Loading...
HomeMy WebLinkAboutCO 2025-247 - ICS Services n or µ'nb;c G:cThT BIDD PROPOSAL FORM coN RACY gl,rdgHR 202;-241 FOR " Citywide On-Demand Cabling for FY25126 " Cm—•wuc TO THE CITY OF RANCHO CUCAMONGA: The undersigned bidder declares that he has carefully examined the location of the proposed work, that he has examined the Plans, Special Provisions and Specifications, and read the accompanying information, and hereby proposes and agrees, if this proposal is accepted, to furnish all material and equipment to do all the work required to complete the said work in accordance with the Plans, Special Provisions and Specifications, in the time and manner therein prescribed for the unit cost and lump sum amounts set forth in the schedule on the following Proposal. Item Description Qty. Unit Unit Price No. Price 1. Cabling Services as Described in Attached SOW - Invoices NOT To EXCEED $45,000 1 Total 2. 42,180 42,180 3. 4. — 5. 6. 7. 8. TOTAL AMOUNT IN NUMBERS: NOT TO EXCEED $42.180.00 TOTAL AMOUNT IN WORDS: NOT TO EXCEED Forty-Two Thousand.One Hundred Eighty Dollars and No Cents ICS Services -711012 Bidder Name&CSLB No. P-1 AGREEMENT This Agreement(`Agreement") is made and entered into as of the date executed by the City Clerk and the City Manager, by and between ICS Services, a California based Cabling Contractor, hereinafter referred to as the"Contractor", and the City of Rancho Cucamonga, California, hereinafter referred to as"City." WHEREAS, pursuant to the Request for Open Market Public Works Bid, bids were received on or before the date specified in said notice; and WHEREAS, City did accept the bid of Contractor; and WHEREAS, City has authorized the City Manager, or designee, to enter into certain written contracts for furnishing labor, equipment, and material for the construction of Public Works. NOW THEREFORE, in consideration of the mutual covenants herein contained, it is agreed: 1. GENERAL SCOPE OF WORK: Contractor shall furnish all necessary labor, tools, materials, appliances, and equipment for and do the work necessary to satisfactorily complete the Citywide On-Demand Cabling. The foregoing work ("Work") shall be performed in accordance with the provisions of this Agreement, specifications and standards referenced in Section 2 of this Agreement and those on file in the office of the City Engineer, and in accordance with bid prices hereinafter mentioned and with the instructions of the City Engineer. The Work shall be performed in compliance with any and all applicable local, State, and federal laws, statutes, and regulations. 2. CONTRACT DOCUMENTS: The documents, specifications, and standards referenced in Section 1, above, the Request for Open Market Public Works Bid dated 11-17-2025 and any addendums thereto, the Standard Plans for Public Works Construction, Latest Edition, with Supplements published by the American Public Works Association; the City of Rancho Cucamonga Standard Drawings, Latest Edition, and any and all other provisions, instructions, specifications, and plans referenced therein and/or attached hereto, and the Contractor's bid, all of which are incorporated by reference herein, together with this Agreement, shall constitute the entire agreement between the parties. This Agreement is intended to require a complete and finished piece of work and anything necessary to complete the work properly and in accordance with the law and lawful governmental regulations shall be performed by the Contractor whether set out specifically in the contract or not. Should it be ascertained that any inconsistency exists between the individual documents described and this written agreement, the provisions of this Agreement, then the Request for Open Market Public Works Bid, shall control. 3. LIQUIDATED DAMAGES: Liquidated damages do not apply to this Agreement. If liquidated damages apply to this Agreement,the Contractor agrees to the assessment of liquidated damages in the amount of N/A for each calendar day the Work remains incomplete beyond the expiration of the completion date. City may deduct the amount thereof from any monies due or that may become due the Contractor under this Agreement. Progress payments made after the scheduled date of completion shall not constitute a waiver of liquidated damages. 4. INSURANCE: The Contractor shall not commence work under this Agreement until Contractor has obtained all insurance required hereunder in a company or companies acceptable to City nor shall the Contractor allow any subcontractor to commence work on a subcontract until all insurance required of the subcontractor has been obtained. The Contractor shall take out and maintain at all time during the life of this contract the following policies of insurance: ICS Services-711012 Bidder Name&CSLB No. C-1 a. Workers Compensation Insurance: Before beginning work, the Contractor shall furnish to the Engineer a certificate of insurance as proof that it has taken out full compensation insurance for all persons whom it may employ directly or through subcontractors in carrying out the Work specified herein, in accordance with the laws of the State of California. Such insurance shall be maintained in full force and effect during the period covered by this Agreement.The policy shall be endorsed to waive the right of subrogation. In accordance with the provisions of Section 3700 of the California Labor Code, every contractor shall secure the payment of compensation to his employees. Contractor, prior to commencing work, shall sign and file with the City a certification as follows: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work of this contract." b. For all operations of the Contractor and/or any subcontractor in performing the Work provided for herein, insurance with the following minimum limits and coverage: (1) Commercial General Liability - Bodily Injury (not auto) $2,000,000 each person; $2,000,000 each accident. (2) Commercial General Liability- Property Damage (not auto) $1,000,000 each accident; $2,000,000 aggregate. (3) Contractor's Protective - Bodily Injury - $1,000,000 each person; $2,000,000 each accident. (4) Contractor's Protective - Property Damage - $1,000,000 each accident; $2,000,000 aggregate. (5) Automobile (any auto) - Bodily Injury $2,000,000 each person; $3,000,000 each accident. (6) Automobile(any auto)-Property Damage$2,000,000 each accident. c. Each such policy of insurance provided for in paragraph"b." shall: (1) Be issued by an insurance company approved in writing by City,which is qualified to do business in the State of California. The insurance company shall have an AM. Best Company Rating Guide rating of not less than A:VII; (2) Name as additional insureds the City, its elected officials, officers, volunteers, agents and employees, and any other parties specified in the bid documents to be so included; (3) Specify it acts as primary insurance and that no insurance held or owned by the designated additional insured shall be called upon to cover a loss under said policy; (4) Contain a clause substantially in the following words: "It is hereby understood and agreed that this policy may not be canceled nor the amount of the coverage thereof reduced until thirty (30) days after receipt by City of a written ICS Services-711012 Bidder Name&CSLB No. C-2 notice of such cancellation or reduction of coverage as evidenced by receipt of a registered letter." (5) Otherwise be in form satisfactory to City. (6) Waives all right of subrogation against the additional insureds in the policy of insurance provided for in paragraph "b." by reason of any claim arising out of or connected with the operations of Contractor or any subcontractor in performing the Work provided for herein; (7) Provides it shall not be canceled or altered without thirty(30)days'written notice thereof given to City by registered mail. e. The Contractor shall at the time of the execution of this Agreement present the original policies of insurance required in paragraphs"a."and "b." hereof, or present a certificate and original endorsements of the insurance company, showing the issuance of such insurance, and the additional insureds and other provisions required herein. 5. LABOR CODE COMPLIANCE: At all times herein the Contractor shall comply with all applicable provisions of the California Labor Code including those set forth in the attachment hereto marked "CALIFORNIA LABOR CODE COMPLIANCE." 6. CONTRACTOR'S LIABILITY: The City of Rancho Cucamonga and its elected officials, officers, agents and employees shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof, or for any of the materials or other things used or employed in performing the work or for injury or damage to any person or persons, either workers,employees of the Contractor, his subcontractors, or the public, or for damage to adjoining or other property,from any cause whatsoever arising out of or in connection with the performance of the Work. The Contractor shall be responsible for any damage or injury to any person or property resulting from defects or obstructions or from any cause whatsoever, except the sole negligence or willful misconduct of the City, its employees, servants, or independent contractors who are directly responsible to City during the progress of the Work or at any time before its completion and final acceptance. To the maximum extent permitted by law, the Contractor will indemnify, defend,and hold the City, its elected officials,officers,employees,volunteers,and agents serving as independent contractors in the role of City officials ("Indemnitees"), free and harmless with respect to any and all actions, claims, damages to persons or property, stop notices, penalties, obligations, and/or liabilities that may be asserted or claimed by any person, firm, entity, corporation, political subdivision, or other organization, arising out of or incurred in connection with the Work, Services, operations, acts, omissions, or activities of the Contractor, its owners, agents, employees, subcontractors, and/or invitees, whether or not there is concurrent passive or active negligence on the part of any of the Indemnitees, but excluding such actions, claims, damages to persons or property, penalties, obligations, or liabilities arising from the sole negligence or willful misconduct of any of the Indemnitees, and in connection therewith: a. The Contractor will defend any action or actions filed in connection with any of said claims, damages, penalties, obligations, or liabilities and will pay all costs and expenses, including attorneys'fees incurred in connection therewith. b. The Contractor will promptly pay any judgment or award rendered against the Contractor or any of the Indemnitees covering such claims, damages, penalties, obligations, and liabilities ICS Services-711012 Bidder Name & CSLB No. C-3 arising out of or in connection with the Work, operations, or activities of the Contractor hereunder or reasonable settlement in lieu of judgment or award, and the Contractor agrees to save and hold the Indemnitees harmless therefrom. c. In the event any of the Indemnitees is made a party to any action or proceeding filed or prosecuted against the Contractor for damages or other claims arising out of or in connection with the project, operation, or activities of the Contractor hereunder,the Contractor agrees to pay to City any and all costs and expenses incurred by City or any of the Indemnitees in such action or proceeding together with reasonable attorneys'fees. • So much of the money due to the Contractor under and by virtue of this Agreement as shall be considered necessary by City may be retained by City until disposition has been made of such actions or claims for damage as provided above. 7. MANDATORY TERMS: a. The City shall pay Contractor for its services in accordance with the agreed-upon rates as set forth in Section 9, described in Exhibit"A"and incorporated herein by this reference.Pursuant to Public Contract Code Section 20104.50, the City shall make any progress payment within thirty (30)days after receipt of an undisputed and properly submitted payment request from Contractor. Upon receipt of a payment request, the City shall review the payment request as soon as practicable to determine whether the payment request is proper, and if any payment request is determined not to be suitable for payment,the City shall return the payment request to the Contractor as soon as practicable, but not later than seven (7) days after receipt, with a document setting forth in writing the reasons why the payment request is not proper. b. In the event of any dispute or controversy with the City over any matter whatsoever, the Contractor shall not cause any delay or cessation in or of Work, but shall proceed with the performance of the Work in dispute. The Contractor shall retain any and all rights provided that pertain to the resolution of disputes and protests between the parties.The Disputed Work will be categorized as an "unresolved dispute" and payment, if any, shall be as later determined by agreement or a court of law. The Contractor shall keep accurate, detailed records of all Disputed Work, claims and other disputed matters. All claims arising out of or related to the Contract Documents or this Project,and the consideration and payment of such claims, are subject to the Government Claims Act (Government Code Section 810 et seq.) with regard to filing claims. All such claims are also subject to the dispute procedures set forth in Public Contract Code Section 9204 and Public Contract Code Section 20104, et seq. (Article 1.5), to the extent each is applicable. This Contract hereby incorporates those provisions as though fully set forth herein. Thus, the Contractor or any Subcontractor must file a claim in accordance with the Government Claims Act as a prerequisite to filing a construction claim in compliance with Section 9204 and Section 20104 et seq. (if applicable), and must then adhere to Section 20104, of seq. and Section 9204, as applicable, pursuant to the definition of"claim" as individually defined therein. c. Pursuant and subject to Public Contract Code Section 22300,the substitution of securities for any moneys withheld by the City to ensure performance under a contract is permitted. d. The City or its representative shall have the option of inspecting and/or auditing all records and other written materials used by Contractor in preparing its billings to the City as a condition precedent to any payment to Contractor.Contractor will promptly furnish documents requested by the City. Additionally, pursuant to Government Code Section 8546.7, if this Agreement involves the expenditure of public funds in excess of ten thousand dollars ICS Services- 711012 Bidder Name & CSLB No. C-4 ($10,000), Contractor shall be subject to State Auditor examination and audit at the request of the City or as part of any audit of the City, for a period of three (3)years after final payment under this Agreement. e. Pursuant to Public Contract Code Section 7103.5, Contractor offers and agrees to assign to the City all rights, title,and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act(Chapter 2 (commencing with Section 16700)of Part 2 of Division 7 of the California Business and Professions Code) arising from purchases of goods, services, or materials pursuant to the Agreement. This assignment shall be made and become effective at the lime the City tenders final payment to Contractor without further acknowledgment by the parties. f. Pursuant to Public Contract Code Section 9201, the City has full authority to compromise or otherwise settle any claim relating to this Contract at any time. The City shall timely notify Contractor of the receipt of any third-party claim relating to the Contract. The City shall be entitled to recover its reasonable costs incurred in providing the notification required by Public Contract Code Section 9201(b). 8. NON-DISCRIMINATION: No discrimination shall be made in the employment of persons upon public works because of age, disability, race, color, religion, sex, sexual orientation or national origin of such persons, and every contractor for public works violating this section is subject to all the penalties imposed for a violation of Division 2, Part 7, Chapter 1 of the Labor Code in accordance with the provisions of Section 1735 of said Code. 9. CONTRACT PRICE AND PAYMENT: City shall pay to the Contractor for furnishing the material and satisfactorily performing the Work, the unit and/or lump sum prices, as applicable, set forth in the Contractor's bid. IN WITNESS WHEREOF, the parties hereto have caused these present to be duly executed with all the formalities required by law on the respective dates set forth opposite their signatures. State of California Contractor's License#: 711012 12/09/2025 Date By: Jennifer Abbasi, CEO/ President Signatuny Print Name&Title By: f Laurence Abbasi, COO Signatu Print Name&Title CITY OF RANCHO CUCAMONGA, CALIFORNIA By: ICS Services - 711012 Bidder Name &CSLB No. C-5 Elis C. Co, City Manager 12114 12S Date Contractor's Business Phone Number: 951-683-3638 Emergency Name and Phone Number at which Contractor can be reached at any time: Laurence Abbasi, 951-235-0524 ICS Services- 711012 Bidder Name & CSLB No. C-6 CALIFORNIA LABOR CODE COMPLIANCE 1. Contractor acknowledges that this contract is subject to the provisions of Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code relating to public works and the awarding public agency("City"), and agrees to be bound by all the provisions thereof as though set forth in full herein. 2. This is a public work and requires the payment of prevailing wages for the work or craft in which the worker is employed for any public work done under the contract by Contractor or by any subcontractor pursuant to Section 1771 of the Labor Code. Pursuant to the provisions of Section 1773 of the Labor Code of the State of California,the City has obtained the general prevailing rate of per diem wages and the general rate for holiday and overtime work in this locality for each craft, classification, or type of workman needed to execute this contract from the Director of the Department of Industrial Relations. These rates are on file with the City Clerk or may be obtained at htto://www.dir.ca.aov/OPRL/DPreWaaeDetermination.htm. 3. Copies may be obtained at cost at the City Clerk's office. Contractor shall post a copy of such wage rates at the job site and shall pay the adopted prevailing wage rates as a minimum. Contractor shall comply with the provisions of Sections 1775, 1776, 1777.5, 1777.6, and 1813 of the Labor Code. Pursuant to the provisions of 1775 of the Labor Code, Contractor shall forfeit to the City, as a penalty, not more than $200.00 for each calendar day, or portion thereof,for each laborer,worker, or mechanic employed, paid less than the stipulated prevailing rates for any work done under this contract, by him or by any subcontractor under him, in violation of the provisions of this Agreement. 4. In accordance with Labor Code Sections 1725.5 and 1771.1, no contractor or subcontractor shall be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5 [with limited exceptions for bid purposes only under Labor Code Section 1771.1(a)]. 5. Contractor agrees to comply with the provisions of California Labor Code Section 1776 which, among other things, require Contractor and each subcontractor to (1) keep accurate payroll records, (2) certify and make such payroll records available for inspection as provided by Section 1776, and (3) inform the City of the location of the records. The Contractor is responsible for compliance with Section 1776 by itself and all of its subcontractors. 6. Contractor agrees to comply with the provisions of California Labor Code Section 1777.5 concerning the employment of apprentices on public works projects, and further agrees that Contractor is responsible for compliance with Section 1777.5 by itself and all of its subcontractors. 7. Contractor agrees to comply with the provisions of California Labor Code Section 1813 concerning penalties for workers who work excess hours. The Contractor shall, as a penalty to the City,forfeit twenty-five dollars ($25) for each worker employed in the execution of the contract by the Contractor or by any subcontractor for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Division 2, Part 7, Chapter 1,Article 3 of the California Labor Code. LC-1 8. California Labor Code Sections 1860 and 3700 provide that every contractor will be required to secure the payment of compensation to its employees. In accordance with the provisions of California Labor Code Section 1861, Contractor hereby certifies as follows: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance wo of this contract.' Date 12/09/2025 Signature LC-2 NONCOLLUSION DECLARATION FORM TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID [Public Contract Code Section 7106] The undersigned declares: I am the CEO/ President of ICS Service , the party making the foregoing Bid. The Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The Bid is genuine and not collusive or sham. The Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid.The Bidder has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or to refrain from bidding. The Bidder has not in any manner, directly or indirectly, sought by agreement,communication,or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price, or of that of any other Bidder.All statements contained in the Bid are true. The Bidder has not, directly or indirectly, submitted his or her Bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, Bid depository, or to any member or agent thereof, to effectuate a collusive or sham Bid, and has not paid, and will not pay, any Person or entity for such purpose. Any person executing this declaration on behalf of a Bidder that is a corporation, partnership,joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the Bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 12/09/2025 [date], at Riverside [city], CA [state]. Signature: Signature: Printed Name: Jennifer Abbasi Printed Name: La note Abbasi Date: 12/09/2025 Date: 12/09/2025 This form must be notarized. ND-1 CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of �N2rSIde 1 —� I On December g12c2S fore me, J' V 1. ILrY'e NeYQry Pk.b I, L. mere insert na r r and title of the oF¢en personally appeared J- nhi{f-er 11-6b i and LAUr-e✓c.e_ Abbasi who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)-is/are subscribed to the within instrument and acknowledged to me that Pre/shelthey executed the same in-hi Mhef/their authorized capacity(ies), and that by hisRter/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s)acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ,� J.co :MTORRES MM #2472351 ztrglin o Notary Public i California o re Riverside County WITNESS my hand and official seal. ,a- �' Comm.Ewires Nova7,2o27' Signature AI I OA .I- (Seal) - Optional Information Although the information in this section is not required by laud it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized oocJment and may prove Lseful to persons relying on the attached document Description of Attached Document Additional nformation The preceding Certificate of Acknowledgment is attached to a document Method of Signer Identification titled/for the purpose of Poised mmeon theb sis oh satisfa ctoryevidence Pm, of.dpnt hcation Q -redible. tnessl..,..% -- -- -- Notarial event Is deviled n notary Journal on containing pages,and dated Page Entry The signer(s) capacity or authority is/are as notary contact ❑ Individual(s) Other J Attorney in-Fact Addinn,a Signer(,) H Sic ncbl rr a rnbpr n:bl H Comorate Officerlsl LI Guardian/Conservator H Partner-Limiter/General ❑'usteels) Other representing: Namersl Pe .,n,r or m:ir,ao„s per '01,'",^rtwa _ - • "r ep1ichr O[ Jwe➢z-e SBu a..,_et. r_a AVS O5Ce e7e..o emN mhe Ol /. Pe.. a a_ yowAAtho ..None _ r ep=_v lurmn. k,., f Dort SCOPE OF WORK Citywide On-Demand Cabling 1. Summary This comprehensive cabling project is designed to provide the city with pre-negotiated contract rates for all common adds, moves, and changes in our network cabling infrastructure.This will allow the city to better estimate the fiscal impact of a requested cabling change and dramatically reduce the turnaround time it takes the selected cabling vendor to implement our requested changes.A single PO will be issued for this scope of work,and all invoices will be billed according to the rates in this document on an as-needed basis. Please ensure the submitted pricing in this document includes a total material cost inclusive of all taxes, shipping, and misc.fees.Each item will also need a separate associated labor cost according to the prevailing wage laws. We require the labor and materials cost to be separated as they get funded through different account codes in finance. All materials and work performed though this contract MUST adhere to the City's Low Voltage and Fiber Cabling Standards(Previously provided to you,but an additional copy can be provided upon request). 2. Add New Network Data Drops: Provide ethernet cables,jacks, and a faceplate for each data cable drop, ensuring that the cable run length does not exceed 100 meters.The data cable(s)will be pulled to a designated IDF location, utilizing existing pathways. The comprehensive pricing you provide below must cover materials, labor,and certified circuit testing of the new cable. It's important to note that your pricing in this section assumes that there is available space on an existing patch panel. If an additional patch panel is required,we understand it will incur extra costs for both material and labor,which you will specify m a different section of this document. • Add Single(I)CAT6 Network Data Cable Drop to a Single Location: • Total Materials Cost. $125.00 • Total Labor Cost: $1250.00 • Add Double(2)CAT6 Network Data Cable Drops to a Single Location. • Total Materials Cost. $225.00 Page 1 of 5 City of RC Citywide On-Demond Cabling,Scope of Work October 14,2025 Total Labor Cost: $1450.00 • Add Triple (3)CAT6 Network Data Cable Drops to a Single Location: Total Materials Cost: $300.00 • Total Labor Cost: $1650.00 • Add Triple(3)CAT6A Network Data Cable Drops to a Single Location (for WiFi APs): Note See City standards as a coded up slack loop is required above ceiling. • Total Materials Cost: $350.00 • Total Labor Cost: $1650.00 3. Test and Repair Existing Network Data Cable: Perform diagnostic testing on a copper ethernet cable to identify if the single(1)network data drop is functional. If the cable is not functional,your pricing needs to include a new ethernet jack and facepiate as needed and attempt a repair by re-punching the cable on the patch panel side and replacing the Jack on the other end. A final certification test must be performed after the repair to determine if the cable repair was a success. Any additional issues identified with the data drop will not be included in this repair line item. • Test and Repair a Single(1)Network Data Cable Drop at a Single Location: • Total Materials Cost: $25.00 • Total Labor Cost: $250.00 4. Add New Patch Panels: Provide a new 24/48-port patch panel along with screws and mounting equipment for installation. Additionally,we require bundling and routing of cables to ensure the best available access in wiring closets and make it ascetically pleasing to the eye. • Provide and Install(1) new FIXED 24-port CAT6 patch panel: • Total Materials Cost: 5250.00 Total Labor Cost: $500.00 • Provide and Install(1) new FIXED 48-port CAT6 patch panel. Total Materials Cost: $475.00 Total Labor Cost: $500.00 • Provide and Install(1) new MODULAR 24-port CAT6A patch panel (for WiFi APs): Total Materials Cost: $400.00 Page 2 of 5 Ciry of RC,Gryviide On-Demand Cabling,Scope of Work October14,2025 Total Labor Cost: $500.00 S. Add New Floor Mounted Racks: Provide and Install a new 2-post or 4ipost,42U floor mounted rack with cabling ladder.Selection of hardware, workmanship,and necessary accessories must adhere to the requirements listed in the City's Low-Voltage Cabling Standards document. Note:Take special consideration in ensuring the installation includes anchoring,screws, ladder rack bracing,and any other mounting equipment necessary to ensure sufficient safety and durability of a fully loaded rack system during an earthquake. • Install New 2-post,42U floor mounted rack: • Total Materials Cost: $250.00 Total Labor Cost: $750.00 • Install New 4-post,42U floor mounted rack: Total Materials Cost: $500.00 . Total Labor Cost: $1000.00 6. Add New Wall Mounted Racking Enclosures: Provide new 6U or 12U wall mount Network enclosure.Selection of hardware,workmanship, and necessary accessories must adhere to the requirements listed in the City's Low-Voltage Cabling Standards document. Note:Take special consideration in ensuring the installation includes anchoring, screws, ladder rack bracing, and any other mounting equipment necessary to ensure sufficient safety and durability of a fully loaded rack system during an earthquake. • Install New 12U Wall Mounted Network Enclosure: • Total Materials Cost $1250.00 Total Labor Cost: $1000.00 • install New 6U Wall Mounted Network Enclosure: . Total Materials Cost: $750.00 Total Labor Cost: $1000.00 Page 3 of 5 City of RC Citywide On-Demond Cabling,Scope of Work October14,2025 7. Add New In-Building Fiber Optic Cabling: Provide and install new plenum-rated 12-strand single-mode fiber cabling, factoring in the distance required along with an additional 20%for slack loops on each end. The vendor will supply all necessary termination materials. The final step involves thorough testing and certification of the connections to ensure optimal performance. Pricing for this item assumes a fiber patch panel already exists, however any buffer trays or other materials will need to be included in this price. All terminations will be done with LC style connectors. • Install New In-Building 12-Strand Single-Mode Fiber Cabling per Foot: Total Materials Cost (per Foot): $20.00 • Total Labor Cost(per Foot): $50.00 • If a new fiber patch panel is needed-Provide a cost for a 1U rack mount enclosure.Cost below is for a single enclosure on one end of a fiber run. If both ends of a new run need a new enclosure,these line items will be used twice: Total Materials Cost(per Foot): $255.00 ▪ Total Labor Cost(per Foot): $50.00 8. Installation of new Wireless Access Points: In the event a new wireless access point(AP)needs to be installed,the City will provide the AP and the official mounting hardware kit available from the manufacture.Cabling to the AP should not be :included in this line item, as the required CAT6A cable pricing is already listed on item tt2 of this sheet. Miscellaneous materials such as anchors for cement wall attachment, cable ties,screws,or similar items need to be provided by your cable technician as needed. • Install new indoor AP,typically mounted to the metal grid for office ceiling tiles: Total Materials Cost: $100.00 • Total Labor Cost: $1250.00 • Install new outdoor AP,typically mounted to the side of a building on a cement wall,or attached to a pole using provided pole mount hardware: ▪ Total Materials Cost: $150.00 Total Labor Cost: $1250.00 • If the AP is too high to reach with a standard ladder,you'll be required to bring a scissor lift or similar for safely reaching the install location: Total Cost (per access point): $1750.00 Page 4 of 5 CityofRC.Citywide On-Demand Cabling,Scope of Work October 14,2025 9. Cabling Technician Onsite Hourly Support Rate: We may require a skilled cabling technician to conduct an onsite visit to provide expert assistance. This may include the meticulous removal,labeling, coiling, and routing of cables. It should be assumed that any cabling work completed will require thorough testing and certification to ensure optimal performance. • Cabling Technician Onsite Hourly Support Rate: Labor Rate per Hour(must meet prevailing wage): $125.00 10. General Requirements and Assumptions: • All cable installations and terminations will adhere to industry standards for optimum performance and reliability. • Replacement of damaged or defective CAT6 cabling will be priced per cable,with a maximum length not to exceed 100 meters. • Fiber optic installations will be carried out with meticulous attention to detail, and pricing for new installations is based on a per-foot basis. • Onsite standby cable technician services are available at an hourly rate for immediate support and issue resolution. • Exclusions:All pricing in this document excludes all conduits, sleeves,terminal cans,junction boxes,access hatches, raceway,backer boards,network switches, PDU's,or any source equipment unless explicitly mentioned or listed above.Additionally,we understand that patch cords are not included in the services provided. Page 5 of 5 Cry of RC:Ciww%de On-Demand(railing.Scope of Work October 14,2025