Loading...
Agenda 06/12/2018 Item #16A1406/12/2018 EXECUTIVE SUMMARY Recommendation to award ITB No. 17-7099 to Intelligent Infrastructure Solutions, LLC for "Fiber Optic Installation, Repair and Maintenance" and authorize the Chairman to execute the attached agreement. OBJECTIVE: To provide installation, repair and maintenance for Collier County's more than 200 miles of underground fiber optic infrastructure used by County departments. CONSIDERATION: The Collier County's Information Technology Department and Traffic Operations have invested significant resources to construct and maintain a combined 200+ miles of underground fiber optic infrastructure necessary for network connectivity to County facilities and Intelligent Transportation System (ITS) devices at signalized intersections. The existing fiber optic network requires both routine maintenance and, at times, urgent repairs to ensure its proper function and to minimize unplanned downtime. It should also be noted that the reach of the two fiber optic networks is expanded each year to provide service to additional customers and locations. On December 8, 2017, the Procurement Services Division released notices of Invitation to Bid (ITB) No. 17-7099 to 820 vendors for Fiber Optic Installation, Repair and Maintenance. Seventy-four (74) bid packages were downloaded, and three (3) bids were received by January 10, 2018. The Transportation Engineering Division expressed concerns regarding line items #1-27 in the Bid Schedule. The Division found the overall lowest vendor to have higher prices for its more frequently used line items, and requested a reduction in those items only. Procurement Services used the Section Twelve, "Reserved Rights," rights provision of the Procurement Ordinance to be able to negotiate the bid with the lowest, responsive and responsible vendor. Negotiations were held on February 27, 2018 with Intelligent Infrastructure Solutions, resulting in the lowering of prices on some line items. The Bid Amount column below, constitutes the aggregate pricing of line items, per “foot” and per “each” units of measure on the attached Bid Tabulation and are not indicative of overall contract spend. Respondents: Company Name Bid Amount Intelligent Infrastructure Solutions $3,564.97 Aztek Communications of South Florida Inc. $3,997.55 Precision Contracting Services Inc. $6,421.55 Staff recommends awarding the attached agreement to the lowest, responsive and responsible bidder, Intelligent Infrastructure Solutions. FISCAL IMPACT: Funds for these services shall come from individual divisions as projects and needs arise. The countywide average historical spend is $760,000 annually on these contracted services, but are not indicative of future contract spend, which could be greater or less than the historical trends. Purchase orders will be reviewed and released by the Procurement Services Division staff in accordance with the contract terms and thresholds. GROWTH MANAGEMENT IMPACT: This project is consistent with the Transportation Element of the Growth Management Plan. 16.A.14 Packet Pg. 748 06/12/2018 LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To award ITB No. 17-7099 to Intelligent Infrastructure Solutions, LLC for "Fiber Optic Installation, Repair and Maintenance" and authorize the Chairman to execute the attached agreement. Prepared by: Pierre-Marie Beauvoir, Signal Systems Network Specialist, Transportation Engineering ATTACHMENT(S) 1. 17-7099 Intelligent _VendSign_Contract (PDF) 2. 17-7099 Intelligent Infrastructure Solutions Proposal (PDF) 3. 17-7099 Bid Tabulation (PDF) 4. 17-7099 NORA (PDF) 5. 17-7099 Solicitation (DOCX) 16.A.14 Packet Pg. 749 06/12/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.14 Doc ID: 5596 Item Summary: Recommendation to award ITB No. 17-099 to Intelligent Infrastructure Solutions, LLC for "Fiber Optic Installation, Repair and Maintenance" and authorize the Chairman to execute the attached agreement. Meeting Date: 06/12/2018 Prepared by: Title: Signal Systems Network Specialist – Transportation Engineering Name: Pierre Beauvoir 05/07/2018 10:49 AM Submitted by: Title: Division Director - Transportation Eng – Transportation Engineering Name: Jay Ahmad 05/07/2018 10:49 AM Approved By: Review: Procurement Services Barbara Lance Level 1 Purchasing Gatekeeper Completed 05/07/2018 1:05 PM Procurement Services Sandra Herrera Additional Reviewer Completed 05/07/2018 1:15 PM Procurement Services Viviana Giarimoustas Additional Reviewer Completed 05/07/2018 2:45 PM Procurement Services Ted Coyman Additional Reviewer Completed 05/07/2018 3:14 PM Procurement Services Swainson Hall Additional Reviewer Completed 05/07/2018 4:25 PM Transportation Engineering Jay Ahmad Additional Reviewer Completed 05/08/2018 2:32 PM Growth Management Department Diane Lynch Level 1 Reviewer Completed 05/09/2018 3:02 PM Growth Management Department Anthony Khawaja Additional Reviewer Completed 05/09/2018 4:41 PM Growth Management Operations Support Heather Meyer Additional Reviewer Completed 05/10/2018 2:24 PM Growth Management Department Thaddeus Cohen Department Head Review Completed 05/17/2018 8:54 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 05/17/2018 11:09 AM County Attorney's Office Scott Teach Additional Reviewer Completed 05/24/2018 9:26 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 05/24/2018 9:38 AM Growth Management Department Gene Shue Additional Reviewer Completed 05/30/2018 10:18 AM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 05/30/2018 11:12 AM Office of Management and Budget Allison Kearns Additional Reviewer Completed 05/30/2018 12:02 PM 16.A.14 Packet Pg. 750 06/12/2018 County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 06/03/2018 8:16 PM Board of County Commissioners MaryJo Brock Meeting Pending 06/12/2018 9:00 AM 16.A.14 Packet Pg. 751 16.A.14.aPacket Pg. 752Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 753Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 754Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 755Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 756Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 757Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 758Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 759Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 760Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 761Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 762Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 763Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 764Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 765Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 766Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 767Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 768Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 769Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 770Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 771Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 772Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 773Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 774Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 775Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 776Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 777Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 778Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 779Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 780Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 781Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 782Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.aPacket Pg. 783Attachment: 17-7099 Intelligent _VendSign_Contract (5596 : Fiber Optic Contract) 16.A.14.bPacket Pg. 784Attachment: 17-7099 Intelligent Infrastructure Solutions Proposal (5596 : Fiber Optic Contract) 16.A.14.bPacket Pg. 785Attachment: 17-7099 Intelligent Infrastructure Solutions Proposal (5596 : Fiber Optic Contract) 16.A.14.bPacket Pg. 786Attachment: 17-7099 Intelligent Infrastructure Solutions Proposal (5596 : Fiber Optic Contract) 16.A.14.bPacket Pg. 787Attachment: 17-7099 Intelligent Infrastructure Solutions Proposal (5596 : Fiber Optic Contract) 16.A.14.bPacket Pg. 788Attachment: 17-7099 Intelligent Infrastructure Solutions Proposal (5596 : Fiber Optic Contract) 16.A.14.bPacket Pg. 789Attachment: 17-7099 Intelligent Infrastructure Solutions Proposal (5596 : Fiber Optic Contract) 16.A.14.bPacket Pg. 790Attachment: 17-7099 Intelligent Infrastructure Solutions Proposal (5596 : Fiber Optic Contract) 16.A.14.bPacket Pg. 791Attachment: 17-7099 Intelligent Infrastructure Solutions Proposal (5596 : Fiber Optic Contract) 16.A.14.bPacket Pg. 792Attachment: 17-7099 Intelligent Infrastructure Solutions Proposal (5596 : Fiber Optic Contract) 16.A.14.bPacket Pg. 793Attachment: 17-7099 Intelligent Infrastructure Solutions Proposal (5596 : Fiber Optic Contract) 16.A.14.bPacket Pg. 794Attachment: 17-7099 Intelligent Infrastructure Solutions Proposal (5596 : Fiber Optic Contract) 16.A.14.bPacket Pg. 795Attachment: 17-7099 Intelligent Infrastructure Solutions Proposal (5596 : Fiber Optic Contract) 16.A.14.bPacket Pg. 796Attachment: 17-7099 Intelligent Infrastructure Solutions Proposal (5596 : Fiber Optic Contract) 16.A.14.bPacket Pg. 797Attachment: 17-7099 Intelligent Infrastructure Solutions Proposal (5596 : Fiber Optic Contract) 16.A.14.bPacket Pg. 798Attachment: 17-7099 Intelligent Infrastructure Solutions Proposal (5596 : Fiber Optic Contract) 16.A.14.bPacket Pg. 799Attachment: 17-7099 Intelligent Infrastructure Solutions Proposal (5596 : Fiber Optic Contract) 16.A.14.bPacket Pg. 800Attachment: 17-7099 Intelligent Infrastructure Solutions Proposal (5596 : Fiber Optic Contract) 16.A.14.bPacket Pg. 801Attachment: 17-7099 Intelligent Infrastructure Solutions Proposal (5596 : Fiber Optic Contract) Department of State /Division of Corporations /Search Records /Detail By Document Number / Document Number FEI/EIN Number Date Filed Effective Date State Status Last Event Event Date Filed Event Effective Date Detail by Entity Name Florida Limited Liability Company INTELLIGENT INFRASTRUCTURE SOLUTIONS, LLC Filing Information L11000015917 27-4674394 02/04/2011 02/01/2011 FL ACTIVE LC AMENDMENT 06/29/2017 NONE Principal Address 7676 JEAN BLVD FORT MYERS, FL 33967 Changed: 06/20/2017 Mailing Address 2450 ROSE LN. ST. JAMES CITY, FL 33956 Registered Agent Name & Address HARRISON, FRANK D 2450 ROSE LN. ST. JAMES CITY, FL 33956 Authorized Person(s) Detail Name & Address Title MGRM HARRISON, FRANK D 2450 ROSE LN. ST. JAMES CITY, FL 33956 Title MGRM ESCH, THOMAS 140 E HILO ST NAPLES, FL 34113 DIVISION OF CORPORATIONSFlorida Department of State Page 1 of 2Detail by Entity Name 1/17/2018http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 16.A.14.b Packet Pg. 802 Attachment: 17-7099 Intelligent Infrastructure Solutions Proposal (5596 : Fiber Optic Contract) Title MEMBER BECKMAN, TIMOTHY 7676 Jean Blvd Fort Myers, FL 33916 Annual Reports Report Year Filed Date 2016 01/25/2016 2017 01/13/2017 2018 01/09/2018 Document Images 01/09/2018 -- ANNUAL REPORT View image in PDF format 06/29/2017 -- LC Amendment View image in PDF format 01/13/2017 -- ANNUAL REPORT View image in PDF format 01/25/2016 -- ANNUAL REPORT View image in PDF format 01/12/2015 -- ANNUAL REPORT View image in PDF format 01/09/2014 -- ANNUAL REPORT View image in PDF format 03/22/2013 -- ANNUAL REPORT View image in PDF format 01/04/2012 -- ANNUAL REPORT View image in PDF format 02/04/2011 -- Florida Limited Liability View image in PDF format Florida Department of State, Division of Corporations Page 2 of 2Detail by Entity Name 1/17/2018http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 16.A.14.b Packet Pg. 803 Attachment: 17-7099 Intelligent Infrastructure Solutions Proposal (5596 : Fiber Optic Contract) 17-7099 Fiber Optic Installation, Repair and Maintenance References REFERENCE #1 Company Name: Collier County School District Address: 5775 Osceola Trail, Naples, FL 34109 Contact Name: Thomas Petry Telephone: 239-377-0447 Email: petryth@collierschools.com Describe products/services provided: Currently hold the contract for Installation, Maintenance & Repair for Fiber Optic Infrastructure Provided from <insert date>: May 2011 to <insert date>: Present REFERENCE #2 Company Name: Charlotte County IT Division Address: 18500 Murdock Circle, Port Charlotte, FL 33948 Contact Name: Evan Leibman Telephone: 941-764-5504 Email: evan.leibman@charlottecountyfl.gov Describe products/services provided: Currently hold the contract for Installation, Maintenance & Repair for Fiber Optic Infrastructure Provided from <insert date>: November 2012 to <insert date>: Present REFERENCE #3 Company Name: Charlotte County Lighting District Address: 7000 Florida St., Punta Gorda, FL 33950 Contact Name: Andy Amendola Telephone: 941-575-3648 Email: andy.amendola@charlottecountyfl.gov Describe products/services provided: Currently hold the contract for Installation, Maintenance & Repair for Fiber Optic Infrastructure Provided from <insert date>: November 2012 to <insert date>: Present REFERENCE #4 Company Name: Summit Broadband Page 1 of 4References 4/4/2018file:///G:/1_ALL%20SOLICITATIONS%20&%20TEMPLATES/2.5_FY2017%20New%2... 16.A.14.b Packet Pg. 804 Attachment: 17-7099 Intelligent Infrastructure Solutions Proposal (5596 : Fiber Optic Contract) Address: 24520 Production Circle, Bonita Springs, FL 34135 Contact Name: Rob Conger Telephone: 239-444-0031 Email: rconger@summit-broadband.com Describe products/services provided: Installation of Fiber Optic Cable throughout their metro backbone and Service Delivery Provided from <insert date>: October 2015 to <insert date>: Present REFERENCE #5 Company Name: FPL-FiberNet now known as Crown Castle Fiber Address: 10650 State Rd. 80, Ft. Myers, FL 33902 Contact Name: John Trudel Telephone: 239-693-4260 Email: john.trudel@crowncastle.com Describe products/services provided: Currently one of two contractors that provide Installation, Maintenance and Repair for all the fiber optic infrastructure in SW Florida Provided from <insert date>: May 2011 to <insert date>: Present REFERENCE #6 Company Name: LiteStream Address: 6204 Janes Ln., Naples, FL 34109 Contact Name: Dane McWilliams Telephone: 228-617-4272 Email: dmcwilliams@mylitestream.com Describe products/services provided: Installation of new fiber optic backbone infrastructure Provided from <insert date>: July 2016 to <insert date>: Present REFERENCE #7 Company Name: Address: Contact Name: Telephone: Email: Describe products/services provided: Provided from <insert date>: to <insert date>: Page 2 of 4References 4/4/2018file:///G:/1_ALL%20SOLICITATIONS%20&%20TEMPLATES/2.5_FY2017%20New%2... 16.A.14.b Packet Pg. 805 Attachment: 17-7099 Intelligent Infrastructure Solutions Proposal (5596 : Fiber Optic Contract) REFERENCE #8 Company Name: Address: Contact Name: Telephone: Email: Describe products/services provided: Provided from <insert date>: to <insert date>: REFERENCE #9 Company Name: Address: Contact Name: Telephone: Email: Describe products/services provided: Provided from <insert date>: to <insert date>: REFERENCE #10 Company Name: Address: Contact Name: Telephone: Email: Describe products/services provided: Provided from <insert date>: to <insert date>: Submitted by: Business Name: Intelligent Infrastructure Solutions, LLC Authorized Representative: Tim Beckman, RCDD Title: Vice President Solicitation #: 17-7099 Date: 1/9/2018 Page 3 of 4References 4/4/2018file:///G:/1_ALL%20SOLICITATIONS%20&%20TEMPLATES/2.5_FY2017%20New%2... 16.A.14.b Packet Pg. 806 Attachment: 17-7099 Intelligent Infrastructure Solutions Proposal (5596 : Fiber Optic Contract) Project Manager: Pierre BeauvoirProcurement: Viviana GiarimoustasOpened: 1/10/18 at 9:00 AMWitness: Brenda Brilhart# 17‐7099 Fiber Optic Installation,Repair, and MaintenanceNotifications Sent: 820 Downloaded: 74Submissions: 3Item Number Item DescriptionFDOT Pay Item UnitUnit Price Unit Price Negotiated Unit Price Unit PriceFiber Optic Cable (per foot) F&I one cable (< 5000 feet), conduit in place148‐fiber, SM 783‐1‐122 Ft $1.90$1.65$1.18 $1.75296‐fiber, SM 783‐1‐123 Ft $2.30$2.02$1.51 $1.953 144‐fiber, SM 783‐1‐124 Ft $2.70$2.41$1.88 $2.154Remove < 5000 ft fiber optic cable783‐1‐600 Ft $1.25$1.08$0.75 $0.50Fiber Optic Cable (per foot) F&I one cable (> 5000 feet), conduit in place548‐fiber, SM 783‐1‐122 Ft $1.80$1.57$1.13 $1.70696‐fiber, SM 783‐1‐123 Ft $2.20$1.94$1.46 $1.857 144‐fiber, SM 783‐1‐124 Ft $2.60$2.33$1.83 $2.108Remove > 5000 ft fiber optic cable783‐1‐600 Ft $1.25$1.08$0.75 $0.50Fiber Optic Cable ‐ 48f SM, 3000 ft on spool, Furnish Only9Collier County will arrange storageNA Spool $995.00 $995.00 $1,070.00 $1,080.00F & I 2 cables (< 5000 feet), conduit in place10 48‐fiber, SM 783‐1‐122 Ft $2.70$1.22$0.99 $1.5011 96‐fiber, SM 783‐1‐123 Ft $2.90$1.37$1.21 $1.7512 144‐fiber, SM 783‐1‐124 Ft $3.90$1.75$1.36 $2.0013Remove < 5000 ft fiber optic cable (2 or more in conduit)783‐1‐600 Ft $1.40$0.63$0.50 $0.50F&I 2 cables (> 5000 feet), conduit in place14 48‐fiber, SM 783‐1‐122 Ft $2.20$1.01$0.85 $1.45Precision Contracting Services Inc.Complete Item numbers 1‐ 75 with the requested information. Collier County reserves the right to remove items from the bid list, in the event such items are not available from all vendors. This action facilitates a fair comparion of bids.All bid prices shall be all inclusive. Any material and supplies not listed on the bid schedule below provided by the Awardee under this contract will be reimbursed on a strictly COST PLUS 10% arrangement only. Documentation of awardees' cost must be provided with actual invoices from the supplier.  Subcontractors hired by the Awardee for services under this contract will be provided on a strictly COST PLUS 15% arrangement only. Documentation of awardees' subcontractor costs must be provided with actual invoices from the subcontractor.Intelligent Infrastructure SolutionsAztek Communi‐cationsIntelligent Infrastructure Solutions1 of 416.A.14.cPacket Pg. 807Attachment: 17-7099 Bid Tabulation (5596 : Fiber Optic Contract) Project Manager: Pierre BeauvoirProcurement: Viviana GiarimoustasOpened: 1/10/18 at 9:00 AMWitness: Brenda Brilhart# 17‐7099 Fiber Optic Installation,Repair, and MaintenanceNotifications Sent: 820 Downloaded: 74Submissions: 315 96‐fiber, SM 783‐1‐123 Ft $2.90$1.32$1.09 $1.7016 144‐fiber, SM 783‐1‐124 Ft $3.85$1.71$1.31 $1.9517Remove > 5000 ft fiber optic cable (2 or more in conduit)783‐1‐600 Ft $1.25$0.58$0.50 $0.50Fiber Optic Splicing, fusion (per fiber)18 1 ‐ 10 fibers 783‐2‐31 Ea $31.00$27.00$20.00 $35.0019 11 ‐ 24 fibers 783‐2‐31 Ea $34.00$30.85$25.00 $33.0020 25 ‐ 48 fibers 783‐2‐31 Ea $34.00$30.85$25.00 $30.0021 49 ‐ 96 fibers 783‐2‐31 Ea $28.00$26.25$23.00 $28.0022 > 96 fibers 783‐2‐31 Ea $27.00$24.55$20.00 $25.00Fiber Optic Termination, new (per fiber)23 1 ‐ 10 fibers – new termination 783‐2‐32 Ea $31.00$26.45$18.00 $30.0024 11 ‐ 24 fibers – new termination 783‐2‐32 Ea $35.00$31.50$25.00 $30.0025 25 ‐ 48 fibers – new termination 783‐2‐32 Ea $35.00$31.50$25.00 $28.0026 49 ‐ 96 fibers – new termination 783‐2‐32 Ea $29.50$27.25$23.00 $28.0027 > 96 fibers – new termination 783‐2‐32 Ea $29.00$25.85$20.00 $25.00Fiber Optic Installation, Splicing & Termination Hardware28 Splice enclosure 783‐3‐11 Ea $250.00 $250.00 $350.00 $475.0029 Splice tray 783‐3‐12 Ea $20.00 $20.00 $18.00 $30.0030 Buffer tube fan‐out kit 783‐3‐14 Ea $5.00 $5.00 $5.00 $45.0031 Patch panel, field terminated 783‐3‐16 Ea $55.00 $55.00 $65.00 $135.0032 Fiber optic connector panel 783‐3‐17 Ea $75.00 $75.00 $88.00 $80.0033 3‐sided marker NA Ea $22.00 $22.00 $22.00 $45.0034 Patch Cable, SM, 3m, Simplex: SC to SC 783‐3‐18 Ea $5.50 $5.50 $9.00 $10.0035 Patch Cable, SM, 3m, Simplex: SC to LC 783‐3‐18 Ea $5.50 $5.50 $9.00 $12.0036 Patch Cable, SM, 3m, Simplex: SC to ST 783‐3‐18 Ea $5.50 $5.50 $7.50 $8.0037 All other SM, 3m, simplex 783‐3‐18 Ea $5.00 $5.00 $5.00 $7.5038 Patch Cable, SM, 3m, Duplex: SC to SC 783‐3‐18 Ea $12.00 $12.00 $18.00 $25.0039 Patch Cable, SM, 3m, Duplex: SC to LC 783‐3‐18 Ea $13.50 $13.50 $20.00 $25.0040 Patch Cable, SM, 3m, Duplex: SC to ST 783‐3‐18 Ea $12.00 $12.00 $15.00 $25.0041 All other SM, 3m, duplex 783‐3‐18 Ea $12.00 $12.00 $10.00 $10.00OTDR Testing (per fiber, per direction, includes furnishing test results)2 of 416.A.14.cPacket Pg. 808Attachment: 17-7099 Bid Tabulation (5596 : Fiber Optic Contract) Project Manager: Pierre BeauvoirProcurement: Viviana GiarimoustasOpened: 1/10/18 at 9:00 AMWitness: Brenda Brilhart# 17‐7099 Fiber Optic Installation,Repair, and MaintenanceNotifications Sent: 820 Downloaded: 74Submissions: 342 1 ‐ 10 fibers, one direction NA Ea $3.50 $3.50 $4.00 $9.0043 11 ‐ 24 fibers, one direction NA Ea $9.00 $9.00 $7.00 $9.0044 25 ‐ 48 fibers, one direction NA Ea $9.00 $9.00 $7.00 $9.0045 49 ‐ 96 fibers, one direction NA Ea $6.00 $6.00 $5.00 $7.0046 > 96 fibers, one direction NA Ea $5.00 $5.00 $4.00 $6.00Conduit (per foot) F&I via trenching (< 5000 ft)47 One 2” diameter, HDPE, orange 783‐4‐112 Ft $7.00 $7.00 $5.75 $6.5048 Two 2” diameter, HDPE, orange 783‐4‐112 Ft $8.00 $8.00 $6.00 $8.0049 One 3” diameter, HDPE, orange 783‐4‐112 Ft $9.50 $9.50 $6.00 $8.2550 Two 3” diameter, HDPE, orange 783‐4‐112 Ft $11.00 $11.00 $6.50 $10.5051 Relocate existing conduit (< 5000 ft) 783‐4‐112 Ft $8.00 $8.00 $5.75 $6.25Conduit (per foot) F&I via trenching (> 5000 ft)52 One 2” diameter, HDPE, orange 783‐4‐112 Ea $6.50 $6.50 $5.50 $6.4553 Two 2” diameter, HDPE, orange 783‐4‐112 Ea $7.50 $7.50 $5.75 $8.2554 One 3” diameter, HDPE, orange 783‐4‐112 Ea $9.00 $9.00 $5.75 $8.2555 Two 3” diameter, HDPE, orange 783‐4‐112 Ea $10.75 $10.75 $6.25 $10.5056 Relocate existing conduit (> 5000 ft) 783‐4‐112 Ea $7.50 $7.50 $5.50 $6.25Conduit (per foot) F&I via directional Bore (< 5000 ft) 57 One 2” diameter, HDPE, orange 783‐4‐112 Ft $14.00 $14.00 $12.50 $15.0058 Two 2” diameter, HDPE, orange 783‐4‐112 Ft $18.00 $18.00 $16.50 $17.7559 One 3” diameter, HDPE, orange 783‐4‐112 Ft $16.00 $16.00 $14.50 $19.0060 Two 3” diameter, HDPE, orange 783‐4‐112 Ft $21.00 $21.00 $20.00 $25.00Conduit (per foot) F&I via directional Bore (>5000 ft)61 One 2” diameter, HDPE, orange 783‐4‐112 Ft $13.00 $13.00 $12.00 $14.5062 Two 2” diameter, HDPE, orange 783‐4‐112 Ft $17.00 $17.00 $16.25 $18.0063 One 3” diameter, HDPE, orange 783‐4‐112 Ft $15.00 $15.00 $14.25 $19.7564 Two 3” diameter, HDPE, orange 783‐4‐112 Ft $19.00 $19.00 $20.00 $25.00Fiber Optic Pull Box & Splice Box with Lid and Apron65Fiber optic pull box + lid with concrete apron (24”x36”x18”) 783‐5‐1Ea $395.00 $395.00 $485.00 $1,325.0066Fiber optic splice box + lid with concrete apron (30”x48”x18”) 786‐6‐1Ea $525.00 $525.00 $800.00 $1,695.003 of 416.A.14.cPacket Pg. 809Attachment: 17-7099 Bid Tabulation (5596 : Fiber Optic Contract) Project Manager: Pierre BeauvoirProcurement: Viviana GiarimoustasOpened: 1/10/18 at 9:00 AMWitness: Brenda Brilhart# 17‐7099 Fiber Optic Installation,Repair, and MaintenanceNotifications Sent: 820 Downloaded: 74Submissions: 367Marker postNA Ea $21.00 $21.00 $22.00 $65.00Additional Labor Rates and Documentation68Network Engineer  NA Hr $80.00 $80.00 $50.00 $115.0069Network TechnicianNA Hr $75.00 $75.00 $50.00 $95.0070Fiber Optic TechnicianNA Hr $70.00 $70.00 $75.00 $90.0071Registered Communications Distribution DesignerNA Hr $70.00 $70.00 $75.00 $135.0072As‐Built PlansNA Hr $70.00 $70.00 $50.00 $75.0073Google Earth NA Hr $70.00 $70.00 $75.00 $75.0074GIS ESRINA Hr $70.00 $70.00 $75.00 $75.0075Splicing Diagrams in VisioNA Hr $70.00 $70.00 $75.00 $75.00Total Base Bid3,609.85$           3,564.97$           3,997.55$      6,421.55$       500.00$           500.00$           500.00$       250.00$       Provide an Urgent Repair Flat Rate Fee‐ 2 HOUR RESPONSE TIME REQUIRED Urgent Flat Rate Fee‐$                                  4 of 416.A.14.cPacket Pg. 810Attachment: 17-7099 Bid Tabulation (5596 : Fiber Optic Contract) 16.A.14.dPacket Pg. 811Attachment: 17-7099 NORA (5596 : Fiber Optic Contract) COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR FIBER OPTIC INSTALLATION, REPAIR AND MAINTENANCE SOLICITATION NO.: 17-7099 VIVIANA GIARIMOUSTAS, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8375 VivianaGiarimoustas@colliergov.net (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.A.14.e Packet Pg. 812 Attachment: 17-7099 Solicitation (5596 : Fiber Optic Contract) SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 17-7099 PROJECT TITLE: FIBER OPTIC INSTALLATION, REPAIR AND MAINTENANCE POST DATE: Monday December 11, 2017 LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 BID OPENING DAY/DATE/TIME: Wednesday, January 10, 2018 at 9:00 AM EST PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Traffic Operations Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. The Collier County Information Technology Department and the Collier County Traffic Operations Department have invested significant resources to construct/maintain a combined in excess of 200 miles of underground fiber optic cable for the provision of facility network access and intelligent transportation communication, respectively. The existing fiber optic networks require routine and urgent maintenance, to ensure the proper functioning of this asset and to minimize unplanned downtime. The reach of the two fiber optic networks also is expanded each year to provide service to additional customers and locations. Given the critical nature of the County's fiber optic facilities, as well as the ongoing attention that the systems require, Collier County is seeking reliable and qualified firm to provide a variety of fiber optic services. Historically, County departments have spent approximately $760,000 on average over the past 3 years; however, this may not be indicative of future buying patterns. BACKGROUND Collier County has invested significant resources to construct in excess of 200 miles of underground fiber optic cable for the provision of facility network access and intelligent transport communication, respectively. The existing fiber optic networks require routine and emergency maintenance to extend the life of this asset and to minimize unplanned downtime. The reach of the fiber optic networks is expanded each year to provide service to additional customers and locations. Given the critical nature of the County's fiber optic facilities, as well as the ongoing attention that the systems require, Collier County is seeking reliable and qualified firms to provide a variety of fiber optic services. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing s tructure. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. AWARD CRITERIA 16.A.14.e Packet Pg. 813 Attachment: 17-7099 Solicitation (5596 : Fiber Optic Contract) ITB award criteria are as follows:  The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation.  It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County.  For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below:  Lowest Total Base Bid  Collier County reserves the right to select one, or more than one suppliers, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to:  Award to a Primary Vendor  The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation.  The County requests that the vendor submits three (3) completed reference forms from clients whose projects are of a similar scope to this solicitation as a part of their proposal from the past five (5) years. DETAILED SCOPE OF WORK All services provided to Collier County through this bid shall be performed solely by the County's contractor; no subcontractor or substitute performance will be accepted without prior approval by Collier County. Fiber optic terminations are "furnish and install" items and therefore shall be inclusive of all labor and equipment costs. The contractor shall notify the contracting agency in writing prior to commencement of work if substitute performance shall be used, and provide the company name of the subcontractor and the name and telephone number of an appropriate contact person for the subcontractor. The subcontractor shall be licensed to perform work on Collier County and State of Florida rights-of-way. The contractor shall invoice Collier County for the subcontractor's work according to the prices provided on this bid. Service Type 1: Major Fiber Optic Installation For the purpose of this bid, a major fiber optic ins tallation shall be defined as any installation project for which a one mile (5280 linear feet) or more quantity of total fiber optic cable is required, without regard to the number of locations specified, inclusive of amounts coiled in pull boxes or other storage areas. Contractors may be requested to perform fiber optic splices and/or fiber optic terminations in specified locations for this type of work. A major fiber optic installation also may or may not require the contractor to install communications pull boxes or underground conduit, either by trenching or directional bore. The Collier County agency requiring a major fiber optic installation shall notify the contractor no fewer than thirty (30) ca lendar days prior to expectation of commencement of wo rk to coordinate project planning, installation schedules, and completion deadline. Notice to proceed shall be in the form of a Purchase Order, and no work shall commence until one has been issued to the contractor. The contractor shall schedule and complete daily work on weekdays between normal business hours (8:00 am to 5:00 pm). If, however, the contractor performs work outside of this schedule for the purpose of completing work of this service type, bid items shal l be invoiced at the normal rate; no overtime or premium prices shall apply for major fiber optic installations. Service Type 2: Minor Fiber Optic Installation A minor fiber optic installation shall be defined as any installation project for which less than one mile of total fiber opt ic cable is required, without regard to the number of locations specified, inclusive of amounts coiled in pull boxes or other storage are as. Contractors may be requested to perform fiber optic splices and/or fiber optic terminations in specified locations for thi s type of work. A minor fiber optic installation also may or may not require the contractor to install communications pull boxes or undergrou nd conduit, either by trenching or directional bore. The Collier County agency requiring a minor fiber optic installation shall notify the contractor no fewer than 14 calendar days prior to expectation of commencement of work to coordinate project planning and installation schedules, and completion deadline. Notice to proceed shall be in the form of a Purchase Order, and no work shall commence until one has been issued to the contractor. The contractor shall endeavor to schedule and complete daily work on weekdays between normal business hours (8:00 am to 5:00 pm). If, however, the contractor performs work outside of this schedule for the purpose of completing work of this service type, bid items shall be invoiced at the normal rate; no overtime or premium prices shall apply for minor fiber optic installations. Service Type 3: Routine Maintenance 16.A.14.e Packet Pg. 814 Attachment: 17-7099 Solicitation (5596 : Fiber Optic Contract) Routine maintenance shall be defined as any maintenance or repair of fiber optic cables or facilities which are anticipated and scheduled in advance of need, or can be planned to take place during normal business hours within three business days of need . Routine maintenance may include splicing fiber optic cable, modifying fiber optic terminations, troubleshooting communications interruptions by OTDR test. The Collier County agency requiring routine maintenance or repair shall notify the contractor no fewer than three busine ss days prior to expectation of commencement of work to coordinate project planning and installation schedules, and completion deadline. Notice to proceed shall be in the form of a Purchase Order, and no work shall commence until one has been issued to th e contractor. The contractor shall endeavor to schedule and complete routine maintenance or repairs on weekdays between normal business hours (8:00 am to 5:00 pm). If, however, the contractor performs work outside of this schedule for the purpose of comp leting work of this service type, bid items shall be invoiced at the normal rate; no overtime or premium prices shall apply for routine maintenance. Service Type 4: Urgent Repair Urgent repair shall be defined as any maintenance or repair to a critical fa cility which requires a contractor's response and be onsite within two (2) hours from notification, and may require that services be performed during or after regular business hours. The Collier County agency requiring an urgent fiber optic repair shall n otify the contractor of the need for immediate repair and issue a Purchase Order to the contractor. If the contractor is unable to mobilize to the repair location within two hours of first contact, the contractor shall notify the relevant County project manager immediately, so an alternate contractor can be contacted for the repair. The alternate contractor will also be responsible to respond and be onsite within two (2) hours from notification, and repairs undertaken a nd completed in a timely fashion, as requested by the County’s representative. The need for urgent fiber optic repairs is unpredictable by nature. Since it is often critical to restore fiber optic communication quickly an urgent flat rate fee may be assessed with this service. Note that only an urgent repair request may be invoiced at a flat rate fee above standard bid prices; all other bid prices shall remain in effect regardless of the type of work order issued. Specifications Contractors are advised that work shall be completed to (1) engineering plan requirements, (2) Collier County specification, or (3) FDOT specification, whichever is deemed sufficiently stringent by the contracting agency. At no time shall a contractor proceed with the lesser of any standard or specification unless that determination has been approved by Collier County. All work is subject to inspection by an authorized Collier County construction inspector. Collier County retains the right to hold back payment on any contractor invoice for work that does not meet acceptance criteria and is not corrected by the contractor to the County's specifications. The Collier County construction inspector shall have the authority to make final determination on whether workmanship, material, and/or the final work product satisfy the specifications. Pre- and Post-Activity Requirements Contractor/Sub-Contractor Requirements:  Any subcontractor hired by the Awardee for services under this contract will be provided on a strictly cost plus 15% arrangement only. Documentation of awardees' subcontractor costs must be provided with actual invoices from the subcontractor.  Respondents shall be firms, corporations, individuals or partnerships normally engaged in the deployment, maintenance and repairs of fiber optics at the municipal, county or state level.  Respondents shall have one or more of the following certifications o Registered Communications Distribution Designer (RCDD) o IMSA Fiber Optics for Traffic Stem Technician 2 o IMSA Traffic Signal Technician Level 2 o IMSA Traffic Signal Technician Level 3 TRAFFIC CONTROL: When work is required alongside City streets, the Respondent and any subcontractor or independent contractor retained by the Respondent shall take adequate precautions to warn motoris ts of the work and to place flagmen and/or other controls to ensure the continued safe and orderly flow of traffic through the work site. Traffic control patterns and devices shall be erected in accordance with the most recent edition of the Manual on Uniform Traffic Control Devices (MUTCD). RESTORATION OF PUBLIC AND PRIVATE PROPERTY : All public and private property affected by the work shall be restored to its original condition after the Work is substantially complete. Restoration shall include, but not b e limited to, the following: removal of spoils and debris, repair of ruts, and replanting of grass or landscaping. The Contractor and any subco ntractor or independent contractor retained by the Contractor shall make a reasonable effort to preserve and repl ant landscaping removed from 16.A.14.e Packet Pg. 815 Attachment: 17-7099 Solicitation (5596 : Fiber Optic Contract) within the limits of the City’s easements. However, even if after taking prudent care the landscaping cannot be salvaged, the Contractor shall not be obligated to replace same. A right-of-way permit is required for all new installations within State- or County-owned right of way, whether the activity is an installation of fiber optic cable in an existing conduit, an installation of conduit and pull boxes alone, or an installation of fiber optic cable, conduit and pull boxes. The right-of-way permit shall be obtained prior to commencing any work. The contractor shall bear all costs associated with obtaining required right -of-way permits; the permit fee shall be invoiced to the requesting County agency. Routine maintenance and repair activities do not require a right-of-way permit; however, contractors are encouraged to notify the County Right-of-Way Permitting office (239-252-5767) prior to commencing any scheduled routine maintenance that may result in lane closures and/or sidewalk closures for any duration of time, or for any work which will require vehicles or equipment to be in the public right-of-way for four hours or more. At no time shall the contractor assume that their activities are covered under a "Countywide right-of-way permit." When performing work under a Collier County or FDOT right -of-way permit, the contractor may not simultaneously perform work in the same service area for the benefit of any non-Collier-County BCC public agency or any private entity without a possessing a separate, current permit to do so. The contractor shall contact Sunshine One Call (811) to obtain utility locates two full business days prior to beginning any scheduled underground work. For urgent work the contractor is also expected to contact Sunshine One Call as soon as possible. The contractor shall be responsible for any underground facility damaged by the contractor's or subcontractor's activities that was properly marked by its owner. The contractor shall comply with Chapter 556, Florida Statutes, "Underground Facility Damage Prevention and Safety." It is anticipated that local road and utility construction projects will be in progress during the life of this contract. The contractor shall be required to coordinate his construction operations with those of other contractors doing work for the State of Florida, Collier County and City of Naples governments. This coordination includes on-site cooperation and scheduling of work to minimize or eliminate any rework or duplication of effort. The contractor shall be present at all pre-activity and post-completion walkthroughs if required by the contracting agency. If required to do so by the contracting agency, the contractor shall notify the contracting agency 72 hours prior to expected c ompletion of Work Order activities to schedule a pre-acceptance inspection. [a] Fiber Optic Cable: Installation and Removal All fiber optic cable shall be single mode. Fiber optic cable shall be shipped on reels of marked, continuous length, and shall be provided from the same manufacturer. The contractor shall test all fiber optic cable prior to installation. If the cable fails to meet specification requirements, the contractor shall replace the entire reel at no additional cost. The contractor may omit the pre- installation test if the manufacturer has tested the fiber optic cable on the reel prior to shipment and provides for inspect ion an OTDR trace and table of attenuations for all strands. Collier County agencies and other local utility-owning entities have adopted a system to visually identify the owner of a given run of fiber optic cable by color-coding the external jacket of the fiber optic cable. All fiber optic cabling requested by the Collier County Information Technology Department shall have a stripe, yellow in color, along the entire length of the cable, and shall be marked "Collier County BCC IT" at three -foot intervals. All fiber optic cabling requested by the Collier County Traffic Operations Department shall have a stripe, green in color, along the entire length of cable, and shall be marked "Collier County BCC Traffic" at three-foot intervals. Any fiber optic cable installed by the contractor which does not conform to this color -coding and identification scheme shall be rejected by the agency, and shall require the contractor to remove all non -conforming cable at his own expense and replace it with fiber optic cable as specified in this bid. Fiber optic cable shall be pulled in place by hand or by and approved pulling machine equipped with a monitored or recording tension- meter. The contractor shall not exceed the manufacturer's recommended pulling tension for the cable. All fiber optic cable runs shall be installed in conduit with a 12 -gauge copper locate wire with blue shielding if one is not already present in the conduit. A minimum of one-hundred (100) feet of spare fiber optic cable shall be coiled in every communications pull box to provide slack in the run and to allow for future maintenance. Where a splice enclosure is present, the spare fiber shall be one-hundred (100) feet on either side of the splice, for a total of 200 feet of slack at each splice box. No fiber optic cable shall be bent at a radius less than its manufacturer-recommended bending radius. All fiber optic cable shall be clearly labeled at all storage points utilizing a durable, weatherproof tag or marker affixed to the cable. 16.A.14.e Packet Pg. 816 Attachment: 17-7099 Solicitation (5596 : Fiber Optic Contract) The label shall describe the cardinal direction (N, E, S, or W) that the fiber run exits to, as well as any other useful info rmation (such as roadway name, termination point) that will assist in visually identifying fiber optic cable runs in the future. The strand count for fiber optic cable(s) will be specified by Collier County at the time of issuing Notice to Proceed. All fiber installed shall be tested by OTDR following installation at 1310 and 1550 nanometer wavelengths. The contractor shall use a bare fiber adapter to test any fibers that are not terminated at the time of installation. The contractor shall investigate any discontinuities greater than 0.2 dB per 300 feet, and repair or replace cable sections exceeding allowable attenuation at no cost to the contracting agency. When removing fiber optic cable, the contractor shall record the measurement markings nea rest to each end of the cable. Removal can be either by hand or by machine. Care shall be taken at the time of cable removal not to disturb or damage any fiber optic cables that may be remaining in the conduit and pull boxes. The contracting agency may request fiber optic cable removal as part of a relocation service, or because the fiber optic run is being put into disuse. The contractor shall exercise due care to preserve the condition of the cable if it is intended to be relocated. The contractor shall be responsible for damage to any cable designated to be left in place that was harmed during a removal operation. [b] Fiber Optic Splicing All splices shall be performed by the fusion method, by a machine equipped with a method for estimating the achie ved splice loss. "Local Injection Detection" and "Core Alignment Loss Estimation" are the acceptable loss estimation methods. Only the buffer tube to be opened shall be accessed and only strands that will be spliced and put into use shall be cut. Splice loss shall not exceed a bi- directional average of 0.10 dB per splice for a complete fiber run or a maximum of 0.15 dB bi -directional average for any single splice at 1310 and 1550 nanometers. Splices which exceed allowable attenuation shall be replaced at no cost to the contracting agency. All splices shall match fiber and buffer tube colors unless shown otherwise in plans or specified by the contracting agency. All drop cables spliced into a fiber optic cable run shall be of the same strand count as the underground cable, without regard to the number of splices or terminations requested. Drop cables shall be spliced to underground branch cables via mid span splice at the nearest pull box. All splices shall be stored neatly in a splice tray and labeled for ease of future identification. All splicing activity which results in planned or unplanned disruption of service on a network shall be completed, with servi ce restored, within the same business day. [c] Fiber Optic Termination: Installation and Modification New terminations shall be performed such that all fiber optic cables, buffer tubes or strands are neatly routed, secured and terminated in a patch panel. Cable termination points shall include documentation regarding the identification, route and fu nction of each fiber installed at a location. Modification to existing terminations shall be performed such that sufficient slack is maintained for fiber strands receiving a modified connector. The contractor shall ensure that the condition of the patch panel following a termination modification remains neat, secure and accessible. The contractor shall ensure that the attenuation in each connector at the patch panel and its associated splice does not exce ed 0.5 dB. The contractor shall repair or replace all terminations that exceed allowable attenuation at no cost to the contracting agency. Termination type shall be SC unless otherwise requested by the contracting agency. [d] Fiber Optic Installation, Splicing and Termination Hardware All fiber optic splicing and termination hardware furnished and installed through this bid shall be new and in working condition. When applicable, all hardware shall be of a manufacture listed in the State of Florida's most current Qualified Product List (QPL). Underground splice enclosures shall be used to house all fiber optic splices that are performed at a pull box ("Tyco" or equivalent). The splice enclosure shall have adequate storage for splices, non-spiced fiber, and uncut buffer tubes. The spice enclosure shall be airtight to prevent water intrusion. Hinges and latches shall be stainless steel, and the enclosure shall not require specialized tools or equipment to open or close it. All splice enclosures shall provide space for future expansion equal to 100% of fib er optic cable 16.A.14.e Packet Pg. 817 Attachment: 17-7099 Solicitation (5596 : Fiber Optic Contract) capacity. Prior to ordering and installing underground splice enclosures, the contractor shall provide the contracting agency with a manufacturer's specification for approval by Collier County. Splice trays shall be securely attached to and accessible from within the splice enclosure, providing adequate storage for the fiber optic cable. All splice trays shall be fitted with a cover and locking mechanism to hold the cover in place. Splice trays shall provide access to individual fibers without disrupting other fibers in the tray, and allow visible inspection of the fiber. The splice tray shall hold buffer tubes rigidly in place and protect fusion splices. The raceway of the splice tray shall accommodate the minimum bend radius of the fiber. Buffer tube fan-out kits shall be installed when fiber optic cables are terminated. The kit shall be compatible for use with single mode fiber optic cable, and shall be color-coded to match the fiber optic color scheme. The fan-out kit shall support a minimum of 12 fiber strands. Patch panels shall be compatible for use with single mode fiber optic cable. Patch panels shall be color-coded to match the fiber optic color scheme. The patch panel shall have a minimum of 12 SC type panel connectors. The dimensions of the patch panel shall not exceed 6.5 inches long by 5.5 inches wide by 1.5 inches deep, and shall be suitable for mounting within an approved cabinet a t the field device location ("Corning" or equivalent). Prior to ordering and installing patch panels, the contractor shall provide the contracting agency with a manufacturer's specification for approval by Collier County. Fiber optic connector panels shall provide a minimum of 12 SC type, bulkhead -mount coupling connectors. The contractor shall ensure that each coupling connector allows connection of a cable terminated on one side of the panel to a cable on the opposi te side. Each bulkhead-mount coupling connector shall include a lock nut for mounting the connector in pre -drilled or pre-punched holes in the connector panel. Three-sided vertical markers shall be orange in color with a black end cap, 72 inches long and 4 inches per side ("Rhino" or equivalent). The markers shall bear a vertical legend on each face of the post reading "WARNING: F IBER OPTIC." The markers shall have an anchoring system and be installed directly at a depth of 18 inches, one foot offset from buried conduit. The fill dirt shall be packed and tamped around the base of the marker. The contractor shall ensure that the marker installation is straight and visible from the edge of the roadway, and that a clear line of sight is maintained from one marker to the next. Prior to ordering markers, the contractor shall provide the contracting agency with a manufacturer's specif ication and legend copy for approval by Collier County. Fiber optic patch cables shall be three meters long, single mode, with outside cladding that is yellow in color. The contracting agency shall specify to the contractor at the time of work order wheth er the patch cable shall be simplex or duplex, and shall also specify at the same time which connectors shall be required. All duplex patch cables shall have cladding that fully connects the two strands of the cable for a minimum of 90% of the length of t he cable. At the time of installation, fiber optic patch cables shall be loosely looped and secured such that excess cable does not drape inside its enclosure or cabinet. The insertion loss of any patch cable shall not exceed 0.2 dB. [e] OTDR Testing The purpose of OTDR testing is for verification of fiber optic length and attenuation, and for troubleshooting and locating po ssible fiber optic damage. The contractor may invoice Collier County for any OTDR testing done at a contracting agency's request, except for pre- and post-installation testing (see Section [a]). Testing done at the contractor's discretion for his own verification shall not constitute a billable activity. The contractor shall use an Optical Time Domain Reflectometer that is calibrate d for the index of refraction of the fiber optic cable to be tested. The only acceptable testing wavelengths shall be 1310 nanometers (recommended) and 1550 nanometers. The contractor shall use a pulse width no greater than 50 nanometers. A test shall consist of one sweep of one strand in a single direction. Collier County shall specify to the contractor at the time of work order issue which strands of a cable the contractor shall test, an d in which direction(s) the test shall be performed. The contractor shall provide the contracting agency with results of OTDR testing, e.g., traces for each fiber tested, plus a loss table showing details for each splice or termination tested as a deliverable for this activity. [f] Conduit: Installation and Relocation All conduit shall be high-density polyethylene (HDPE), orange in color. Where two conduits are joined, the joint shall be a solid coupling the same material as the conduit, as recommended by the conduit manufacturer, using adhesive if necessary to form a complete and durable seal between the internal surface of the coupling and the external surface of the conduit. At no time shall adhesive tape be used as a joining method. At no time shall an internal, reduction coupling be used. 16.A.14.e Packet Pg. 818 Attachment: 17-7099 Solicitation (5596 : Fiber Optic Contract) All new conduit and relocated conduit shall be installed at a 30-inch depth from top of conduit to grade. All new conduit installations shall include a 12-gauge copper tracer wire with green shielding inside the full length of the conduit, plus a minimum of 24 inches of pull line on either open end of the conduit. No horizontal or vertical conduit bends shall be at an angle less than the recommended bending radius of the fiber optic that will be installed inside it. Conduit being stubbed into a pull box shall be installed in a gradual sweep upward to the access point. At points where two conduits will meet at a 90-degree angle or less, the conduits shall sweep upward gradually to a pull box placed at the apex of the angle. All conduit stubs inside a pull box shall terminate within six inches of the bottom of the installed pull box lid with a bell end. The terminated conduit ends shall be protected from water ingress using a form-sealing material. Adhesive tape shall not be used to seal conduit openings. All conduit shall be installed either by trenching or by directional bore. Saw-cutting of pavement shall not be permitted. All turf or planting areas in the right -of-way that are disturbed during conduit installation shall be restored by the contractor. All newly-installed conduit shall be blown or "rodded" before installing fiber optic cable, to clean the conduit run of loose debris. If requested by the County's inspector, the contractor shall excavate windows along the newly -installed conduit trench to expose the conduit and joints for inspection. When relocating a run of conduit containing fiber optic cable from one trench to another, the contractor shall feed out by ha nd sufficient slack from the fiber optic line to relocate the conduit without stretching or otherwise causi ng stress or permanent damage to the fiber optic cable. If sufficient slack does not exist on the fiber optic line to relocate the conduit to the proposed location with the cable inside, the contractor shall remove the fiber optic line as prescribed in Se ction [a] and relocate the empty conduit. If the condition of the conduit to be relocated shows cracks, breaks, or appears in any other way to be unfit for further use, the c ontractor shall immediately notify the contracting agency to inspect it to determine if the conduit will be replaced with a new run. [g] Fiber Optic Pull Boxes and Fiber Optic Splice Boxes Fiber optic pull boxes and splice boxes shall be H-20 rated, manufactured of heavy-duty composite material ("Quazite PG" or equivalent). Both the pull box or splice box and its lid shall be of a manufacture prescribed on the version of the State of Florida's Qualified Product List (QPL) that is most current at the time of installation. The minimum internal dimensions for a fiber optic pull box are: 24 inches wide by 36 inches long by 18 inches deep (24" x 36" x 18"). The minimum internal dimensions for a fiber optic splice box are: 30 inches wide by 48 inches long by 18 inches deep (30" x 48" x 18"). All pull and splice boxes shall be straight-sided and open-bottomed. Box lids shall be single-piece and skid resistant. Prior to ordering and installing fiber optic pull boxes or fiber optic splice boxes, the contractor shall provide the contrac ting agency with a manufacturer's specification and cut sheet for approval by Collier County. The area where a pull box or splice box is to be installed shall be excavated to a depth of no less than 30 inches. A bed of pea-rock or crushed stone 12 inches deep (minimum) and extended 4 inches wider than the out side length and width dimensions of the pull or splice box shall be poured prior to pull box placement to promote drainage. The pull box or splice box shall be installed such that the topmost rim of the box is at grade, and the bottom inside edge of the p ull box rests entirely on the gravel bed. The contracting agency may adjust spacing of pull or splice boxes to ensure that the box is in a location that allows the lid to be as near to level as possible. All new pull box or splice box installations shall include a 24-inch concrete apron extended all the way around the perimeter of the top edge of the pull box. The concrete shall be installed to a depth of four inches. A conductive metal rod not less than 5/8" diameter and 48 inches long shall be driven vertically into the ground within 3 inches of the inside edge of the pull box or splice box, leaving at least 10" of the rod exposed upward from the gravel base, for later attachment of tracer wire and locate equipment. The tops of all box lids shall be integrally cast with the legend "COMMUNICATIONS." Pull boxes shall be spaced a maximum of 1,000 feet apart, and within 20 feet of either side of every driveway opening, and wi thin 10 linear feet of any fiber optic termination point. The contracting agency shall reserve sole determination whether spacing of pull boxes shall be less or more than the standard 1,000 feet apart. Splice boxes shall be used wherever a splice enclosure will be present. Service Type 5: Documentation Collier County maintains documentation of its fiber optic network using, as-built plans, Google Earth, and Visio fiber optic diagrams. 16.A.14.e Packet Pg. 819 Attachment: 17-7099 Solicitation (5596 : Fiber Optic Contract) The contractor shall be required to submit all fiber network updates and changes to Collier County within (10) business days of project completion. Contractors will be responsible for including the cost (in their line item pricing) of providing documentation for third party as-built plans converted to Google Earth and to Visio Fiber Optic Diagrams formats for the County's use. Collier County shares fiber optic network resources between two distinct networks the Collier County Traffic Operations (CCTO) and the Collier County Information Technology (CCIT). Maintaining clearly defined, as -built plans, fiber optic diagrams, and Google Earth location information is paramount for maintenance of the fiber optic network. All work is to be documented and presented to the representative Collier County department requesting the fiber optic work. Any projects that involve splicing onto another departments fiber optic network requires said departments permission, as built plans, and Fiber Optic Diagrams showing which fiber buffers were spliced into. [h] Labor Contractors must furnish hourly rates for all labor in the categories stated in the Bid Schedule. Labor may be billed in quarter-hour increments. Collier County may request from the contractor a written estimate of labor hours required for a task prior to requesting certain services. INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $1,000,000 single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence 16.A.14.e Packet Pg. 820 Attachment: 17-7099 Solicitation (5596 : Fiber Optic Contract) Pollution $ __________ Per Occurrence Professional Liability $ ___________ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence 7. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and th e amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The sam e Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. Thirty (30) Days Cancellation Notice required. 11/20/17 - GG ________________________________________________________________________________________ 16.A.14.e Packet Pg. 821 Attachment: 17-7099 Solicitation (5596 : Fiber Optic Contract)