment to determine if any
faults have developed during the cable installation.
III. Final testing, i ncluding continuity a nd R F S ignal L evel M eter tests s hall be
performed at all outlet locations after installation. TDR tests shall be
performed at any location that is deemed by the System Designer to have
been damaged during installation.
4.5 Warranty
A. In order to allow the Owner the benefit of manufacturer warranted systems, the bidder
may, as an alternate, offer any manufacturer sponsored warranted system that
complies entirely with this specification.
B. Any extended product warranty offered shall warrant the following for a period of not
less than fifteen (15) years from the date of issue of a Registration Certificate by the
product manufacturer.
1. The products that comprise the registered system shall be free from
manufacturing defects in material and workmanship.
2. Installed horizontal cable and components, comprising the cabling
link/channel, shall exceed the warranted system criteria and Category 5e
standards for:
a. Wiremap
b. Length
c. Attenuation
TELECOMMUNICATIONS CABLING 16740 -18
The City Of Round Rock — McConico Building Section 16740 -19
d. Return loss
e. Resistance
f. NEXT and PSNEXT
g. ACR and PSACR
h. ELFEXT and PSELFEXT
3. Installed riser cable shall exceed the requirements of Category 3 standards
for:
a. Wiremap
b. Length
c. Attenuation
d. Resistance
e. NEXT
C. In addition to warranty of equipment by manufacturer, the Contractor shall also
guarantee such equipment, which shall include tests, adjustments and/or
replacements of defective equipment, materials, and workmanship for a period of one
(1) year from date of acceptance of the work by the Owner.
D. The warranty shall be written and shall be included as part of the post project
deliverables. The Telecommunications Contractor shall repair defects appearing
within the warranty period without cost to the Owner.
END OF SECTION
September 23, 2002 TELECOMMUNICATIONS CABLING 16740 - 19
Mayor
Nyle Maxwell
Mayor Pro-tem
Tom Nielson
Council Members
Alan McGraw
Carrie Pitt
Scot Knight
Isabel Gallahan
Gary Coe
City Manager
,ert L. Bennett. Jr
City Attorney
Stephan L Sheets
ROUND ROCK, TE
PURPOSE. PASSION. PROSPERI
December 3, 2002
Mr. Lee Lane
Assistant Branch Manager
Orius Corp., Network Cabling Division
3100 Industrial Terrace, Ste. B
Austin, TX 78767 -0220
Dear Mr. Lane:
The Round Rock City Council approved Resolution No.0 R 11 -14T'
-13B11 at their regularly scheduled meeting on November 14, 2002.
This resolution approves the contract for the procurement,
installation, documentation, and testing of a uniform, structured voice
and data communications cabling system for the McConico Building.
Enclosed is a copy of the ordinance and agreement for your files. If you
have any questions, please do not hesitate to contact Larry Madsen at
218 -5552.
Sincerely,
Christine R. Martinez
City Secretary
Enclosure
CITY OF ROUND ROCK 22r East Main Street • Round Rock Texas 78664
Phone. 512.218.540o • Fax: 512 218.7097 • Voice. 1.800 735.2988 • 1.800 735.2989 TDD • www.ci round -rock tx.us