request for proposals (rfp) to provide design and...

23
REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND BUILD SERVICES FOR A PORT OF LONG BEACH FIBER OPTIC NETWORK The Port of Long Beach (POLB) invites the submittal of a written Proposal from qualified CONTRACTORS interested in providing professional services to design and install a Fiber Optic Network (FON) that will be deployed throughout the Port of Long Beach Harbor complex. The FON “backbone” shall serve as the primary infrastructure for designated POLB Security Personnel, First Responders, and Regional Stakeholders to rapidly communicate and share security related data from CCTV Camera Video Feeds, Access Control Data, Sonar, Radar, Public Address Systems, Port Incident Management Signs and other Security Sensor Data. Throughout the Port complex The FON shall be designed to meet the requirements for a fault tolerant, redundant, and highly available infrastructure. The fiber optic infrastructure must be scalable and easily expandable as required by the Port’s demand for future development of the system. The FON shall incorporate the existing POLB wireless network by integrating the core cell sites and cell collection points onto the FON “backbone to create an integrated Fiber Optic/Wireless Relay Network.” Project requirements include but are not limited to: 5 10 15 20 25 Phase 1: Evaluate and Determine Feasibility for the Fiber Optic Component of the POLB FON Phase 2: Design the Fiber Optic Component for the POLB FON Phase 3: Construct and Install the Fiber Optic Component for the POLB FON THE GREEN PORT POLICY 30 35 The Port of Long Beach is committed to improving the environment, as demonstrated by its 20-year record of environmental protection programs. The Green Port Policy is an aggressive, comprehensive and coordinated approach to reduce the negative impacts of Port operations. The Green Port Policy, which the Board adopted in January 2005, serves as a guide for decision making and established a framework for environmentally friendly Port operations. The policy’s five guiding principles are:

Upload: others

Post on 22-Jul-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND BUILD SERVICES FOR

A PORT OF LONG BEACH FIBER OPTIC NETWORK The Port of Long Beach (POLB) invites the submittal of a written Proposal from qualified CONTRACTORS interested in providing professional services to design and install a Fiber Optic Network (FON) that will be deployed throughout the Port of Long Beach Harbor complex. The FON “backbone” shall serve as the primary infrastructure for designated POLB Security Personnel, First Responders, and Regional Stakeholders to rapidly communicate and share security related data from CCTV Camera Video Feeds, Access Control Data, Sonar, Radar, Public Address Systems, Port Incident Management Signs and other Security Sensor Data. Throughout the Port complex The FON shall be designed to meet the requirements for a fault tolerant, redundant, and highly available infrastructure. The fiber optic infrastructure must be scalable and easily expandable as required by the Port’s demand for future development of the system. The FON shall incorporate the existing POLB wireless network by integrating the core cell sites and cell collection points onto the FON “backbone to create an integrated Fiber Optic/Wireless Relay Network.” Project requirements include but are not limited to:

5

10

15

20

25

• Phase 1: Evaluate and Determine Feasibility for the Fiber Optic

Component of the POLB FON

• Phase 2: Design the Fiber Optic Component for the POLB FON

• Phase 3: Construct and Install the Fiber Optic Component for the POLB FON

THE GREEN PORT POLICY30

35

The Port of Long Beach is committed to improving the environment, as demonstrated by its 20-year record of environmental protection programs. The Green Port Policy is an aggressive, comprehensive and coordinated approach to reduce the negative impacts of Port operations. The Green Port Policy, which the Board adopted in January 2005, serves as a guide for decision making and established a framework for environmentally friendly Port operations. The policy’s five guiding principles are:

Page 2: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

• Protect the community from harmful environmental impacts of Port operations. 40

45

• Distinguish the Port as a leader in environmental stewardship and compliance.

• Promote sustainability. • Employ best available technology to avoid or reduce

environmental impacts. • Engage and educate the community.

CONTRACTORS submitting a Request for Proposal (RFP) shall adhere to the Port of Long Beach Green Port Policy The Green Port Guidelines are available on the Port’s website at www.polb.com (http://www.polb.com/environment/green_port_policy/default.asp).

50

REQUEST FOR PROPOSAL:

In response to this request, interested CONTRACTORS shall prepare and submit six (6) copies of a Proposal. The Port of Long Beach is strongly committed to waste reduction, recycling and the use of recycled materials. Therefore, all submittals shall conform to the following:

55

60

65

1. Be limited to thirty (30) pages, including graphics, printed double-sided (equivalent to 60 typewritten pages) excluding cover letter, table of contents, resumes, cost and financial data;

2. Proposal on prime CONTRACTOR’S letterhead, use paper that has post-consumer recycled content;

3. Contains no plastic or metal, except for any easily removable plastic ring binder;

4. Minimizes the use of photographic, glossy or other non-recyclable paper and content.

5. Proposal to be delivered in sealed envelope as follows:

By Mail By Personal DeliveryPort of Long Beach POLB – Fiber Optic Network Attention: Mike McMullen Security Division P.O. Box 570 Long Beach, CA 90801

Port of Long Beach POLB – Fiber Optic Network Attention: Mike McMullen Security Division Second Floor Port of Long Beach Admin Building 925 Harbor Plaza Long Beach, CA

Submittals shall be addressed as follows: 70

2

Page 3: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

Mike McMullen Port of Long Beach Security Division P.O. Box 570 Long Beach, California, 90801 75

80

85

Submittals that do not adhere to these requirements may not be accepted for review. Submittals of the Request for Proposal (RFP) are due no later than 2:00PM on March 31, 2008 [time and date]. The Port of Long Beach reserves the sole right to evaluate the RFPs submitted, waive any irregularity therein, approve sub-consultants and select one or more firm(s) or reject any and all firms submitting RFPs, should such action be deemed in the best interests of the Port. CONTRACTORS submitting a Request for Proposal (RFP) shall adhere to the Port of Long Beach Guidelines for Professional Consulting Services. The Consultant Guidelines are available on the Port’s website at www.polb.com (Contractors/Vendors> RFQ/RFP> Resources> Guidelines). The Port will use its standard contract for design and build without exceptions. 90 HARBOR DEPARTMENT OVERVIEW The Port of Long Beach is one of the world’s busiest seaports and is a leading gateway for Pacific Rim trade. The Port is the 2nd busiest container port in the United States and ranks 12th internationally. 95

100

105

110

The Port is governed by the Long Beach Board of Harbor Commissioners (Board). The five members of the Board are appointed by the Mayor of Long Beach and approved by the Long Beach City Council. The Port’s Executive Director (Director) is appointed by the Board and is responsible for heading up the Department, which is supported by approximately 350 employees, and which generates annual revenues in excess of $400 million. Credited with moving $140 billion in trade in 2007, the Port is a landlord port that develops and leases shipping terminals to tenants. Revenues are reinvested in new facilities and port-related improvements. The Port is basically a land developer that builds-to-suit based on negotiated tenant leases. The Port operates as an enterprise fund and is solely supported by its own revenues and does not rely on taxpayer funds. PROJECT DESCRIPTION AND BACKGROUND The Port of Long Beach (POLB) will install a Fiber Optic Network (FON) using a non-traditional, “microduct” installation method (See attached Scope of Work) to

3

Page 4: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

accommodate the constantly changing requirements within the POLB complex. The FON shall be designed to provide a high-speed, tamper-proof, interference-free communication system routed in such a way as to provide an integrated security based communication network for the POLB complex. The project is funded by a grant from the Department of Homeland 2005 Security Port Security Grant Program. The CONTRACTOR shall follow all guidelines as required by the Port Security Grant Program. These guidelines may be found on the Department of Homeland Security website

115

120

http://www.ojp.usdoj.gov/odp/grants_programs.htm#fy2005psg The FON will be required to operate twenty-four (24) hours per day, seven (7) days per week. The operational requirement is for a high availability infrastructure with minimal downtime. The CONTRACTOR shall, as part of the design for the FON, recommend a Simple Network Management Platform (SNMP) software solution that will monitor and manage the fiber optic cables and associated elements for the backbone portion of the network. Construction of this FON will be implemented in pre-defined project phases / stages to minimize the impact on the business operations for the POLB Stakeholders.

125

130

135

140

145

150

155

Network based applications and sensors, both currently installed, and those planned for future installation, shall be integrated into this FON. The non-traditional, flexible, and environmentally friendly installation method for the FON infrastructure will allow for fast and efficient integration of future communication, security surveillance, and data acquisition applications. This FON will ultimately provide the primary capacity for security-related communications. The FON will integrate with the existing POLB RF network. The Port of Long Beach FON shall be integrated with the Port of Los Angeles (POLA) FON and function as regional security asset. When completed and commissioned, the POLB component of this network for the planned San Pedro Bay FON will allow the rapid exchange of the information associated with the security and communication requirements for the Port of Long Beach, the Port of Los Angeles, their Stakeholders, and designated Law Enforcement and/or First Responders. The POLB Joint Security Command and Control Center (JSCCC) shall function as the central control hub for the Port complex systems and serve as the focal point for the integration and operation of security and communication applications on the FON. The new FON will allow the POLB to establish a combination of wireless and fiber relay access points to transmit data from portable cameras, in-car-video cameras, and mobile sensors The existing RF network will continue to function as a redundant “back-up” system for the fiber optic network to allow for scheduled maintenance and immediate expansion of the regional FON. (See the attached Fiber Optic Network Concept of Operations)

4

Page 5: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

The POLB approach to implementing this network is to utilize existing roadways, whenever possible, as the primary installation route for the “microduct” or equivalent product infrastructure. The Port will not accept traditional trenching installation methods or major disruption to ground soil, railways, and roadbeds as these methods do not support the Port’s “Green Port” environmentally friendly initiatives and will create an unacceptable impact on the business operations of the POLB and its Stakeholders. The POLB requires a “Value Engineered” concept design as a major component of this solicitation. The Project is federally funded and shall conform to all guidelines as required by the Port Security Grant Program. These guidelines may be found on the Department of Homeland Security website

160

165

170 http://www.ojp.usdoj.gov/odp/grants_programs.htm#fy2005psg The following information is provided to assist the CONTRACTOR in accomplishing that task. 175

180

185

190

195

200

1. There are available underwater conduit paths in close proximity to the Gerald Desmond Bridge that will be utilized to cross the POLB back channel from Pier D to Pier T (See Attached Drawing)

2. The Port’s initial benchmarking study demonstrated that approximately

thirty-five (35) miles of fiber optic network infrastructure were required for all phases of the FON project. (See Attached Drawing)

3. The POLB will require the use of a “microduct” or equivalent product

conduit infrastructure for the fiber optic cables. The “microduct” or equivalent product conduit utilizes an air-blown fiber installation method. Air blown fiber is a method of installing fiber optic cables that relies on the flow of compressed air from a specialized piece of installation equipment to ease the cable down a tube to its final destination. Fiber optic cables can be blown into or out of the “microduct” or equivalent product conduit at any time. The core loops of the FON will be based on a minimum ninety-six (96) fiber optic cable conduit system.

4. The fiber optic cables installed in the “microduct” or equivalent product

infrastructure will be a combination of fiber types based on the application requirements for each loop of the FON. Initial estimates for preliminary design purposes are a combination of 75% single-mode and 25% multi-mode for the network.

5. Future modifications to the network should be implemented without

the need to disturb the existing “microduct” or equivalent product

5

Page 6: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

infrastructure. The installation method for the “microduct” or equivalent product can be accomplished using a saw-cut slit in the roadbed and does not require traditional trenching methods. This installation method complies with the POLB “Green Port” initiatives.

205

210

215

220

225

230

6. The existing POLB wireless network incorporates four (4) Core sites

and nine (9) Cell sites. Four of the nine Cell sites are located at the Core sites. All of these Core sites and Cell sites shall be integrated with the fiber optic component of the FON.

7. The port will require a minimum of five (5) major “hubs” on the

network, proposed locations for three of the ‘hubs” are (See Attached Drawing):

• One “Hub” in close proximity to the POLB’s Administration Building

located on Pier G (See Attached Drawing). • One “Hub” in close proximity to the new Joint Security Command

and Control Center located on Pier F (See Attached Drawing).

• One “Hub” located in close proximity to where the POLB and POLA FON will be integrated into a San Pedro Bay network. The location for this integration site is expected to be at the new Fire Station 24 currently under construction at the junction of Henry Ford Avenue and Ocean Boulevard (See Attached Drawing)

• Two additional “Hub” sites will be selected from the CCTV Camera

RF collection cell sites in the Port complex (See Attached Drawing). DESCRIPTION OF SERVICES The selected CONTRACTOR shall evaluate feasibility, design, construct and install, activate, conduct quality assurance tests, operate for testing and training purposes, integrate and optimize, and train and instruct in the required maintenance processes for the Fiber Optic Network. The POLB has identified the “microduct” or equivalent product and its simple, non-standard method of infrastructure construction as the required installation methodology the Port intends to pursue for the Fiber Optic Network. The installation technologies associated with these products comply with the POLB “Green Port” initiatives and shall provide maximum flexibility with minimal interruptions in the daily business operations of the Port complex. As the primary contractor the selected CONTRACTOR will be required to provide direct assistance to the POLB Security, Engineering, and Information Management staff members during the evaluation, design, construction and installation, activation, quality assurance testing,

235

240

245

6

Page 7: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

operation for testing and training purposes, integration and optimization, and training, and instruction in the required maintenance processes phases of the project. The CONTRACTOR, upon award, must design and integrate with the POLB approved hardware configuration. These hardware configurations should be uniform in design and execution for the number of units required by the final design of the Fiber Optic Network. The CONTRACTOR, upon award, must obtain all necessary permits, certifications, and warranties, resolve any NEPA issues, construct the fiber optic network infrastructure, and incorporate with the existing RF network. The core network shall be redundant and use a Self-Healing Ring configuration or back-haul star configuration. The hardware configurations will be capable of supporting multiplexing point to point star configurations for non-network supervised Stakeholder connections and shared application connections to the FON.

250

255

260 The Port of Long Beach reserves the right to revise the Scope of Work during the selection and/or negotiation process. THE CONTRACTOR MUST HAVE THE FOLLOWING BUSINESS QUALIFICATIONS AND SUBSTANTIATE SUCH WITH APPROPRIATE DOCUMENTATION 265

270

275

280

285

290

The POLB has set criteria that each CONTRACTOR must meet to qualify for the project. Based on environmental concerns and installation requirements, the following are the minimum requirements for submittal.

• Must be “quality focused” to bring best possible long-term technology solutions to the successful completion of the project utilizing the “microduct” or equivalent product installation technologies. These fiber optic installation technologies shall allow the infrastructure to be customized for each phase of the project as well as efficient modification of the network after the system has been installed and commissioned.

• Must be certified in the design and installation of the “microduct” or

equivalent product technologies for network infrastructure deployment. It is understood that this is a registered opportunity requirement. The CONTRACTOR must be certified and licensed to purchase and install this “microduct” fiber optic cable infrastructure. The same criteria apply to a “microduct” equivalent infrastructure product

• Design the FON to maximize network flexibility and minimize preventive

maintenance requirements by employing the prescribed “microduct” or equivalent product infrastructures.

• Must be visionary in the approach to the FON project’s business and

technical requirements. The CONTRACTOR must not only solve the short–

7

Page 8: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

term technical issues, they must also provide a leveraged, technology based, innovative bridge to future development and enhancements to the existing short-term project. The FON is expected to function within the Port complex for a minimum of twenty-five (25) years.

295

300

305

310

315

320

325

330

• Must be customer oriented and perform as the Port’s “partner” in achieving the project’s final goal of an integrated, port-wide Fiber Optic Network. The Port’s partner must be willing to participate in a consensus decision making process and understand the criticality of cost and return on investment

• Must meet all qualifications as the CONTRACTOR. Must have the ability

and resources to deploy and manage a team based approach for the Fiber Optic Network project.

• Must reveal any relationships as a re-seller or representative for products

and equipment used to design, install, integrate, and optimize the Fiber Optic Network.

• Must possess a minimum of three years of operation in the area of Fiber

Optic Network (FON) System projects. Must supply project references.

• Must be licensed to conduct business in the state of California; the CONTRACTOR’S team must have at a minimum the following licenses: “A” General Engineering Contractor, “B” General Building Contractor. The primary contractor must have or be able to sub-contract the appropriate “C” specialty Contractor Licenses as required to complete the scope of the project.

• Must meet all of the requirements to conduct business in the City of Long

Beach (COLB) and the City of Los Angeles (COLA)

• Maintain all types of Business Insurance in the appropriate amounts and provide approved evidence of such insurances as required by the Port of Long Beach Harbor Department, the City of Long Beach, the Port of Los Angeles, and the City of Los Angeles. (See Insurance Attachments)

• Must maintain and staff an office in the vicinity of the Port of Long

Beach/Port of Los Angeles (POLB/POLA), appropriate to complete the work within the project timeline. If the CONTRACTOR is awarded a service and maintenance contract, the office will be maintained for the duration of the contract and the service and maintenance period. The appropriate quantities of spare parts will be maintained at this office for the duration of the service and maintenance period.

8

Page 9: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

335

340

• Must assume responsibility for all project materials and equipment until the system has been accepted by the designated POLB personnel (final acceptance documents signed as stated in the contract)

Must comply with all guidelines for the Department of Homeland Security Port Security Grant Programs relating to this project. These guidelines may be found on the Department of Homeland Security website http://www.ojp.usdoj.gov/odp/grants_programs.htm#fy2005psg THE CONTRACTOR MUST HAVE THE FOLLOWING GENERAL QUALIFICATIONS AND 345 SUBSTANTIATE SUCH WITH APPROPRIATE DOCUMENTATION WHEN APPROPRIATE

• Provide a project office in the vicinity of the POLB/POLA (as stated under business requirements)

350

355

360

365

370

• Provide a point(s) of contact able to manage, and/or contact the responsible prime contractor and sub-contractor(s) for all project related issues including installation, test, and warranty 24-hours per day, seven days per week with a return call time response of less than one hour.

• Must have policies and procedures in place to guarantee that employees

and sub-contractors comply with provisions of CFR 49 Section 15 and 1520 regarding Security Sensitive Information.

• Provide all required status reports in the Microsoft Word 2003 (or later)

format. All required project schedules must be provided in the Microsoft Project 2003 (or later format). All reports shall be submitted in both electronic and hard copy.

• Provide a list of five (5) customers, including telephone number and

person to contact, for whom the products quoted or equivalent products have been installed and functioning as specified for at least 1 year.

• Customer and all vendors shall conduct regularly scheduled project review

meetings to resolve all outstanding project issues and ensure that the project is on schedule and under budget. Failure to resolve issues within an agreed upon timeframe may result in sanctions.

THE CONTRACTOR MUST HAVE THE FOLLOWING TECHNICAL QUALIFICATIONS AND SUBSTANTIATE SUCH WITH APPROPRIATE DOCUMENTATION 375

9

Page 10: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

• Must be proficient in all project related technologies and applications to achieve the goal of establishing a secure Fiber Optic Network for the POLB (provide factory certifications if relevant)

380

385

390

395

400

405

410

415

• Must be certified in the use and installation of the “microduct” or equivalent product and air-blown fiber technologies for network deployment. This project is a “Registered Opportunity” program. The CONTRACTOR must be an approved regional dealer/distributor and Licensed or certified to design and install the products or their equivalents as outlined in the RFP.

• Team capabilities in design, installation, test, operation, optimization,

activation, training, and maintenance for all Fiber Optic /Wireless Relay Network system components, interfaces, and FON control systems (provide factory certifications if relevant)

• During the design phase of the project, the contractor must be able to

assist the POLB in establishing and documenting data and connectivity standards for the Fiber Optic Network based on the POLB IM Department Policies, Procedures, Standards, and Guidelines.

• Provide preventive maintenance schedules, based on the final design of

the FON for all system components to meet the goal of 24/7 operation with a high availability (preventive maintenance may require scheduled downtime).

• Determine appropriate inventory levels to match the specified level of

service. Provide critical spare parts lists with appropriate inventory levels (any component requiring more than 24 hours to be delivered on-site is considered critical) required spare parts lists with appropriate inventory levels, and consumable parts lists with appropriate inventory levels to ensure 24/7 operation with a high availability.

• Must have team personnel with the appropriate network certification

(Cisco, MCSE, and RCDD) for recommended equipment. Must be certified by the manufacturer for installation, operation, and optimization of critical Fiber Optic Network equipment and materials to include any requirements or certifications associated with the “microduct” or equivalent product and air-blown fiber installation technologies.

• Must have competent (factory or manufacturer certified whenever

possible) in-house personnel or sub-contractors for design, installation, test, operation, optimization, activation, alignment, and training for the

10

Page 11: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

Fiber Optic Network using the “microduct” or equivalent product and air-blown fiber installation technologies

420

425

430

435

440

• Provide all necessary documentation and training required to operate and

maintain the entire Fiber Optic Network system prior to systems final acceptance

• Must test and certify the entire POLB Fiber Optic Network system using

documented industry standard quality assurance equipment and methods.

• Must have in-house or contracted ability to provide scheduled preventive maintenance and repair for the “microduct” or equivalent product and air-blown fiber installation technologies during all phases of the project as well as for the contracted warranty period

• The Fiber Optic Network must meet POLB Information Management

Standards in regard to standard Fiber Optic Network equipment.

• The CONTRACTOR must meet or exceed all POLB environmental requirements or restrictions.

The “Scope of Work” may be revised by the POLB during the selection and/or negotiation process. DESIGN

445

450

455

460

The POLB has included a preliminary route for the fiber optic infrastructure (see attached drawing). During the design phase of the project, the CONTRACTOR must be able to assist the POLB in establishing and documenting data and connectivity standards for the Fiber Optic Network. The Port is requiring a 50% review design and 100% complete design. This design will include the following elements:

• The Fiber Optic Network project shall be divided into component stages to facilitate design and implementation of the comprehensive, port-wide FON

• FON Ring 1 (Redundant Core Component) connects the Joint Security

Command and Control Center (JSCCC) located on Pier F, the Port of Long Beach Administration Building located on Pier G, and the City of Long Beach at City Hall.

• FON Ring 2 (Redundant Core Component) connects the JSCCC through

the POLB Administration Building Hub to the connection point with the

11

Page 12: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

Port of Los Angeles’ FON. The connection point for the two networks is Hub located at Fire Station 24 465

470

475

• FON Ring 1, Star A connects the Joint Security Command and Control

Center with Pier G, Pier H, and Pier J.

• FON Ring 2, Star B connects the Joint Security Command and Control Center with Pier C, Pier D, Pier E, Pier S, Pier T, the Navy Mole, and POLA Pier 200

• FON Ring 2, Star B connects the Joint Security Command and Control

Center with Pier A and Pier B

• The equipment used for the FON must conform to the specifications implemented by the Port of Long Beach (See attached Specifications)

GENERAL REQUIREMENTS AND EQUIPMENT REQUIREMENTS FOR THE POLB

INFORMATION MANAGEMENT DEPARTMENT480

• The Port desires to have network management software in place for monitoring of network devices, systems, and applications. This includes, but is not limited to: VoIP, wireless, video, and network operation. 485

490

495

• VoIP, which has been designated as the Port’s desired voice technology,

must have monitoring in place for Quality of Service (QoS) metrics and parameters. This includes monitoring of performance statistics, jitter, network latency, packet loss, and other available metrics.

• Wireless operation requires monitoring of access points for signal strength

and quality, session and roaming activity and the detection of problem users.

SITE INFORMATION

The POLB Fiber Optic Network project shall be implemented within the jurisdictional boundaries of the Port of Long Beach, the City of Long Beach, the Port of Los Angeles, and the City of Los Angeles 500

LICENSING & FREQUENCY COORDINATION

The CONTRACTOR shall be responsible for frequency coordination and FCC licensing that is associated with the wireless network support. This is based on an existing licensed network for wireless communication.

505

12

Page 13: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

POINT OF MANUFACTURE

The CONTRACTOR shall state the location (city, state/province, country) where the proposed equipment is manufactured.

510

TEST EQUIPMENT AND SPARE PARTS

The CONTRACTOR shall provide a list of any tools and test equipment (common and specialized) necessary to install, operate, and maintain all equipment proposed in the quotation.

515

520

In addition, the CONTRACTOR must provide, upon request, and without additional charge, the cost for such equipment if it is requested by the Port at a later date.

TECHNICAL TRAINING

The CONTRACTOR shall provide comprehensive Factory Training Program. Classes shall be conducted with substantial hands-on involvement. The course content shall include the following, as a minimum:

525

530

535

540

545

• CONTRACTOR’S documentation structure, numbering system, and

configuration control system.

• Graphical representation of the network which will be displayed on a Port of Long Beach map overlay.

• Block diagram and circuit description of all units.

• Installation Start-Up, Operation, and Shut-Down processes and procedures.

• Operational training for the operational control and network management software

• Testing processes and procedures.

• Trouble diagnosis / problem shooting processes and procedures.

• Unit replacement processes and procedures.

• Fiber optic cable installation, repair, and/or replacement for the network infrastructure using the “microduct” or equivalent product processes and procedures

• Operating, Safety, and Traffic Continuity processes and procedures.

WARRANTY

13

Page 14: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

All equipment, materials and installation work provided by the CONTRACTOR shall be warranted against defects in material and workmanship for a minimum of one (1) year for parts and labor. The warranty period shall begin on the date of Port final system acceptance. All other terms and conditions of warranty shall be provided in the bid response.

550

POST WARRANTY SUPPORT AND CHANGE OF STATUS NOTIFICATION 555

560

565

The CONTRACTOR shall provide support in the form of repair/return services for a period of up to 10 years from the date of the last sale. Notification shall be given in advance of 1 year of any change of status from products available from regular production to maintenance-only status. The specific statement shall be provided with the bid response. In addition, CONTRACTOR must provide technical assistance in the form of 24x7 support for the life of the equipment, regardless of the warranty status. The CONTRACTOR shall state cost for such support.

CRITERIA FOR ACCEPTANCE

Prior to System Acceptance, all equipment supplied by the CONTRACTOR shall be factory tested or certified by the manufacturer that it meets or exceeds all documented specifications. The Port shall have the option to witness a Factory Acceptance Testing (FAT), and all equipment specifications shall be met before approval of the FAT. In addition to any other standard manufacturer’s test procedures, the following parameters shall be tested or verified that they are printed in standard available documentation, recorded (where applicable) and supplied with equipment documentation:

570

575

580

585

• Approve hub and hardware housings and configurations

• Validate layout of rack equipment, and strapping options

• Verify performance of equipment control, monitoring, and alarm systems.

Field acceptance shall consist of actual Fiber Optic and Wireless Relay path measurements to ensure compliance with system design requirements. This phase of the operational testing shall be conducted by the CONTRACTOR and witnessed by designated Port of Long Beach personnel. Should any path fail to meet established standards, field adjustments shall be made to bring the system into compliance. However,

14

Page 15: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

if field adjustments fail to correct defects, the equipment may be returned to the CONTRACTOR with no obligation to Port.

590

TECHNICAL REQUIREMENTS

The proposed equipment specifications shall comply with the stated requirements. However, if there is any disparity, the CONTRACTOR shall explain how the equipment satisfies the intent of the particular requirement and how the end objective will be met. For ease of evaluation, CONTRACTOR is requested to provide a compliance matrix and check compliance or non-compliance for each requirement, and the reason for non-compliance. In all cases, Port reserves the right to enforce the stated requirements. In addition, the CONTRACTOR may be required to demonstrate compliance with any requirement.

595

600

ENVIRONMENTAL REQUIREMENTS 605 The FON infrastructure and equipment shall meet all industry and Port of Long Beach environmental requirements SELECTION PROCESS 610 SELECTION CRITERIA

Proposals will be reviewed and ranked by the Port’s Technology Review Team prior to their final selection. The evaluation criteria will include but not be limited to:

615

620

625

630

1. Demonstrating a track record of providing turn-key fiber optic

network installations. This shall include any experience working the public sector and port environments.

2. Qualifications and experience of senior professionals assigned to the

CONTRACTOR’S team.

3. Understanding of the Port’s objectives and needs. To include, knowledge of the port industry and/or of the Port of Long Beach

4. Understanding of the Port of Long Beach’s “Green Port Policy”

5. The team’s Methodology, pre-design suggestions, work plan, and

schedule.

15

Page 16: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

6. The understanding and successful presentation by the CONTRACTOR of “Value Engineered” solution for the project

635

640

7. The ability of the CONTRACTOR to successfully leverage the industry to provide the “Value Engineered” solution for the project as previously described in the RFP.

A short list of potential CONTRACTORS will be developed based on the selection criteria. The short-listed CONTRACTORS will be asked to participate in POLB Technology Team interviews. Interviews may include the participation of their proposed team members.

PORT SECURITY GRANT PROGRAM INFORMATION 645

650

The POLB Fiber Optic Network is funded through the 2005 DHS Port Security Grant Initiative. Therefore, the selected contractor shall familiarize themselves with the appropriate guidelines in order to ensure compliance with Port Security Grant Program guidelines and restrictions. These guidelines may be found on the Department of Homeland Security website http://www.ojp.usdoj.gov/odp/grants_programs.htm#fy2005psg

DOCUMENTATION 655

MANUALS (PAPER) Manuals shall be provided for all furnished equipment which include complete instructions for installation, start-up, shut-down, quality assurance testing, operation, trouble shooting guidelines and problem identification, repair and maintenance (if required). Three (3) complete sets shall be provided.

660

MANUALS (CD-ROM)

Manuals shall also be available in CD-ROM with Hypertext facility to jump to various manual sections. Three (3) complete electronic sets shall be provided.

665

CONTRACTORS SHALL STRUCTURE THEIR SUBMITTAL TO RESPOND TO THE FOLLOWING SELECTION CRITERIA: 670 1. FIRM OVERVIEW: Provide an overview of the firm, including the major

services provided, the size of the firm, a summary of the corporate organization, location and size of corporate headquarters and the location and sizes of branches offices at which work may be performed. Clearly

16

Page 17: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

indicate which office will have the primary responsibility for the execution of this project.

675

680

685

690

695

700

705

710

715

2. TEAM ORGANIZATION AND STRUCTURE: Provide an organization chart detailing the proposed project team and its structure. Provide a list of proposed sub-consultants, their office locations and work proposed to be performed at those offices.

Identify the proposed project manager, his technical qualifications and his experience managing projects of similar type, scope and complexity. Identify the key members of the project team, specifying the firm for whom they work, where they will be located during the execution of this project (office locations) and the work they will perform.

3. WORK EXPERIENCE: Provide brief summaries of other key personnel, citing their qualifications and professional experience relevant to the proposed project. Emphasize education, licenses, certifications, and technical experience. Work experience should identify the year, job title, and the firm of employment at the time the work was done. Summaries submitted in this section of the RFP should address the personal experience of the key team members. Detailed resumes, if submitted, should be included in an appendix to the RFP.

4. RELEVANT PROJECT EXPERIENCE OF THE TEAM (prime and sub-contractors): List recently completed projects involving consulting services similar to those required for this project and that were provided to large multi-use industrial clients similar to the Port of Long Beach. Projects listed in this section of the RFP should address the firms and/or team’s project experience. Detail the specific experience and explain how it is applicable to this project. For each project listed, include the client’s name, dates the work was performed, client references and specific details of the firm's participation in and individual responsibilities on the project. Only projects for which the CONTRACTOR had significant responsibility should be included. An emphasis will be placed on the quality and relevance of previous project experience.

5. DEMONSTRATION OF AN UNDERSTANDING OF THE PROJECT: Discuss your understanding of the technical issues of the project and the services to be provided. Identify the major challenges to be faced during the execution of the project and your approach to dealing with them. Include discussion of any environmental or other project delivery issues that may affect the successful completion of the project.

6. PROJECT MANAGEMENT APPROACH: Describe your approach to managing the proposed team. Include a brief discussion of your standard project delivery and/or project management methods and how you will ensure completion of the project within the schedule identified. A description of the CONTRACTOR’S quality control program should be included in this discussion.

17

Page 18: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

7. FEE SCHEDULE: A fee schedule showing rates for the personnel offered, overhead rates, mark-ups and anticipated “per annum” cost increases for the firm and all sub-consultants for the full term of the project. Provide a total estimated cost for the Project. Provide an explanation of the basis for billable rates including the multiplier your firm applies to calculate billable rates from direct costs. Note that the Port’s Guidelines for Professional Consulting Services limit sub-consultant and direct cost mark-up percentages.

720

725

730

735

740

8. SBE/VSBE PROGRAM COMPLIANCE: A completed SBE/VSBE Compliance Plan (Form SBE-2P) must be submitted per the requirements described herein.

9. CONTRACTUAL ACKNOWLEDGMENT: Include a statement that the CONTRACTOR has the ability to meet the Port’s contracting conditions including the indemnification and insurance requirements without exception. Attachment B contains a copy of the Port's Sample Professional Services Agreement. Insurance requirements are described in the document and endorsement forms can be found on the Port’s website. Include a statement that the CONTRACTOR acknowledges the Port’s Deadlines and guidelines for the Project.

10. SUSTAINABLE DESIGN: The Port is committed to the principles of sustainable development. Describe your company’s knowledge, experience and commitment to design and construction of sustainable projects. Describe how you will comply with the Port’s “Green Port” Policy

11. QUALIFICATIONS: Provide appropriate documentation that the CONTRACTOR meets all required qualifications for the Project

PRE-PROPOSAL MEETING: A pre-proposal meeting will be held at 10:00AM [time] in the Port of Long Beach Administration Building, Room POLB 6th Floor Board Room on March 5, 2008 [date] to discuss the project and submittal requirements. Prospective consultants will have the opportunity to ask questions of Port project management staff. The pre-proposal meeting is mandatory; and is an element of the Small Business Enterprise Program Good Faith Effort and credit is given for attendance (refer to SBE/VSBE program description in this RFQ, Appendices C and D, and on the Port’s website).

745

INITIAL EVALUATION AND SHORT LIST: At the Port’s discretion one (1) to five (5) Bidders will be selected to participate in personal interviews with the POLB Technology Team. Selection of the short-list will be based on evaluation of the information submitted in the Proposal. The Port will provide notification of the short list to all CONTRACTORS that submit a Proposal. The Port recognizes and appreciates the effort put forward by all CONTRACTORS who submit Proposals.

750

755

18

Page 19: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

PERSONAL INTERVIEWS: Personal interviews with the short-listed firms will be held at the Port of Long Beach Administration Building approximately when shown in the selection schedule. Each CONTRACTOR interviewed is required to be represented by the proposed project manager and other key project team members. The project manager and key project team members should be prepared to present information contained in the Proposal in greater detail, addressing the selection criteria listed above and to participate in a question and answer session.

760

SELECTION: The selection will be based on the material contained in the Proposal and the personal interviews. The selected CONTRACTOR will be invited to enter into contract negotiations with the Port of Long Beach. If the selected CONTRACTOR and the Port are unable to come to an agreement, the Port reserves the right to terminate the selection and negotiate with the next highest-ranked CONTRACTOR.

765

INSURANCE REQUIREMENTS: 770

775

780

785

790

795

Harbor Department ordinance requires insurance policy endorsement forms (or a certified copy of an insurance policy providing the same provisions as the attached endorsement forms) be submitted and approved before the contract can be executed. If the selected CONTRACTOR is not able to provide the insurance requirements, the Port reserves the exclusive right to immediately cancel the CONTRACTOR’S selection, and select another CONTRACTOR to perform this work. Endorsement forms can be found on the Port website under Contractors/Vendors> Forms/Permits. The required coverage for this project will be: See Attachment H – “Insurance Requirements for Tenant/Contractor/Vendor” for details. CONTRACTORS are advised that the selected CONTRACTOR will be required to comply with certain policies and maintain insurance requirements and should prepare their cost estimates accordingly. Documents regarding insurance coverage need not accompany the proposal at this time. However, proof of insurance coverage provided by the selected CONTRACTOR must include the attached insurance endorsement forms or certified copies of the policy, which names the City of Long Beach, Board of Harbor Commissioners as an additional insured/endorsement holder. Standard ACORD forms will not be accepted in lieu of the required endorsement forms. See Attachment I – “Insurance Endorsement Forms”

19

Page 20: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

Please note that failure, for whatever reason, to provide the required documentation of insurance coverage within two weeks of selection may result in the contract being awarded to another CONTRACTOR. 800 BOND REQUIREMENTS: The selected CONTRACTOR will be required to file a labor and material bond and a faithful performance bond upon the forms attached as Attachment I in an amount not less than 100% of the contract value. Bonds shall be duly executed by a responsible corporate surety, authorized to issue such bonds in the State of California and secured through an authorized agent with an office in California. The selected CONTRACTOR shall pay all bond premiums, costs and incidentals.

805

CONTRACT REQUIREMENTS: 810

815

820

The Port of Long Beach will enter into negotiations with the selected firm. The contract negotiated will be a design and build with a Maximum Not to Exceed Amount with phased milestone payments. This contract will be based on the Scope of Work, Level of Effort, and Fee Schedule negotiated. All CONTRACTORS must be prepared to enter into a contract substantially in the form attached as Attachment L. If there are any provisions in the form contract that a CONTRACTOR is not prepared to comply with, the proposal should indicate which provisions are unacceptable and why.

SMALL/VERY SMALL BUSINESS ENTERPRISES (SBE/VSBE) PROGRAM: The Port has established a Small/Very Small Business Enterprises (SBE/VSBE) Program to encourage small business participation in professional services contracts. SBE/VSBE status is not required to bid on this project. However, firms that qualify for SBE/VSBE status according to U.S. Business Administration guidelines are strongly encouraged to submit proposals. Please see Attachment I for information on how to register your SBE/VSBE in the Port’s database (The Network) for this and future projects.

825

830

835

840

The combined SBE/VSBE participation goal established for this contract is 25 percent (25 %), of which a minimum of 5 percent (5 %) must be allocated to VSBEs. Initial compliance with the Port’s SBE/VSBE Program is a five-step process: 1. Consultants responding to this Request for Proposal are required to submit an

SBE/VSBE Compliance Plan and List of Small Business Enterprises (POLB Form SBE-2P) with their Proposal. The Compliance Plan shall identify the

20

Page 21: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

proposed SBE/VSBE firms (prime consultant, sub-consultants, contractors, vendors and suppliers), their contact information, SBE/VSBE status, a description of services to be provided, and their proposed level of effort. The completed Compliance Plan should demonstrate the consultant’s ability and intent to meet the SBE/VSBE participation goals. 845

2. Firms listed on the Compliance Plan must be pre-registered with the Port’s

online vendor database – The Network. The database can be accessed by clicking on the Vendor Registration icon on the Port’s website at www.polb.com (Contractors/Vendors>SBE/VSBE Program>SBE/VSBE Home>Click Here for Vendor Login/Registration) Qualified registered vendors may apply for SBE certification through The Network. VSBE certifications will not be issued; VSBE eligibility will be determined at the time of submittal of the Compliance Plan.

850

855 3. The Port will develop a list of firms to interview (“short list”) from the

Proposals submitted. This will be done without considering the proposed SBE/VSBE participation. The selected firms will be notified of their inclusion on the short list.

860 4. The Port’s SBE Administrator will review the Compliance Plans of the short-

listed firms. If the Proposal of a short-listed consultant does not demonstrate ability or intent to meet the SBE/VSBE participation goal, the firm must then submit their “Good Faith Effort” (GFE) documentation to be eligible for further consideration. 865

870

875

880

5. The Port’s SBE Administrator will evaluate the consultant’s GFE. If the firm

achieves 70 points or greater of the possible 100 points in their GFE, the firm will be deemed to have demonstrated intent to meet the SBE/VSBE goals and will be invited to participate in the interviews.

The actual SBE/VSBE participation percentage for the awarded contract will be determined during contract negotiations. The negotiated consultant contract will specify the type and amount of work to be performed by specific SBE/VSBE firms. If additional SBE/VSBE firms are added to the Consultant’s team during negotiations, they must also register with the Port’s online database for their participation to be credited. If the Port and the selected firm are unable to negotiate the targeted level of SBE/VSBE participation, the Port reserves the right to end negotiations and enter into negotiations with the next highest-ranked consultant. Qualification as an SBE under the Port’s program is determined by U.S. SBA Guidelines (refer to the Small Business Administration website at www.sba.gov/ca/la). Questions concerning the Port’s SBE/VSBE Program should

21

Page 22: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

be directed to the Port’s SBE Administrator, Mr. Sashi Muralidharan, at 885 [email protected] or (562) 590-4146.

SCHEDULE FOR CONTRACTOR SELECTION

The following tentative schedule has been established for the selection of the consultant for this work:

890

PROJECT MILESTONES DATE Issue Request for Proposal (RFQ) February 27, 2008 Pre-Proposals Meeting March 5, 2008 Written Questions Due March 10, 2008 Proposals Due March 31, 2008 Interviews April 4, 2008 Final Selection April 11, 2008 Contract Negotiation & Execution Start April 21, 2008

Any questions, requests for clarifications, changes, exceptions or deviations regarding the Request for Proposal, the Scope of Work, or terms and conditions should be submitted in writing to the Port Project Manager, Mike McMullen, at

Port of Long Beach 895

900

POLB – Fiber Optic Network Attention: Mike McMullen Security Division P.O. Box 570 Long Beach, CA 90801

ATTACHMENTS: A: Proposed Scope of Work B: Port’s Standard Consultant Agreement C: SBE/VSBE Compliance Plan D: SBE/VSBE Good Faith Effort Requirements 905

910

E: Project Schedule F: Requirements When Working Within, Adjacent to, or Above Railroad-Right-

of-Way G: POLB Information Management Concept of Operations H: Insurance Requirements I: Insurance Endorsement Forms J: POLB Benchmark FON Route Drawing

22

Page 23: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

K: FAITHFUL PERFORMANCE BOND L: LABOR AND MATERIALS BOND M: VENDOR REGISTRATION FOR THE NETWORK 915

23

Page 24: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

ATTACHMENT M

VENDOR REGISTRATION INSTRUCTIONS FOR THE NETWORK

1. Access The Network from the Port’s database:

a. Log on to www.polb.com

b. Click on “Doing Business with the Port”

c. Click on “SBE/VSBE Program”

d. Click on the “Vendor Registration” icon

You will then be directed to The Network’s website.

2. Click on the “Vendor Registration” tab. You will be directed to the Registration Area for New Vendors page. This page describes an automatic bid notification system which applies to solicitations issued by other participating agencies on The Network, but does not apply to Port solicitations at this time (to access Port of Long Beach business opportunities, visit the Port’s website at www.polb.com and click on “Doing Business with the Port”).

3. Click on the “Proceed to Registration Area” button bar at the bottom of the page.

4. Follow the Vendor Registration Agreement instructions, then click on the “Proceed to Registration Form” button bar at the bottom of the page.

5. Enter your company information in all of the required fields. When you get to the bottom of the registration area, if you select the option to apply for SBE certification, you will be directed to another web page where you will enter your qualifying information, including your firm’s financial information, number of employees, NAICS code(s), etc. Upon submittal of your application, you will be placed in “pending” status until your qualifying information is reviewed and approved. You will then be issued an SBE certification on behalf of The Network.

6. If you also qualify as a VSBE and wish to be considered for VSBE status, check the VSBE box when applying for SBE certification. VSBE status will be verified when an SBE firm is submitted for inclusion as a VSBE on a Port project. The Port will no longer issue VSBE certifications.

Page 25: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

Note: it is the vendors’ responsibility to notify the Port if their SBE or VSBE status changes.

Vendors who do not have Internet access can contact BidNet’s Support Department at 1-800-677-1997, ext. 214, to register via telephone. There is no fee for this service.

BENEFITS OF REGISTERING WITH THE NETWORK

One of the main elements of the Port of Long Beach’s SBE/VSBE Program is the online vendor database, The Network. Registration on this online system is free and offers vendors the following benefits: Easy Self-Registration – Vendors can go directly into the online registration form and input their company information into the system. Vendors who do not have Internet access can contact BidNet’s Support Department to register via telephone. BidNet can be contacted at 1-800-677-1997, Monday through Friday, 8:00 a.m. - 5:00 p.m. Eastern Time. Please ask for the e-Procurement Support Department at ext. #214. Registration of Your Specific Commodities and/or Services – When you register, you select commodity and/or service codes that very specifically identify the products and/or services applicable to your firm. The Network utilizes National Institute of Government Purchasing (NIGP) codes. Participating agencies and registered vendors searching for SBEs and/or VSBEs can target your specific products and/or services quickly and easily. Note: If you wish to apply for SBE certification, you will also have to input your NAICS codes into the appropriate fields when prompted to do so. Single Point of Access – Vendors only register once, and are accessible to all current and future participating agencies on The Network. Simple Application Process for SBE Certification – All small businesses can apply for SBE certification by checking the appropriate boxes and filling out the required information on the online vendor registration form. VSBE status will be verified when an SBE firm is submitted for inclusion as a VSBE on a Port project. The Port does not issue VSBE certifications. Easy Account Information Update – All registered vendors are able to update their account information online as needed, including adding to and/or deleting from their list of commodity and/or service codes, managing their small

Page 26: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

business certification information, updating their financial information, etc. Note: it is the vendors’ responsibility to notify the Port if their SBE or VSBE status changes.

Search for Small Businesses – All registered vendors (small and large firms) are able to search for SBEs and VSBEs for teaming opportunities on projects. Note: Search results will display contact information and SBE/VSBE status, but will not display any confidential information, such as a company’s financial information.

Page 27: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,
Page 28: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

Performance BondNo. ________________

S:\HARBOR\CURRENT FORMS\A LIST\BONDS\BOND_FAITHFUL PERFORMANCE.WPD #

BOND FOR FAITHFUL PERFORMANCE

PERFORM ANCE BOND

(Bond for Faithful Performance)

WHEREAS, The CITY OF LONG BEACH, a municipal corporation of the State of California and its Board of Harbor Commissioners,

hereinafter collectively the “City” or “Obligee,” have conditionally awarded to ____________________ designated as the “Contractor”

or “Principal” herein, a contract for the work (“Work”) described as follows:

______________________________________________________________________________, as described in Specification

__________, Addenda/Addendum No. _____ and related drawings.

WHEREAS, the Principal is about to enter into a Contact with Obligee for performance of the Work, which Contract, and all Contract

Documents set forth therein are incorporated herein by this reference.

WHEREAS, the Principal is required to furnish a bond guaranteeing the prompt, full and faithful performance of its obligations under the

Contract Documents concurrently with delivery to Obligee of the executed Contract.

NOW, THEREFORE, we the undersigned Contractor, as Principal, and _____________________________________, an admitted surety

insurer in the State of California, as Surety, are held and firmly bound unto The CITY OF LONG BEACH, a municipal corporation of the

State of California and its Board of Harbor Commissioners (hereinafter the “City” or “Obligee”) in the penal sum of

__________________________________________________________________ ($__________) lawful money of the United States,

for the payment of which sum, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally.

THE CONDITION OF THIS OBLIGATION IS SUCH THAT:

If the Principal shall promptly, fully and faithfully perform each and all of the obligations and things to be done and performed by the

Principal in strict accordance with the terms of the Contract Documents as said Contract Documents may be modified or amended from

time to time; and if the Principal shall indemnify and save harmless the Obligee and all of its officers, agents and employees from any and

all losses, liability and damages, claims, judgments, stop notices, costs, and fees of every description, whether imposed by law or equity,

which may be incurred by the Obligee by reason of the failure or default on the part of the Principal in the performance of any or all of the

terms or the obligations of the Contract Documents, as they may be amended and supplemented including, but not limited to, its liability

for liquidated damages for delay, all warranties or guarantees required thereunder and indemnity obligations; then this obligation shall be

void; otherwise, it shall be, and remain, in full force and effect.

Whenever the Principal shall be, and is declared by the Obligee to be in default under the Contract, which shall include without limitation,

any breach or default of the Contract Documents, then, after written notice from the Obligee to the Surety, as provided for below, the Surety

shall either remedy the default or breach by the Principal or shall promptly and faithfully take charge of the Work of and complete the Work

in accordance with the requirements of the Contract Documents with a contractor other than the Principal at its own expense and make

available as work progresses sufficient funds to pay the cost of completion less the balance of the Contract price including other costs and

damages for which the surety may be liable hereunder; provided, however, that the procedure by which the Surety undertakes to discharge

its obligations under this Bond shall be subject to the advance written approval of the Obligee.

Within fifteen (15) days of Obligee's written notice to the Surety of the failure of performance of the Contract by the Principal, it shall be

the duty of the Surety to give to the Obligee an unequivocal notice in writing of the Surety's election to remedy the default(s) of the

Principal promptly, or to arrange for performance of the Contract promptly by a Contractor other than the Principal, time being of essence

to this Bond. In said Notice of Election, the Surety shall state the date of commencement of its cure or remedy of the Principal's default(s)

or its performance of the Contract. The Surety's obligations for cure or remedy, include but are not limited to: correction of defective work

and completion of the Contract, additional legal, design professional and delay costs arising from Surety's actions or failure to act; and

liquidated damages, or if no liquidated damages are specified in the Contract, actual damages caused by delayed performance or

non-performance by the Principal. The Surety shall give prompt written notice to the Obligee upon completion of the cure or remedy of

the Principal's default(s) of its performance of the Construction Contract.

If the Surety does issue its Notice of Election and does not proceed to cure or remedy the Principal's default(s) of its performance of the

Work with reasonable promptness, the Surety shall be deemed to be in default on this bond fifteen (15) days after receipt of a written notice

from Obligee to the Surety demanding that the Surety perform its obligations under this Bond, and the Obligee shall be entitled to enforce

any remedy available to Obligee.

The Surety and Principal, for value received, hereby stipulate and agree that no change, extension of time, modification, alteration or

addition to the terms of the Contract or Contract Documents or to the Work to be performed thereunder shall in any way affect or release

the Principal or Surety or their respective heirs, executors, administrators, successors and assigns from their obligations on this bond, and

Surety does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or Contract

Documents, or to the Work. No premature payment by the City to the Principal shall release or exonerate the Surety, unless the Officer

or Board of the City ordering the payment shall have actual notice at the time the order is made that the payment is in fact premature, and

then only to the extent that such payment shall result in actual loss to the Surety, but in no event more than the amount of such premature

Page 29: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

Performance BondNo. ________________

S:\HARBOR\CURRENT FORMS\A LIST\BONDS\BOND_FAITHFUL PERFORMANCE.WPD #

BOND FOR FAITHFUL PERFORMANCE

payment.

FURTHER, Principal and Surety agree that if Obligee is required to engage the services of attorneys in connection with enforcement of

the bond, each shall pay Obligee's reasonable attorneys’ fees incurred, with or without suit, in addition to the above penal sum.

The guarantees contained herein shall survive the final completion of the Work called for in the Contract Documents with respect to the

obligations and liabilities of the Principal which survive such final completion.

IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above-named, on the ___________ day

of _________________________________, 2006.

___________________________________________________

Surety Name

___________________________________________________

Address

___________________________________________________

Telephone

___________________________________________________

Principal Name

By:________________________________________________

(Signature)

By:________________________________________________

(Signature)

___________________________________________________

Attorney-in-Fact

___________________________________________________

(Printed Name)

___________________________________________________

(Signature)

Its:________________________________________________

(President/Vice-President/Chairman of the Board)

___________________________________________________

Principal Name

By:________________________________________________

(Signature)

___________________________________________________

(Printed Name)

Its:________________________________________________

(Secretary/Assistant Treasurer)

(Attach Attorney-in-Fact Certificate, Corporate Seal and Surety Seal)

______________________________________________, 2006 ______________________________________________, 2006

Approved as to form.

ROBERT E. SHANNON, City Attorney

By:________________________________________________

Dominic Holzhaus, Principal Deputy

Approved as to sufficiency.

LONG BEACH HARBOR DEPARTMENT

By:________________________________________________

Executive Director

NOTE:1. Execution of this bond must be acknowledged by both PRINCIPAL and SURETY before a Notary Public and Notary’s certificate of each

acknowledgment must be attached.

2. A corporation must execute this bond by duly authorized officers or agents, and a certified copy of a resolution of its Board of Directors authorizingsuch execution, or other evidence of authority for such execution, must be attached if executed by persons other than the officers listed in Section 313, CaliforniaCorporations Code.

DTH:rjr [BOND FORM UPDATED/REVISED: JULY 25 2006]S:\HARBOR\CURRENT FORMS\A LIST\BONDS\BOND_FAITHFUL PERFORMANCE.WPD

Page 30: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

Payment BondNo._______________

S:\HARBOR\CURRENT FORMS\A LIST\BONDS\BOND_LABOR & MATERIAL.WPD #LABOR AND MATERIAL BOND

PAYMENT BOND

(Labor and Material Bond)

WHEREAS, The CITY OF LONG BEACH, a municipal corporation of the State of California and its Board of Harbor Commissioners,

hereinafter collectively the “City” or “Obligee,” have conditionally awarded to ____________________ designated as the “Contractor”

or “Principal” herein, a contract for the work (“Work”) described as follows:

________________________________________________________________________________, as described in Specification

__________, Addenda/Addendum No. _____ and related drawings.

WHEREAS, the Principal is about to enter into a Contract with the Obligee for the performance of the Work, which Contract and all

Contract Documents set forth therein are incorporated herein by this reference.

WHEREAS, by the terms of said Contract Documents, as well as Civil Code Section 3247, Principal is required to furnish a bond for the

prompt, full and faithful payment to any Claimant, as hereinafter defined, for all labor, materials or services used or reasonably required

for use in the performance of the Work of the Project;

NOW THEREFORE, we the undersigned Contractor, as Principal, and ______________________________________________ admitted

as a surety insurer in the State of California (“Surety”), are held and firmly bound to the City for payment of the penal sum of

____________________________________________ ($__________), in lawful money of the United States, for which payment we bind

ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally.

THE CONDITION OF THIS OBLIGATION IS SUCH that if said Principal, shall fail to pay any of the persons named in Civil Code

Section 3181 (“Claimants”), for all labor, materials or services used or reasonably required for use in performance of the Work of the

Project, or for any amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such Claimant

on the Project, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from

the wages of employees of the Contractor and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect

to such work and labor, that the surety or sureties herein will pay for the same in an amount not exceeding the sum specified in this bond,

otherwise the above obligation shall be void.

If suit is brought upon this bond, the said Surety will pay reasonable attorney’s fees to be fixed by the court.

This bond shall inure to the benefit of any of the persons named in Civil Code Section 3181 so as to give a right of action to such persons

or the assigns in any suit brought upon this bond.

The Surety and Principal, for value received, hereby stipulate and agree that no change, extension of time, modification, alteration or

addition to the terms of the Contract or Contract Documents or to the Work to be performed thereunder shall in any way affect or release

the Principal or Surety or their respective heirs, executors, administrators, successors and assigns from their obligations on this bond, and

Surety does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or Contract

Documents, or to the Work. No premature payment by the City to the Principal shall release or exonerate the Surety, unless the Officer

or Board of the City ordering the payment shall have actual notice at the time the order is made that the payment is in fact premature, and

then only to the extent that such payment shall result in actual loss to the Surety, but in no event more than the amount of such premature

payment.

IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above-named, on the __________ day of

________________________________, 2006.

___________________________________________________

Surety Name

___________________________________________________

Address

___________________________________________________

Telephone

___________________________________________________

Principal Name

By:________________________________________________

(Signature)

By:________________________________________________

(Signature)

___________________________________________________

Attorney-in-Fact

___________________________________________________

(Printed Name)

___________________________________________________

(Signature)

Its:________________________________________________

(President/Vice-President/Chairman of the Board)

Page 31: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

Payment BondNo._______________

S:\HARBOR\CURRENT FORMS\A LIST\BONDS\BOND_LABOR & MATERIAL.WPD #LABOR AND MATERIAL BOND

___________________________________________________

Principal Name

By:________________________________________________

(Signature)

___________________________________________________

(Printed Name)

Its:________________________________________________

(Secretary/Assistant Treasurer)

(Attach Attorney-in-Fact Certificate, Corporate Seal and Surety Seal)

______________________________________________, 2006 ______________________________________________, 2006

Approved as to form.

ROBERT E. SHANNON, City Attorney

By:________________________________________________

Dominic Holzhaus, Principal Deputy

Approved as to sufficiency.

LONG BEACH HARBOR DEPARTMENT

By:________________________________________________

Executive Director

NOTE:

1. Execution of this bond must be acknowledged by both PRINCIPAL and SURETY before a Notary Public and Notary’s certificate of eachacknowledgment must be attached.

2. A corporation must execute this bond by duly authorized officers or agents, and a certified copy of a resolution of its Board of Directors authorizingsuch execution, or other evidence of authority for such execution, must be attached if executed by persons other than the officers listed in Section 313, CaliforniaCorporations Code.

DTH:rjr [BOND FORM UPDATED/REVISED: JULY 25, 2006]S:\HARBOR\CURRENT FORMS\A LIST\BONDS\BOND_LABOR & MATERIAL.WPD

Page 32: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

CONTRACT FOR CONSULTING SERVICES

BETWEEN THE CITY OF LONG BEACH AND

NAME

STREET AND P.O. BOX ADDRESS CITY, STATE, ZIP TELEPHONE NO.

FAX NO.

THIS CONTRACT is made and entered into, in duplicate, as of the date

executed by the Executive Director of the Long Beach Harbor Department (“Executive

Director”), by and between the CITY OF LONG BEACH, a municipal corporation, acting

by and through its Board of Harbor Commissioners (“City”), pursuant to authority granted

by said Board [by its Ordinance No. HD-1818] [at its meeting of _____________, 2008];

and [____________________], a [_______________] corporation (“Consultant”).

OFF

ICE

OF

THE

CIT

Y A

TTO

RN

EY

RO

BER

T E

. SH

AN

NO

N, C

ity A

ttorn

ey

333

Wes

t Oce

an B

oule

vard

, 11t

h Fl

oor

Long

Bea

ch,

CA

908

02-4

664

1. This contract is made with reference to the following facts and

objectives:

1.1 City[, from time to time,] has the need for

[_________________________________________________________________

______________________________________________________].

1.2 Consultant represents that it has in its employ [licensed and]

experienced personnel who are qualified to render these services.

1.3 City wishes to employ Consultant upon the following terms

and conditions to render such services [as City shall from time to time request].

2. Consultant shall provide, in accordance with generally accepted

professional and technical standards currently in effect, such services [within the scope of

work] as may be requested in writing [from time to time during the term of this contract]

by Director of Security. [The anticipated scope of work is set forth in the

[_______________] dated [_______________], attached hereto as Exhibit “A” and

incorporated by this reference.]

1 C:\Documents and Settings\crabtree\Local Settings\Temporary Internet Files\OLK168\CON-CONSULT.DOC SECURITY CONTRACT FOR CONSULTING SERVICES [REV 2/26/08 DTH:rjr]

Page 33: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

3. The term of this contract shall [be deemed to have] commence[d] on

[_______________] and, subject to the provisions of paragraph [______], shall terminate

on [_______________].

4. In requesting the services of Consultant, the Director of Security

shall identify the project for which such services are requested and shall establish the

maximum amount to be charged by Consultant on such project, the time limit within

which Consultant is to complete the work, and the charge point(s) to be used by

Consultant in billing City. Consultant’s charges on any project shall not exceed the

maximum amount so established without the express written approval of the Director of

Security.

5. Charges made by Consultant for such services shall be based on

Consultant’s [__________________], attached hereto as Exhibit [“_____”] and

incorporated by this reference.

OFF

ICE

OF

THE

CIT

Y A

TTO

RN

EY

RO

BER

T E

. SH

AN

NO

N, C

ity A

ttorn

ey

333

Wes

t Oce

an B

oule

vard

, 11t

h Fl

oor

Long

Bea

ch,

CA

908

02-4

664

6. Consultant shall submit a separate statement not later than the tenth

day of each month for [each project upon which] services [which] have been performed

during the immediately preceding month, referring in each of the statements to the

charge point for such project previously furnished by the Director of Security and detailing

the services performed and expenses, if any, incurred. All payments to Consultant shall

be made by City in due course, not to exceed thirty (30) days, after approval of invoice by

the Director of Security.

7. [Subject to the provisions of subparagraph 7.1,] T[t]he total amount

which shall be payable by City to Consultant for Consultant’s services [on all projects]

during the term of this contract shall not exceed $[__________].

[7.1 If, during the course of the described services, additional work

beyond the scope of services described in Exhibit “A” is, in the opinion of the

Director of Security, required or desired, the Director of Security may authorize

such additional work by Consultant; provided, total compensation to be paid

hereunder, including compensation for such additional services, shall not exceed

2 C:\Documents and Settings\crabtree\Local Settings\Temporary Internet Files\OLK168\CON-CONSULT.DOC SECURITY CONTRACT FOR CONSULTING SERVICES [REV 2/26/08 DTH:rjr]

Page 34: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

$[__________].]

8. All designs, sketches, drawings, specifications, data and other

information, in whatever form or medium, compiled or prepared by Consultant in

performing its services or furnished to Consultant by City shall be the property of City and

City shall have the unrestricted right to use or disseminate same without payment of

further compensation to Consultant. Copies of Consultant’s work product may be

retained by Consultant for its own records.

[9. In performing its design services hereunder, Consultant shall be

responsible for the following:

9.1 Consultant shall research record information relevant to the

design project, which may include, but not be limited to, underground utility maps

and records, survey data, soil reports, etc. City shall provide such information in

its possession, but the providing of same shall not relieve Consultant of its

obligation to review and research such information in order to assure its

completeness and accuracy.

OFF

ICE

OF

THE

CIT

Y A

TTO

RN

EY

RO

BER

T E

. SH

AN

NO

N, C

ity A

ttorn

ey

333

Wes

t Oce

an B

oule

vard

, 11t

h Fl

oor

Long

Bea

ch,

CA

908

02-4

664

9.2 If this contract includes construction support services by

Consultant, Consultant shall review and respond to any contractor submittals

within seven (7) calendar days.]

10. City shall have the right to terminate this contract at any time upon

ten (10) days’ written notice to Consultant. If the contract is so terminated prior to the

expiration of the term, Consultant shall be paid for those charges which have accrued but

not been paid through the effective date of termination. Consultant agrees to accept

such amount, plus all amounts previously paid, as full payment and satisfaction of all

obligations of City to Consultant.

11. Neither City nor any of its employees shall have any control over the

conduct of Consultant, or employees of Consultant, except as herein set forth, and

Consultant and employees of Consultant shall not, at any time or in any manner,

represent that Consultant or employees of Consultant, or any of them, are the officers,

3 C:\Documents and Settings\crabtree\Local Settings\Temporary Internet Files\OLK168\CON-CONSULT.DOC SECURITY CONTRACT FOR CONSULTING SERVICES [REV 2/26/08 DTH:rjr]

Page 35: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

agents, or employees of City. It is expressly understood and agreed that Consultant is,

and shall at all times remain, as to City a wholly independent contractor, and each party’s

obligations to the other party are solely such as are set forth in this contract. Consultant

shall be free to contract for similar services to be performed for others during this

contract. [Consultant acknowledges and agrees that: (i) City will not withhold taxes of any

kind from Consultant’s compensation; (ii) City will not secure workers’ compensation or

pay unemployment insurance to, for or on Consultant’s behalf; and (iii) City will not

provide and Consultant is not entitled to any of the usual and customary rights, benefits

or privileges of City employees.]

12. Consultant agrees, subject to applicable laws, rules, and regulations,

not to discriminate in the performance of this contract against any employee or applicant

for employment on the basis of race, color, national origin, religion, sex, sexual

orientation, AIDS, HIV status, age, disability, handicap, or veteran status. Consultant

shall ensure that applicants are employed and that employees are treated during

employment without regard to any of these bases, including but not limited to

employment, upgrading, promotion, demotion, transfer, recruitment, recruitment

advertising, layoff, termination, rates of pay or other forms of compensation, and

selection for training, including apprenticeship. Consultant agrees to post in conspicuous

places available to employees and applicants for employment notices to be provided by

City setting out the provisions of this nondiscrimination clause. Consultant shall in all

solicitations or advertisements for employees state that all qualified applicants will receive

consideration for employment without regard to these bases. Compliance with the

Americans with Disabilities Act of 1990 shall be the sole responsibility of Consultant, and

Consultant shall defend and hold the City harmless from any expense or liability arising

from Consultant’s non-compliance therewith.

OFF

ICE

OF

THE

CIT

Y A

TTO

RN

EY

RO

BER

T E

. SH

AN

NO

N, C

ity A

ttorn

ey

333

Wes

t Oce

an B

oule

vard

, 11t

h Fl

oor

Long

Bea

ch,

CA

908

02-4

664

13. Any notices to be given under this contract shall be given in writing.

The notices may be served by personal delivery, facsimile transmission or by first class

regular mail, postage prepaid. Any notice, when served by mail, shall be effective two (2)

4 C:\Documents and Settings\crabtree\Local Settings\Temporary Internet Files\OLK168\CON-CONSULT.DOC SECURITY CONTRACT FOR CONSULTING SERVICES [REV 2/26/08 DTH:rjr]

Page 36: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

calendar days after the date of mailing, and when served by facsimile transmission or

personal delivery shall be effective upon receipt. For the purposes hereof, the address of

City, and the proper person to receive any such notices on its behalf, is: Executive

Director, Long Beach Harbor Department, P.O. Box 570, Long Beach, California 90801,

FAX number (562) 901-1733; and the address and FAX number of Consultant as

indicated above.

14. This contract contemplates the personal services of Consultant and

its employees, and it is recognized by the parties hereto that a substantial inducement to

City for entering into this contract was, and is, the professional reputation and

competence of Consultant and its [employees] [key employee __________.] Neither this

contract nor any interest therein may be assigned or delegated by Consultant except

upon the prior written consent of the Executive Director. Any attempted assignment or

delegation without such consent shall be void, and any assignee or delegate shall

acquire no right or interest by reason of such attempted assignment or delegation.

Furthermore, Consultant shall not subcontract any portion of the performance

contemplated and provided for hereunder without the prior written approval of the

Director of Security. Nothing herein shall prevent Consultant from employing or hiring as

many employees as Consultant may deem necessary for the proper and efficient

execution of this contract.

OFF

ICE

OF

THE

CIT

Y A

TTO

RN

EY

RO

BER

T E

. SH

AN

NO

N, C

ity A

ttorn

ey

333

Wes

t Oce

an B

oule

vard

, 11t

h Fl

oor

Long

Bea

ch,

CA

908

02-4

664

15. Consultant covenants that both itself, in its corporate capacity, and

its principals presently have no interest and shall not acquire any interest, direct or

indirect, which would conflict in any manner or degree with the performance of services

required to be performed under this contract.

16. Consultant shall maintain the confidentiality of all proprietary or

confidential information obtained as a result of any assignment pursuant to this contract.

Consultant shall not divulge to any person or entity other than City any conceptual

designs, technical details, pricing or other such information regarding new or existing

proprietary technology presented by prospective or current vendors who have requested

5 C:\Documents and Settings\crabtree\Local Settings\Temporary Internet Files\OLK168\CON-CONSULT.DOC SECURITY CONTRACT FOR CONSULTING SERVICES [REV 2/26/08 DTH:rjr]

Page 37: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

that the information be kept confidential.

17. Consultant shall indemnify, hold, protect and save harmless the City

of Long Beach, the Board of Harbor Commissioners, [the United States] and their

officials, commissioners, employees, and agents (“Indemnified Parties”) from and against

any and all actions, suits, proceedings, claims, demands, damages, losses, liens, costs,

expenses or liabilities, of any kind or nature whatsoever (“Claims”) which arise out of,

pertain to, or relate to the negligence, recklessness or willful misconduct of Consultant, its

officers, employees, subcontractors or agents. Independent of the duty to indemnify and

as a free-standing duty on the part of Consultant, Consultant shall defend the Indemnified

Parties from and against any and all Claims which arise out of, pertain to, or relate to

Consultant’s work under this contract, and Consultant shall continue the defense until

such Claim is resolved, whether by settlement, judgment or otherwise. City shall notify

Consultant of any such Claim, shall tender its defense to Consultant, and assist

Consultant, as may be reasonably requested, in such defense. Consultant shall provide

such defense immediately upon notification and tender to Consultant of a Claim. If a

court of competent jurisdiction determines that a Claim was caused in part by Indemnified

Parties, Consultant’s costs of indemnity and defense shall be reduced by the percentage

of negligence, recklessness or willful misconduct attributed by the court to the

Indemnified Parties. Payment of a Claim shall not be a condition precedent to an

Indemnified Party’s right to indemnity, or to an Indemnified Party’s right to defense.

OFF

ICE

OF

THE

CIT

Y A

TTO

RN

EY

RO

BER

T E

. SH

AN

NO

N, C

ity A

ttorn

ey

333

Wes

t Oce

an B

oule

vard

, 11t

h Fl

oor

Long

Bea

ch,

CA

908

02-4

664

18. As a condition precedent to the effectiveness of this contract,

Consultant shall procure and maintain in full force and effect during the term of this

contract the following types and levels of insurance:

(a) Commercial General Liability Insurance which affords coverage

at least as broad as Insurance Services Office “occurrence” form CG 00 01 with

minimum limits of at least $1,000,000 per occurrence, and if written with an

aggregate, the aggregate shall be double the per occurrence limit. The policy

shall contain no provisions or endorsements limiting coverage for (1) products -

6 C:\Documents and Settings\crabtree\Local Settings\Temporary Internet Files\OLK168\CON-CONSULT.DOC SECURITY CONTRACT FOR CONSULTING SERVICES [REV 2/26/08 DTH:rjr]

Page 38: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

completed operations; (2) contractual liability; (3) independent contractors; (4) third

party action over claims; (5) explosion, collapse or underground hazard (XCU);

and (6) defense costs shall be excess limits.

(b) Automobile Liability Insurance with coverage at least as broad as

Insurance Service Office Form CA 0001 covering “Any Auto” (Symbol 1) with

minimum limits of $1,000,000 each accident.

[ADD AIRCRAFT LIABILITY IF APPROPRIATE]

[(c) Ocean Marine Liability Insurance, including Protection and

Indemnity, with minimum limits of [$5,000,000] per occurrence, Jones Act for

employees performing services covered by the Act, and pollution liability. Pollution

liability shall include coverage for bodily injury (including death and mental

anguish), property damage, defense costs and cleanup costs with minimum limits

of [$5,000,000] per loss and [$10,000,000] total losses.

OFF

ICE

OF

THE

CIT

Y A

TTO

RN

EY

RO

BER

T E

. SH

AN

NO

N, C

ity A

ttorn

ey

333

Wes

t Oce

an B

oule

vard

, 11t

h Fl

oor

Long

Bea

ch,

CA

908

02-4

664

[(d) Contractor’s Pollution Liability Insurance covering all of

Consultant’s operations, including onsite and offsite for bodily injury (including

death and mental anguish), property damage, defense costs and cleanup costs

with minimum limits of [$5,000,000] per loss and [$10,000,000] total all losses.

Non-owned disposal site coverage shall be provided if handling, storing or

generating hazardous materials or any material/substance otherwise regulated

under environmental laws/regulations.]

(c) Workers’ Compensation Insurance, as required by the State of

California and Employer’s Liability Insurance with a limit of not less than

$1,000,000 per accident for bodily injury and disease, and any required coverage

under the U.S. Longshoremen’s and Harbor Workers’ Act, Federal Employers

Liability Act, and Jones Act for employees performing services covered by these

Acts.

(d) Professional Liability Insurance with minimum limits of

$1,000,000. Covered Professional Services shall include all work to be performed

7 C:\Documents and Settings\crabtree\Local Settings\Temporary Internet Files\OLK168\CON-CONSULT.DOC SECURITY CONTRACT FOR CONSULTING SERVICES [REV 2/26/08 DTH:rjr]

Page 39: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

under the contract and without any exclusions that may potentially affect the work

to be performed under the contract. The policy shall contain provisions or

endorsements extending coverage to contractual liability.

Insurance policies will not be in compliance if they include any limiting

endorsement that has not been approved in writing by City.

The policy or policies of insurance for Commercial General Liability and

Automobile Liability [Ocean Marine Liability, Aircraft Liability, Contractor’s Pollution

Liability] shall contain the following provisions or be endorsed to provide the following:

(1) The Indemnified Parties shall be additional insureds with regard

to liability and defense of suits or claims arising out of the performance of

the Contract. Additional insured endorsements shall not:

OFF

ICE

OF

THE

CIT

Y A

TTO

RN

EY

RO

BER

T E

. SH

AN

NO

N, C

ity A

ttorn

ey

333

Wes

t Oce

an B

oule

vard

, 11t

h Fl

oor

Lon

i. Be limited to ongoing operations;

g B

each

, C

A 9

0802

-466

4

ii. Exclude contractual liability;

iii. Restrict coverage to the sole liability of Consultant;

iv. Contain any other exclusion contrary to the contract.

(2) This insurance shall be primary and any other insurance,

deductible, or self-insurance maintained by the Indemnified Parties shall not

contribute with this primary insurance.

(3) The policy shall not be canceled or the coverage reduced until a

thirty (30) day written notice of cancellation has been served upon the

Executive Director of the Harbor Department except notice of ten (10) days

shall be allowed for non-payment of premium.

The policy or policies of insurance for Workers’ Compensation shall be

endorsed, as follows:

(1) A waiver of subrogation stating that the insurer waives all rights

of subrogation against the Indemnified Parties.

(2) The policy or policies shall not be canceled or the coverage

reduced until thirty (30) days written notice of cancellation has been served

8 C:\Documents and Settings\crabtree\Local Settings\Temporary Internet Files\OLK168\CON-CONSULT.DOC SECURITY CONTRACT FOR CONSULTING SERVICES [REV 2/26/08 DTH:rjr]

Page 40: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

upon the Executive Director of the Harbor except notice of ten (10) days

shall be allowed for non-payment of premium.

The policy or policies of insurance required for Professional Liability shall be

endorsed as follows:

(1) The policy or policies shall not be canceled or the coverage

reduced until a thirty (30) day written notice of cancellation has been served

upon the Executive Director of the Harbor except notice of ten (10) days

shall be allowed for non-payment of premium.

Any deductible or self-insured retention must be approved in writing by the

Executive Director and shall protect the Indemnified Parties in the same manner and to

the same extent as they would have been protected had the policy or policies not

contained a deductible or self-insured retention.

OFF

ICE

OF

THE

CIT

Y A

TTO

RN

EY

RO

BER

T E

. SH

AN

NO

N, C

ity A

ttorn

ey

333

Wes

t Oce

an B

oule

vard

, 11t

h Fl

oor

Long

Bea

ch,

CA

908

02-4

664

Consultant shall deliver either certified copies of the required policies or

endorsements on forms approved by the City (“evidence of insurance”) to the Executive

Director for approval as to sufficiency and as to form. At least fifteen (15) days prior to

the expiration of any such policy, evidence of insurance showing that such insurance

coverage has been renewed or extended shall be filed with the Executive Director. If

such coverage is canceled or reduced, Consultant shall, within ten (10) days after receipt

of written notice of such cancellation or reduction of coverage, file with the Executive

Director evidence of insurance showing that the required insurance has been reinstated

or has been provided through another insurance company or companies.

The coverage provided shall apply to the obligations assumed by the

Consultant under the indemnity provisions of this contract but this insurance provision in

no way limits the indemnity provisions and the indemnity provisions in no way limit this

insurance provision.

Consultant agrees to suspend and cease all operations hereunder during

such period of time as the required insurance coverage is not in effect and evidence of

insurance has not been approved by City. City has the right to withhold all payments due

9 C:\Documents and Settings\crabtree\Local Settings\Temporary Internet Files\OLK168\CON-CONSULT.DOC SECURITY CONTRACT FOR CONSULTING SERVICES [REV 2/26/08 DTH:rjr]

Page 41: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

Consultant until Consultant has complied fully with this insurance provision.

Each such policy shall be from a company or companies with a current A.M.

Best’s rating of no less than A:VII and authorized to do business in the State of California,

or otherwise allowed to place insurance through surplus line brokers under applicable

provisions of the California Insurance Code or any federal law.

If coverage is written on a claims-made basis, the retroactive date on such

insurance and all subsequent insurance shall coincide with or precede the effective date

of the contract and continuous coverage shall be maintained or Consultant shall obtain

and submit an extended reporting period endorsement of at least three (3) years from

termination or expiration of this contract. Upon expiration or termination of coverage of

required insurance, Consultant shall procure and submit to City evidence of “tail”

coverage or an extended reporting period endorsement of at least three (3) years from

termination or expiration of this contract.

OFF

ICE

OF

THE

CIT

Y A

TTO

RN

EY

RO

BER

T E

. SH

AN

NO

N, C

ity A

ttorn

ey

333

Wes

t Oce

an B

oule

vard

, 11t

h Fl

oor

Long

Bea

ch,

CA

908

02-4

664

19. Consultant shall obtain and maintain any necessary licenses and

permits required under Title 3 and Title 5 of the Long Beach Municipal Code. City may

withhold any payment to Consultant until Consultant comes into compliance with such

licensing and permitting requirements.

[20. This contract shall be deemed made in the State of California and

shall be governed by the laws of said State (except those provisions of California law

dealing with conflicts of law), both as to interpretation and performance.]

21. In the event of any conflict or ambiguity between this written

agreement and any exhibit hereto, the provisions of this agreement shall govern.

22. If there is any legal proceeding between the parties to enforce or

interpret this contract or to protect or establish any rights or remedies hereunder, the

prevailing party shall be entitled to its costs and expenses, including reasonable

attorneys’ fees.

23. This contract shall not be amended, nor any provision or breach

hereof waived, except in writing signed by the parties which expressly refers to this

10 C:\Documents and Settings\crabtree\Local Settings\Temporary Internet Files\OLK168\CON-CONSULT.DOC SECURITY CONTRACT FOR CONSULTING SERVICES [REV 2/26/08 DTH:rjr]

Page 42: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

contract.

24. This contract, including all exhibits, constitutes the entire

understanding between the parties and supersedes all other agreements, oral or written,

with respect to the subject matter herein. [________________________________] ______________________, 2008 By: _________________________________ Name: _________________________________ Title: _________________________________ ______________________, 2008 By: _________________________________ Name: _________________________________ Title: _________________________________ CONSULTANT CITY OF LONG BEACH, a municipal

corporation, acting by and through its Board of Harbor Commissioners

______________________, 2008 By: _________________________________ Richard D. Steinke

Executive Director Long Beach Harbor Department

CITY O

FFIC

E O

F TH

E C

ITY

ATT

OR

NEY

R

OBE

RT

E. S

HA

NN

ON

, City

Atto

rney

33

3 W

est O

cean

Bou

leva

rd, 1

1th

Floo

r Lo

ng B

each

, C

A 9

0802

-466

4

The foregoing document is hereby approved as to form. ROBERT E. SHANNON, City Attorney ______________________, 2008 By: _________________________________ Principal Deputy/Deputy DTH/CMG/TLS: [date] # S:\HARBOR\CURRENT\SECURITY\CON-CONSULT.DOC DTH:rjr revised 2/26/08 (“insurance changes” per email dated 2/12/08/2/25/08)

11 C:\Documents and Settings\crabtree\Local Settings\Temporary Internet Files\OLK168\CON-CONSULT.DOC SECURITY CONTRACT FOR CONSULTING SERVICES [REV 2/26/08 DTH:rjr]

Page 43: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

Form SBE 2P Revised 073007

POLB FORM SBE 2-P: SBE/VSBE COMMITMENT PLAN FOR PROFESSIONAL SERVICES CONTRACTS

Instructions: List all SBE/VSBE subconsultants, vendors, suppliers, and other businesses that will render a good or service under this contract. Only list SBEs/VSBEs. SBE/VSBE prime consultants should be listed first. For a firm to be counted toward meeting the SBE/VSBE goals, the firm must be pre-registered on the Port’s online vendor database (The Network), accessible from the SBE/VSBE Program page of the Port’s website (www.polb.com). VSBE certifications will not be issued; VSBE eligibility will be reviewed and determined upon submittal of the Commitment Plan. Use multiple copies of this form if necessary.

Notes:

1. The prime consultant must verify the current eligibility status of each SBE/VSBE, prior to listing the firm(s) on the Commitment Plan, by either a) locating the SBE/VSBE on The Network (www.thenetworkbidsystem.com) by utilizing the small business search function, or b) contacting the Port’s SBE Program staff to verify SBE/VSBE status.

2. Lower tier SBE/VSBE subconsultants and SBE/VSBE vendors/suppliers rendering goods or services to lower tier subconsultants must also be listed to receive participation credit. See examples below. Proof of payment from the consultant/subconsultant to the lower tier sub/vendor/supplier will be required prior to contract close-out. The goods or services provided must be directly related to the project. Subtract any indirect or non-applicable goods or services.

Project Title

Prime Consultant Company Name: Prime Contract $ Amount:

Estimated $ Value of Prime’s participation: Estimated % of Prime’s participation:

Estimated $ Value of SBE participation: Estimated SBE % of Prime Contract:

Estimated $ Value of VSBE participation: Estimated VSBE % of Prime Contract:

Business Name, City, State, Contact Person, Phone #

Indicate “SBE”

or “VSBE”

Indicate if 1st Tier Sub, Lower Tier

Sub, Vendor or Supplier

Contract With Brief Description of

Work

$ Value of Subcontract,

Goods or Services

% of Total Prime

Contract Value

Ex. #1: ABC Land Surveyors Long Beach, CA, Mr. Joe Smith

(562) 555-1212 SBE 1st tier sub XYZ Prime

Consultant Land surveying $100,000 20%

Ex. #2: Tom’s Survey Supplies Long Beach, CA, Mr. Tom Jones

(562) 444-1212 VSBE Supplier ABC Land

Surveyors Surveying supplies $5,000 1%

Completed by: Name (please print or type) Phone # Signature Date Email

Page 44: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

PORT OF LONG BEACH SBE/VSBE PROGRAM

Good Faith Effort Evaluation Criteria for Professional Services Contracts A proposer whose proposal/SOQ fails to meet the SBE or VSBE participation goal shall be found responsive if an acceptable Good Faith Effort (GFE) is demonstrated. The following criteria shall be used in evaluating a proposer’s GFE:

1. Attend Pre-Proposal Meeting: The proposer submitted written evidence that he/she attended the pre-proposal conference.

2. Subdivide the Work: The proposer prepared and followed a plan to subdivide the work into

disciplines or work elements that could be economically performed by small businesses. It is the proposer’s responsibility to demonstrate that sufficient work was made available to SBEs and VSBEs to meet contract requirements (combined SBE/VSBE goal established for that contract).

3. Advertise: The proposer submitted written evidence of commercial advertising for small business

subconsultants, subcontractors, vendors and/or suppliers at least 14 calendar days prior to the proposal/SOQ due date. A copy of the advertisement showing the advertisement date(s), name of publication, type of work and amount of work being solicited, must be provided.

4. Use Public Databases: The proposer submitted written evidence of using the Port’s SBE/VSBE

database, small business, minority business, and women-owned business associations, and chambers of commerce to help solicit small businesses.

5. Provide Relevant Information to Small Businesses: The proposer submitted written evidence

that he/she has provided interested small businesses with information about the requirements of the contract at least 14 calendar days prior to the proposal/SOQ due date.

6. Directly Solicit Small Businesses: The proposer submitted written evidence of directly soliciting

small business subconsultants. A copy of the written notices sent directly to SBEs and VSBEs must be provided. A direct solicitation should include the type of work, amount of work, and a brief specific description of the work being solicited.

7. Conduct Follow-Up: The proposer submitted written evidence of specific activities used to follow

up initial solicitations in preparing the proposal/SOQ.

8. Offer Assistance: The proposer demonstrated that he/she has offered to assist small businesses in obtaining bonding, insurance or equipment.

9. Negotiate: The proposer submitted written evidence that he/she has negotiated in good faith with

interested small businesses. Documentation must include company name, contact person, method of contact, and specific items that were negotiated (scope of work, materials, equipment, insurance, bonding, personnel, timing of project, etc.)

10. Document proposal (price) and negotiation results: For any negotiations which were

unsuccessful and/or proposals received but not accepted, the proposer submitted the unsuccessful proposer’s company name, telephone number, contact person, price proposed, and the reason for rejecting the proposal. If price was the reason for rejecting the proposal, the proposer listed the price proposed by both the SBE/VSBE and the low proposer for that element of work.

Each of the 10 criteria will be assigned 10 points and will be graded with 0 or 10 points; there is no partial credit. The proposer must achieve a score of 70 out of a possible 100 points in order for the SBE Administrator to determine that the proposer has made an acceptable GFE.

Updated 013008

Page 45: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

ATTACHMENT E

FIBER OPTIC NETWORK PROJECT SCHEDULE

INTRODUCTION: The Port of Long Beach will assist the selected CONTRACTOR in the creation of the detailed Fiber Optic Network Project Schedule. Stage 1 has a required completion date of October 1, 2008. Stage 2 has a required completion date of February 1, 2009. Stages 3 – 5 will be based on the completion of the final design for each Stage.

Page 46: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

C:\RailroadSpecs\RR-Req4.doc October 26, 2005 1

REQUIREMENTS WHEN WORKING WITHIN, ADJACENT TO, OR ABOVE RAILROAD RIGHT-OF-WAY The Contractor shall not enter any location, perform any work, or locate any piece of equipment within 10-feet of the nearest railroad track without prior authorization from the Engineer. All work shall be performed in accordance with the provisions of Title 49, Part 214 of the Code of Federal Regulations. For work within twenty (20) feet of track centerline: The Contractor shall provide qualified watch persons when working within 20 feet of the track centerline for the safety and protection of the Contractor’s personnel only. Watch persons are not an approved method of protection for working equipment. If equipment is within 10 feet from the track centerline, then a flag person will be required as stated herein. The cost of watch persons shall be included within the cost of related bid items for such work. The Pacific Harbor Line (PHL) will qualify the watch person for the project. The Contractor shall submit an approved list of PHL trained watch persons to the Engineer prior to working within 20 feet of the track centerline. The Contractor shall submit a written Work Plan to the Engineer not less than ten (10) days prior to beginning work within twenty (20) feet of the track centerline. The Work Plan shall include the location, starting and stopping times, a description of the work to be performed, the work crews involved, type of equipment, and the Contractor’s recommendations regarding track outages and railroad safety protection (Flag person). For work within ten (10) feet of track centerline: A specific work plan is required a minimum of ten (10) working days prior to any track closures or activity within ten (10) feet of the track centerline. No work may be performed, nor any piece of equipment moved within 10-feet of the nearest rail of any railroad track until the Work Plan is approved by the Engineer. Railroad track closures will be allowed at the discretion of the Engineer and Railroad. If required, the City, at no cost, will provide a flag person to the Contractor for days, which the City deems necessary for the project. If the number of flagging days is exceeded due to the Contractor’s actions, the Contractor shall pay for the flagging services beyond the days paid by the City. Only Pacific Harbor Line (PHL) shall provide the flagging services at $550/day. The Contractor may cancel scheduled Flagmen with written notice to the Engineer at least forty-eight (48) hours prior to the start of the work. However, if the Contractor fails to provide such notice of cancellation within the required time, any cost to the City for scheduled Flagmen will be withheld from payment due the Contractor. Crossing of tracks by the Contractor’s equipment other than at public or designated private road crossings is prohibited without specific authorization by the Engineer. The Contractor shall report any accidents, injuries, track defects, or any unusual track conditions, which may affect the safe and efficient operation of the railroad to the Engineer by the first available means of communication. The Contractor shall be responsible for the prevention of damage to railroad facilities, equipment and operating trains due to his activities. In the event the Contractor damages railroad facilities or equipment, the damages shall be reported immediately to

Page 47: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

C:\RailroadSpecs\RR-Req4.doc October 26, 2005 2

the Engineer. Repair of damage caused by Contractor’s operations shall be at the expense of the Contractor and accomplished to the satisfaction of the Engineer. Upon completion of the work, the Contractor shall promptly remove all materials, tools, equipment, and leave the right-of-way in a clean condition satisfactory to the Engineer.

Page 48: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

October 26, 2005

RAILROAD WORK PLAN – DATE:____________

REQUIREMENTS WHEN WORKING WITHIN, ADJACENT TO, ABOVE, OR BENEATH RAILROAD RIGHT-OF-WAY

START DATE: ____________________________________________ DURATION (Start & End Date): Start on __________ and Ending on _______________ TRACK LOCATION: Track number ________________ track located

_____________________________ (See attached plan). START & STOP TIMES: Begin each day at _____ and end at _______ DESCRIPTION OF WORK: The work includes ____________________________________________________________________________________________________________________________________________________________________________________________________________________ (see attached plan). WORK CREW: The work will be performed by _____________. The equipment used

will be __________________________________________________. SAFETY PROTECTION: The work plan is submitted ten (10) days in advance of any work within twenty (20) feet of track centerline. Prior to start of work, ____________________ will request a watch person training session from Pacific Harbor Line (PHL) for all work-crew working within 20 feet of the railroad track for the safety of the contractor’s personnel only. Watch persons are not an approved method of protection for working equipment. Once the watch person training is completed, we will submit an approved list to the Engineer prior to working within 20 Feet of the track centerline. If equipment is within ten (10) feet from the track centerline, then a flag person will be required. Flagging to be provided by Pacific Harbor Line (PHL) only. When a Flag Person is required, a new work plan request will be submitted to the Engineer and PHL a minimum of ten (10) working days prior to any work being performed. If a full track closure/outage is necessary, a minimum notice of ten (10) working days will be provided to the Engineer and PHL for each track closure. The Railroad track closure will be at the full discretion of the Engineer and PHL. The PHL contact is Bob Giannoble (310-834-4594). Note: The Contractor shall submit the Railroad Work Plan to the Ports Construction Manager for approval by the Manager of Rail Transportation Systems (562-590-4140). All related permits shall be obtained prior to submitting the work plan.

Page 49: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

Page 1

ATTACHMENT G

PORT FIBER OPTIC NETWORK CONCEPT OF OPERATIONS

1. INTRODUCTION

The Port of Long Beach is the second busiest port in the United States, comprising 10 piers and 80 berths situated on 3,200 acres of land.

The 10 year Strategic Plan, adopted by the Port Commission in 2006, calls for upgrade and improvement of the Port in seven key areas. In order to support the objectives of the Strategic Plan an upgrade to the Port’s technology infrastructure will be required.

Accordingly, a five year program is currently underway to upgrade the infrastructure and capabilities of the Port’s Information Management Division, which is responsible for all ICT infrastructure.

The FON is a component of the POLB Security Division’s enhancement plan for security applications and communications within the Port Complex.

The purpose of this document is to identify the primary applications of the FON, and to delineate the needs and expectations of the stakeholders who will be users of the FON.

2. PROJECT GOALS

The primary goal of the project is to provide high-bandwidth communications between Port Facilities, and to improve and enhance security related data exchange and communications.

All First Responder Facilities within the Port complex will be attached to the FON.

In addition to structures, there are a number of distributed systems in wide-ranging locations within the Port, e.g. Security Surveillance Cameras, which will rely on the FON for their operation.

3. STAKEHOLDERS

The FON will be operated by the Information Management Division on behalf of its users, both direct and indirect. The Security Department, based on Memos of Understanding (MOU) will determine the included Port Stakeholders.

In addition to stakeholders within the Port, there is also the expectation that some use of the FON will be required by other agencies, either to communicate with the Port, or in some cases in a “pass-through” configuration, simply to

Page 50: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

Page 2

move data across the Port. The currently recognized and potential future stakeholders include:

3.1.1 Internal All Stakeholders will be determined by POLB Security Department. Allowable Functions and applications will be determined by PSGP Guidelines. Potential internal Stakeholders include:

Port of Long Beach Security Division Port of Long Beach Transportation Division Port of Long Beach Information Management Division

3.1.2 External Goal is Communication and Data Exchange Interoperability. Definition will come from the Security Department as to who will be on the network based on MOUs. Potential external Stakeholders include:

Port of Long Beach Stakeholders City of Long Beach Port of Los Angeles ATMIS Regional participants(includes RITS and other regional entities) Caltrans First Response Entities Customs and Border Protection

4. APPLICATIONS

Within the Port, the following applications have been recognized:

Facility interconnection

As discussed previously, a key requirement is to interconnect the various facilities within the Port. The first priority is the connection between the Administration Building and the Security Command and Control Center (SCCC).

The FON should provide 10 Gb/s of bandwidth between Port facilities.

CCTV

The Port Security Division currently operates surveillance cameras located throughout the Port. A project currently underway will add additional cameras by the end of 2007.

The ATMIS project will add additional cameras, and the Port’s Railroad Traffic section may want to install up to 6 more. The ATMIS video will be forwarded to Caltrans, Port of Los Angeles and other Regional participants.

Page 51: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

Page 3

Additionally, video feeds will be exchanged with selected Stakeholders that have executed MOUs, allowing selected them to view video from Port cameras and vice versa.

The video network (125 – 150 cameras) will initially be supported by a wireless network. As elements of the FON become available, it is anticipated that these cameras will either be directly connected, or utilize it as backhaul for wireless access points.

The CCTV Network should provide capacity to transmit video with a frame rate of 30FPS at 4CIF for each camera.

Fixed Sonar

In order to enhance awareness of the Waterside Domain fixed sonar units will be installed at various locations throughout the port. Bandwidth requirements for these units is currently unknown, but is estimated to be the same as that for a video camera.

Marine Surface Radar

Another important feature in the Waterside Domain Awareness complement is Marine Surface Radar. One unit will be installed with an estimated bandwidth requirement of 100Mb/s.

ATMIS

In addition to video cameras, The ATMIS project will deploy a variety of field devices, including vehicle detectors, Automatic License Plate Readers (ALPR), RFID readers, Changeable Message Signs (CMS) and Highway Advisory Radio (HAR). The hub of the ATMIS will be located in the SCCC, and will require data connectivity with these devices. The FON will support this connectivity, either directly or by providing wireless backhaul support.

With the exception of the export of video, the bandwidth required by these applications is anticipated to be no more than 1 Gb/s in aggregate.

TWIC

The Federally mandated Transportation Worker Identification Credentialing program has not yet been fully specified, but it is known that it will require “contactless” smartcard readers which will require network connectivity for validation and access control purposes.

Bandwidth support required by TWIC is estimated at 100 Mb/s

Port-wide Public Address

Implementation of a Port-Wide public address system is planned within the next 3-5 years.

Bandwidth support required by Port-wide Public Address is estimated at 10 Mb/s

Page 52: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

Page 4

Port-wide wireless network backhaul

In order to better serve the tenants and customers of the Port, as well as enhance the effectiveness and productivity of Port staff, the Information Management Division plans to implement a ubiquitous wireless LAN throughout the port.

Because the structures within the Port, movement of large vessels and the near-saturation of bandwidth in localized areas preclude the use of a traditional mesh or point-to-point wireless LAN, a network of individual access points with limited mesh or point-to-point coverage will be constructed utilizing the FON for backhaul.

The requirements of the wireless backhaul are currently estimated at 600 Mb/s

External Connectivity

In addition to “on-Port” applications, it is an objective of the FON to provide connectivity with the Port of Los Angeles, and the City of Long Beach by extending the FON into both of these facilities.

Connectivity with external entities should provide the same bandwidth as between Port facilities (10 Gb/s.)

5. LAYOUT

A preliminary layout for the FON has been developed. This layout has been developed primarily based on the locations of security surveillance cameras, sonar and radar and on requirements to provide connectivity at other pre-selected locations.

The proposed routing of the fiber has been identified and published in the RFP and can be referenced.

6. SCHEDULE CONSIDERATIONS

Construction of the Port of Long Beach Security Command and Control Center is currently underway and is scheduled for completion during the fourth quarter of 2008.

A high speed data link will be required between the new SCCC and the existing Administration Building. To the extent that a phased approach to the design and construction of the FON will minimize the time required to implement this critical link, the project will be structured accordingly.

Page 53: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

Page 5

7. NEXT STEPS

The next steps required to implement the FON are as follow:

Prepare an RFP for design and construction of the FON Select a qualified bidder and award a contract Obtain a reliable construction estimate Award a contract for construction

8. CONCLUSION

Construction of the FON will provide important enhancements to the Port’s security capabilities.

Page 54: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

FIBER OPTIC NETWORK PROJECT INSURANCE REQUIREMENTS The selected contractor will be required to provide the following types of insurance:

Professional Liability Insurance with a limit of not less than $1,000,000 per claim. • Include coverage for Contractual Liability

General Liability Insurance with minimum limits not less than $5,000,000 per occurrence, and, if written with an annual aggregate, the aggregate limit shall be not less than $10,000,000 per policy year.

• ISO Form CG 0001 or GG 0002 • Addition Insured Endorsement Required • Include Contractual Liability – Railroads Endorsement (CG 24 17) • Include Explosion, Collapse, Underground Hazards (XCU)

Automobile liability insurance with a minimum limit of not less than $1,000,000 per

accident. • ISO Form CA 0001 • Symbol 1 • Addition Insured Endorsement Required

Workers’ Compensation Insurance, as required by the State of California.

• Waiver of Subrogation in favor of the Port of Long Beach.

Employer’s Liability Insurance with a limit of not less than $1,000,000 per accident. • Waiver of Subrogation in favor of the Port of Long Beach.

Statutory U.S.L. & H. Insurance

• Waiver of Subrogation in favor of the Port of Long Beach.

Contractor’s Pollution Liability Insurance covering all of the contractor’s operations with minimum limits of not less than $1,000,000 per loss and $2,000,000 total all losses.

• On-site coverage • Off-site coverage • Bodily Injury • Death • Mental Anguish • Property damage

Page 55: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

• Defense Costs • Clean-up Costs • Additional Insured Endorsement Required

30-day notice of cancellation to the Port of Long Beach for all insurance policies

(10 days for non-payment of premium). Contractors are advised that the selected company will be required to comply with City of Long Beach Harbor Department insurance requirements and should prepare their cost estimates accordingly. Documents regarding insurance coverage need not accompany the proposal at this time. However, proof of insurance coverage provided by the selected company must include the attached insurance endorsement forms or certified copies of the policies, which names the City of Long Beach as an additional insured/endorsement holder. Standard ACORD forms will not be accepted in lieu of the required endorsement forms. Please note that failure, for whatever reason, to provide the required documentation of insurance coverage within two weeks of selection could result in the contract being awarded to another contractor. Questions regarding insurance requirements should be directed to the Security Division Contract Administrator at (562) 590-4188.

Page 56: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

Revised 9-06

AUTOMOBILE LIABILITY SPECIAL ENDORSEMENT FOR THE CITY OF LONG BEACH, HARBOR DEPARTMENT

ENDORSEMENT NO. EFFECTIVE DATE (MM/DD/YY)

PRODUCER POLICY INFORMATION Insurance Company: Policy No.: Policy Period: (from) (to) Telephone Deductible $___________OR Self-Insured Retention of $___________

NAMED INSURED & ADDRESS

APPLICABILITY. This insurance pertains to the operations and activities of the Named Insured under all written permits and agreements in force with the City unless checked here in which case only the following specific permits and agreements with the City are covered: AGREEMENTS/PERMITS:

TYPE OF INSURANCE OTHER PROVISIONS BUSINESS AUTO POLICY TRUCKERS AND MOTOR CARRIER LIABILITY POLICY GARAGEKEEPERS LIABILITY STUNT ACTIVITY OTHER _____________________________ CLAIMS: Underwriter's Representative for claims pursuant to this Insurance (must be completed if different than producer) LIABILITY LIMIT IN THOUSANDS $ Name: $ _____________ per accident, for bodily injury and property damage Address: liability Telephone: ( ) In consideration of the premium charged and notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any endorsement now or hereafter attached thereto, it is agreed as follows: 1. ADDITIONAL INSURED. The City of Long Beach, its Board of Harbor Commissioners, individually and collectively, and their officers and employees

("City") are included as additional insureds with regard to liability and defense of suits or claims arising from the operations and activities performed by or on behalf of the Named Insured.

2. CONTRIBUTION NOT REQUIRED. This insurance shall be primary. Any other insurance or self-insurance available to the insureds added by this

endorsement shall be in excess of and shall not contribute with this insurance. 3. CANCELLATION NOTICE. With respect to the interests of City, this insurance shall not be canceled or materially reduced in coverage except after

thirty (30) days prior written notice by receipted delivery has been given to City at address indicated below. (Except 10 days shall be allowed for non-payment of premium.)

4. SCOPE OF COVERAGE. This endorsement shall afford coverage at least as broad as Insurance Services Office form number CA0001,

Code 1 ("any auto"). Except as stated above, nothing herein shall be held to waive, alter or extend any of the limits, conditions, agreements or exclusions of the policy to which this endorsement is attached. ENDORSEMENT HOLDER / ADDITIONAL INSURED CITY OF LONG BEACH AUTHORIZED REPRESENTATIVE BOARD OF HARBOR COMMISSIONERS 925 HARBOR PLAZA I __________________________(print/type name), warrant that I have LONG BEACH, CA 90802 authority to bind the above-mentioned insurance company and by my

signature hereon do so bind this company to this endorsement. ATTENTION: Risk Management Division

Signature _____________________________________ TELEPHONE: 562-901-1775 Title ___________________________________________ Employer of Signatory ______________________________ Telephone: ( ) _______________ Date Signed _______________

Page 57: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

Revised 9-06

GENERAL LIABILITY SPECIAL ENDORSEMENT FOR THE CITY OF LONG BEACH, HARBOR DEPARTMENT

ENDORSEMENT NO. EFFECTIVE DATE (MM/DD/YY)

PRODUCER POLICY INFORMATION Insurance Company: Policy No.: Policy Period: (from) (to)

Telephone Deductible $____________OR Self-Insured Retention of $___________

NAME INSURED & ADDRESS

APPLICABILITY. This insurance pertains to the operations, products and/or activities of the Named Insured under all written agreements and permits in force with the City unless checked here in which case only the following specific agreements and permits with the City are covered: AGREEMENTS/PERMITS:

TYPE OF INSURANCE GENERAL LIABILITY OTHER PROVISIONS COMMERCIAL GENERAL LIABILITY Claims Made Retroactive Date _________ COMPREHENSIVE GENERAL LIABILITY Occurrence OWNERS & CONTRACTORS PROTECTIVE

LIABILITY LIMITS IN THOUSANDS $ COVERAGES EACH OCCURRENCE AGGREGATE GENERAL LIABILITY CLAIMS: Underwriter's Representative for claims PRODUCTS/COMPLETED OPERATIONS pursuant to this Insurance (must be

completed if different than producer) PERSONAL & ADVERTISING INJURY Name: FIRE LEGAL LIABILITY Address: ________________________________ ________________________________ Telephone: ( ) In consideration of the premium charged and notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any endorsement now or hereafter attached thereto, it is agreed as follows: 1. ADDITIONAL INSURED. The City of Long Beach, its Board of Harbor Commissioners, individually and collectively, and their officers and employees

("City") are included as additional insureds with regard to liability and defense of suits or claims arising from the operations, products and/or activities performed by or on behalf of the Named Insured.

2. CONTRIBUTION NOT REQUIRED. This insurance shall be primary. Any other insurance or self-insurance available to the insureds added by this

endorsement shall be in excess of and shall not contribute with this insurance. 3. CANCELLATION NOTICE. With respect to the interests of City, this insurance shall not be canceled or materially reduced in coverage except after

thirty (30) days prior written notice by receipted delivery has been given to City at address indicated below. (Except 10 days shall be allowed for non-payment of premium.)

4. SCOPE OF COVERAGE. This endorsement shall afford coverage at least as broad as Insurance Services Office Commercial General Liability

Coverage, "occurrence" form CG 0001; or claims made form CG 0002 Except as stated above, nothing herein shall be held to waive, alter or extend any of the limits, conditions, agreements or exclusions of the policy to which this endorsement is attached. ENDORSEMENT HOLDER / ADDITIONAL INSURED CITY OF LONG BEACH AUTHORIZED REPRESENTATIVE BOARD OF HARBOR COMMISSIONERS 925 HARBOR PLAZA I __________________________(print/type name), warrant that I have LONG BEACH, CA 90802 authority to bind the above-mentioned insurance company and by my

signature hereon do so bind this company to this endorsement. ATTENTION: Risk Management Division

Signature _____________________________________

TELEPHONE: 562-901-1775

Title __________________________________________ Employer of Signatory ______________________________

Telephone: ( ) _______________ Date Signed _______________

Page 58: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

Revised 9-06

ENVIRONMENTAL IMPAIRMENT LIABILITY SPECIAL ENDORSEMENT

FOR THE CITY OF LONG BEACH, HARBOR DEPARTMENT ENDORSEMENT NO.

EFFECTIVE DATE (MM/DD/YY)

PRODUCER POLICY INFORMATION Insurance Company: Policy No.: Policy Period: (from) (to) Deductible $____________OR Self-Insured Retention of $___________ Telephone Retroactive Date ________________

NAMED INSURED & ADDRESS

APPLICABILITY. This insurance pertains to the operations, activities, and/or products of the Named Insured under all written agreements and permits in force with the City unless checked here in which case only the following specific agreements and permits with the City are covered: AGREEMENTS/PERMITS:

LIABILITY LIMITS IN THOUSANDS $ OTHER PROVISIONS TYPE OF INSURANCE PER LOSS LIMIT TOTAL ALL LOSSES ENVIRONMENTAL IMPAIRMENT/POLLUTION LEGAL LIABILITY CONTRACTOR’S POLLUTION LEGAL LIABILITY MARITIME POLLUTION LIABILITY AUTOMOBILE POLLUTION (TRANSIT) LIABILITY ENVIRONMENTAL PROFESSIONAL LIABILITY CLAIMS: Underwriter's Representative for claims UNDERGROUND STORAGE TANK COVERAGE pursuant to this Insurance (must be

completed if different than producer) OTHER_______________________________

COVERAGES (check as applicable) Name:

ON-SITE CLEAN-UP COSTS Address: OFF-SITE NON-OWNED DISPOSAL SITE COVERAGE BODILY INJURY/PROPERTY DAMAGE TRANSPORTATION OF WASTE Telephone: ( ) DEFENSE COSTS In consideration of the premium charged and notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any endorsement now or hereafter attached thereto, it is agreed as follows:

1. ADDITIONAL INSURED. The City of Long Beach, its Board of Harbor Commissioners, individually and collectively, and their officers and employees ("City") are included as additional insureds with regard to liability and defense of suits or claims arising from the Named Insured’s products, or from operations or activities performed by, or on behalf of, the Named Insured.

2. CONTRIBUTION NOT REQUIRED. This insurance shall be primary. Any other insurance, or self-insurance available to the insureds added by this

endorsement shall be in excess of and shall not contribute with this insurance. 3. CANCELLATION NOTICE. With respect to the interests of City, this insurance shall not be canceled or materially reduced in coverage except after

thirty (30) days prior written notice by receipted delivery has been given to City at address indicated below. (Except 10 days shall be allowed for non-payment of premium.)

4. SCOPE OF COVERAGE. This endorsement shall afford coverage at least as broad as Insurance Services Office Pollution Liability Coverage,

"claims made" form CG 0039 or the Water Quality Insurance Syndicate form (as applicable). Except as stated above, nothing herein shall be held to waive, alter or extend any of the limits, conditions, agreements or exclusions of the policy to which this endorsement is attached.

ENDORSEMENT HOLDER / ADDITIONAL INSURED CITY OF LONG BEACH AUTHORIZED REPRESENTATIVE BOARD OF HARBOR COMMISSIONERS 925 HARBOR PLAZA I __________________________(print/type name), warrant that I have LONG BEACH, CA 90802 authority to bind the above-mentioned insurance company and by my

signature hereon do so bind this company to this endorsement. ATTENTION: Risk Management Division

Signature _____________________________________ TELEPHONE: 562-901-1775 Title ___________________________________________

Employer of Signatory ______________________________ Telephone: ( ) _______________ Date Signed _______________

Page 59: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

Revised 9-06

PROFESSIONAL LIABILITY SPECIAL ENDORSEMENT

FOR THE CITY OF LONG BEACH, HARBOR DEPARTMENT

ENDORSEMENT NO. EFFECTIVE DATE (MM/DD/YY)

PRODUCER POLICY INFORMATION Insurance Company: Policy No.: Policy Period: (from) (to)

Telephone Deductible $____________OR Self-Insured Retention of $____________ Retroactive Date _________________

NAMED INSURED & ADDRESS

APPLICABILITY. This insurance pertains to services and activities of the Named Insured under all written agreements and permits in force with the City unless checked here in which case only the following specific agreements and permits with the City are covered: AGREEMENTS/PERMITS:

TYPE OF INSURANCE CLAIMS: Underwriter's Representative for claims pursuant to this Insurance

(must be completed if different than producer) Name: Claims Made Form Occurrence Form Address: Telephone: ( )

LIABILITY LIMITS IN THOUSANDS $ COVERAGES EACH OCCURRENCE AGGREGATE ARCHITECTS /ENGINEERS PROFESSIONAL LIABILITY ENVIRONMENTAL PROFESSIONAL LIABILITY CONTRACTORS / PROJECT MANAGER'S PROFESSIONAL LIABILITY LAWYER'S PROFESSIONAL OTHER______________________________ In consideration of the premium charged and notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any endorsement now or hereafter attached thereto, it is agreed as follows: 1. CANCELLATION NOTICE. This insurance shall not be canceled or materially reduced in coverage except after thirty (30) days prior written notice

by receipted delivery has been given to City at address indicated below. (Except 10 days shall be allowed for non-payment of premium.) 2. OTHER PROVISIONS. The following exclusions, or special provisions apply to this coverage. Except as stated above, nothing herein shall be held to waive, alter or extend any of the limits, conditions, agreements or exclusions of the policy to which this endorsement is attached. ENDORSEMENT HOLDER CITY OF LONG BEACH AUTHORIZED REPRESENTATIVE BOARD OF HARBOR COMMISSIONERS 925 HARBOR PLAZA I __________________________(print/type name), warrant that I have LONG BEACH, CA 90802 authority to bind the above-mentioned insurance company and by my

signature hereon do so bind this company to this endorsement. ATTENTION: Risk Management Division

Signature _____________________________________ TELEPHONE: 562-901-1775 Title ___________________________________________ Employer of Signatory ______________________________ Telephone: ( ) _______________ Date Signed _______________

Page 60: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

Revised 9-06

WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY SPECIAL ENDORSEMENT

FOR THE CITY OF LONG BEACH, HARBOR DEPARTMENT

ENDORSEMENT NO. EFFECTIVE DATE (MM/DD/YY)

PRODUCER POLICY INFORMATION Insurance Company: Policy No.: Policy Period: (from) (to) Self-Insured Retention of $___________________

Telephone

NAMED INSURED & ADDRESS

APPLICABILITY. This insurance pertains to the operations and activities of the Named Insured under all written agreements and permits in force with the City unless checked here in which case only the following specific agreements and permits with the City are covered: AGREEMENTS/PERMITS:

OTHER PROVISIONS

COVERAGES (check as applicable) Statutory Workers' Compensation Employers Liability Limits Bodily Injury (each accident) U. S. L. & H. Bodily Injury by Disease (each employee) Jones Act Bodily Injury by Disease (policy limit) Federal Employers Liability Act (FELA) In consideration of the premium charged and notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any endorsement now or hereafter attached thereto, it is agreed as follows: 1. WAIVER OF SUBROGATION. The Insurance Company agrees to waive all rights of subrogation against the City of Long Beach, its Board of

Harbor Commissioners, individually and collectively, and their officers and employees ("City") for losses paid under the terms of this policy. 2. CANCELLATION NOTICE. With respect to the interests of City, this insurance shall not be canceled or materially reduced in coverage except after

thirty (30) days prior written notice by receipted delivery has been given to City at address indicated below. (Except 10 days shall be allowed for non-payment of premium.)

Except as stated above, nothing herein shall be held to waive, alter or extend any of the limits, conditions, agreements or exclusions of the policy to which this endorsement is attached. ENDORSEMENT HOLDER CITY OF LONG BEACH AUTHORIZED REPRESENTATIVE BOARD OF HARBOR COMMISSIONERS 925 HARBOR PLAZA I __________________________(print/type name), warrant that I have LONG BEACH, CA 90802 authority to bind the above-mentioned insurance company and by my

signature hereon do so bind this company to this endorsement. ATTENTION: Risk Management Division

Signature _____________________________________ TELEPHONE: 562-901-1775 Title ____________________________________________ Employer of Signatory ________________________________ Telephone: ( ) _______________ Date Signed _______________

jwilliams
Inserted Text
g
Page 61: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

1

ATTACHMENT A

PORT OF LONG BEACH FIBER OPTIC NETWORK

SCOPE OF WORK

General Introduction: 5

10

15

20

25

30

35

The CONTRACTOR shall perform the following tasks to complete a functionally integrated Fiber Optic Network for the Port of Long Beach (POLB), California. The project will consist of the following three phases

Phase 1: Evaluate and Determine Feasibility for the Fiber Optic Component of the POLB Security Communication Network

1. Task 1 – Conduct a detailed feasibility study for the Fiber Optic/Wireless Relay (FON) Network for the Port of Long Beach

2. Task 2 – Prepare bid estimates for the each proposed FON phases

of the project as well as a total cost estimate for the completed project

Phase 2: Design the Fiber Optic Component for the POLB Security Communication Network Note: Based on the approved preliminary design for the entire project, individual stages will be designed serially to expedite approval and construction of each stage.

1. Task 1 - Preliminary Design (50%)

2. Task 2 - Final Design (100%)

Phase 3: Construct and Install the Fiber Optic Component for the POLB Security Communication Network

1. Task 1 - Construct/Install “microduct” or equivalent product for the Fiber Optic Network Infrastructure and Fiber Optic Cables

2. Task 2 - Activate and Conduct Quality Assurance Testing

3. Task 3 - Activate and Operate for Testing Purposes and Training

Purposes

Page 62: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

2

4. Task 4 - Integrate and Optimize the Network

5. Train and Instruct in the Required Maintenance Processes and

Procedures 40

45

50

55

60

65

70

75

6. Complete Project Documentation (As Built Drawings)

Summary: The authorized, Licensed “microduct” CONTRACTOR (hereafter referred to as the CONTRACTOR) shall supply equipment, materials, labor, and services to provide the air blown fiber telecommunications/data/video distribution system including, but not limited to:

1) Indoor Tube Bundles

2) Outdoor Tube Bundles

3) Fiber Units and Mini-Cables

4) Tube Distribution Accessories

5) Fiber Splice and Splitter Equipment

References: Design, test, and install air blown fiber networks per manufacturer’s requirements and in accordance with NFPA-70 (National Electrical Code@), state and local codes. Adherence to the following standards will also be followed when applicable:

1) ANSI/TIA/EIA-568-B Series: Commercial Building Telecommunications Cabling Standard

2) ANSI/TIA/EIA-569-A: Commercial Building Standard for

Telecommunications Pathways and Spaces

3) ANSI/TIA/EIA-570-B: Residential Telecommunications Cabling Standard

4) ANSI/TIA/EIA-606: The Administration Standard for the Commercial Telecommunications Infrastructure of Buildings

Page 63: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

3

5) ANSI/TIA/EIA-607: Commercial Building Grounding (Earthing) and Bonding Requirements for Telecommunications

80

85

90

95

100

105

110

115

6) ANSI/TIA/EIA-526-14A: Optical Power Loss Measurements of Installed Multimode Fiber Cable Plant

7) ANSI/TIA/EIA-526-7: Measurement of Optical Power Loss of Installed

Single mode Fiber Cable Plant

8) ANSI/TIA/EIA-942: Telecommunications Infrastructure Standard for Data Centers

9) TIA-472F000: Optical Fiber Drop Cable

10) TIA-472C000-B: Optical Premises Distribution Cable

11) TIA-47E000: Indoor-Outdoor Optical Fiber Cable

12) TIA-472D000-B: Optical Fiber Outside Plant Communications Cable

13) ANSI/IEEE C-2: National Electrical Safety Code

Install cabling in accordance with the most recent edition of BICSI®

publications including but not limited to:

1. BICSI Telecommunications Distribution Methods Manual

2. BICSI Information Transport Systems Installation Manual

3. BICSI Customer-Owned Outside Plant Manual

Federal, state, and local codes, rules, regulations, and ordinances governing the work, are as fully part of the Scope of Work as if herein repeated or hereto attached. If the CONTRACTOR should note items in the drawings or the specifications, construction of which would be code violations, promptly call them to the attention of the Port of Long Beach’s representative in writing. Where the requirements of other sections of the specifications are more stringent than applicable codes, rules, regulations, and ordinances, the specifications shall apply.

Permits, Fees, and Certificates of Approval

Page 64: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

4

1. The CONTRACTOR will make application and pay for all required permits.

120

125

130

135

140

145

150

155

160

2. As prerequisite to final acceptance, supply all permits, licenses,

certificates for product quality assurance and testing, and certificates of inspection from an inspection agency acceptable to the Port of Long Beach and approved by local municipality and utility company serving the project.

System Description

1. Air-Blown Fiber is a method of installing fiber optic cables that relies on the flow of compressed air easing the fiber all the way to its destination. A set of rollers or a caterpillar drive typically feeds the fiber into the tube. The system consists of Inside Plant and/or Outside Plant components.

2. The “microduct” tube bundles come in various diameters and are

normally configured in assemblies of 1, 2, 4, 7, 12, 19 and 24. Other tube counts are possible. They are ideal for diverse inside and outside applications. Specific tube bundle configurations are as specified by a selected Certified Network Design Engineer.

3. “Microduct” Blown Fiber takes the form of an ultra-lightweight

single bundle of optic fibers designed for the Air Blown Fiber network. The 2, 4, 8 and 12 fiber units are specially designed; low-friction fiber bundles intended to be blown into the low friction “microduct” tube bundles, using airflow that takes it from end-to-end without unnecessary splicing along the way. The lower count fiber units are complemented by mini-cables from 24 to 96 fiber strands designed to be blown into larger “microduct” tube sizes. All “microduct” fiber optic cables are available to meet all single-mode or multi-mode standards.

4. Chambers, boxes, closures, fittings, connectors and tools comprise

the remaining element of an air blown fiber system. Appropriate connectors are an essential element of an air blown fiber system. Connectors for water blocking, gas blocking, reducing couplers and straight through connectors are part of the “microduct” air blown fiber system. They are ‘push-in’ style, forming an airtight seal and a

Page 65: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

5

grip on the tube that increases as tension is applied. Yet they require no tools to connect or disconnect.

5. The selection of the appropriate “microduct” products will be made

by a selected Certified Network Design Engineer. 165

170

175

180

185

190

195

200

Phase 1: Evaluate and Determine Feasibility for the Fiber Optic Component of the POLB Security Communication Network

Introduction:

1. Pre-Installation Site Survey

1. Prior to the start of systems survey, meet at the project site with the Port of Long Beach’s representative and representatives of trades performing related work to coordinate efforts. Review areas of potential interference and resolve conflicts before proceeding with the work. The CONTRACTOR shall facilitate all actions necessary to plan the crucial scheduled completions of the utility connections, equipment rooms, etc.

2. Examine areas and conditions under which the system is to be

installed. Do not proceed with the work until satisfactory conditions have been achieved.

3. Exact location of tube cable terminations shall be field verified with

Port of Long Beach.

Use of the Site

1. Use of the site shall be at the Port of Long Beach’s direction in matters in which the Port of Long Beach deems it necessary to place restriction.

2. Access to site/building wherein the work is performed shall be as

directed by the Port of Long Beach.

3. The Port of Long Beach and Stakeholders will occupy the premises during the entire period of construction for the purpose of

Page 66: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

6

conducting normal business operations. The CONTRACTOR and SUB-CONTRACTORS will cooperate with the Port of Long Beach to minimize conflict and to facilitate the POLB Stakeholder’s operations.

205

210

215

220

225

230

235

240

4. Schedule necessary shutdowns of plant services with the Port of Long Beach, and obtain written permission from the Port of Long Beach.

5. Proceed with the work without interfering with ordinary use of

streets, aisles, passages, exits, and operations of the Port of Long Beach unless proper permissions and permits are granted.

Continuity of Services

1. Take no action that will interfere with, or interrupt, existing services unless previous arrangements have been made with the Port of Long Beach’s representative. Arrange the work to minimize shutdown time.

2. Port of Long Beach’s personnel will perform shutdown of operating

systems. The CONTRACTOR shall give three (3) days’ advance notice for systems shutdown.

3. Should services be inadvertently interrupted, immediately furnish

labor, including overtime, material, and equipment necessary for prompt restoration of interrupted service at no additional cost to the Port of Long Beach.

PHASE 1, TASK 1A – EVALUATE THE PROPOSED ROUTE FOR THE FIBER OPTIC COMPONENT OF THE FIBER OPTIC NETWORK (FON)

1. The CONTRACTOR will have access to the proposed route, wireless

core sites, cell sites, equipment installations, and potential Stakeholders that shall be included on the Fiber Optic Network (FON). The CONTRACTOR shall use this information and site access to determine the optimum route for the FON using the “microduct” or equivalent product infrastructure.

2. The Contractor will prioritize the construction of the network

starting with Ring 1 from the Joint Security Command and Control

Page 67: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

7

Center (JSCCC) to the Port of Long Beach (POLB) Administration Building

3. The CONTRACTOR will conduct regularly scheduled review

meetings with the Port of Long Beach representatives to ensure that all Stakeholders needs and requirements are met by the proposed design

245

250

255

260

265

270

275

280

PHASE 1, TASK 1B – EVALUATE THE SITE FOR THE OPTIMUM LOCATION OF THE FIVE NETWORK HUBS

1. The CONTRACTOR shall determine the optimum sites for the five

network Hubs proposed for the network.

2. Two additional “hub” sites will be selected from the CCTV Camera RF collection cell sites in the Port complex (See Attached Drawing).

• Hub 1 – Shall be located in close proximity to the Joint

Security and Command Control Center on Pier F

• Hub 2 – Shall be located in close proximity to the Port of Long Beach Administration Building on Pier G

• Hub 3 – Shall be located in close proximity to where the

POLB and POLA FON will be integrated into the San Pedro Bay network. The location for this integration site is expected to be at the new Fire Station 24 currently under construction at the junction of Henry Ford Avenue and Ocean Boulevard

• Hub 4 – To Be Determined as part of the Value Engineered

concept for the project

• Hub 5 – To Be Determined as part of the Value Engineered concept for the project

PHASE 1, TASK 1C – DETERMINE THE OPTIMUM LOCATION AND NUMBER FOR THE TUBE DISPERSION BOXES (TBD) REQUIRED BY THE

“MICRODUCT” OR EQUIVALENT PRODUCT

Page 68: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

8

1. The CONTRACTOR will determine the optimum location and type of Tube Dispersion Boxes (TBD) to be used at Stakeholder sites, wireless core sites, wireless cell sites, equipment locations, and other points as required by the use of the “microduct” or equivalent products.

285

290

295

300

305

310

315

320

2. Prior to the initiation of the preliminary design, the CONTRACTOR

will meet with representatives from the POLB to review the results of the Evaluation and Feasibility Study and conduct an assessment of the risks associated with the construction of the FON. The CONTRACTOR and POLB representatives shall ensure that the FON project can meet its defined goals of providing a fully functional FON before moving to the Design Phase of the project.

Phase 2: Design of the Network:

Submittals: The selected CONTRACTOR shall work with the Port of Long Beach Technology Team to develop design submittals.

• Submit per specified Stages 1 – 5 (50%) all required support documentation • Submit per specified Stages 1 – 5 (100%) all required support documentation

PHASE 2, TASK 1 – PRELIMINARY DESIGN The CONTRACTOR shall prepare the preliminary design for the fiber optic component of the FON (50%) completion and review with the representatives from the POLB Divisions. The preliminary design will include the proposed route for all Stages of the project. General: Submit the following:

1. Preliminary route for the fiber optic network component of the FON

2. Bill of materials, noting long lead time items.

3. Optical loss calculations for each optical fiber run.

4. Project schedule including all major work components that materially affect any other work on the project as well as a written narrative detailing the project plan.

5. The CONTRACTOR’S team structure for the project

Page 69: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

9

PHASE 2, TASK 2 – FINAL DESIGN The CONTRACTOR shall prepare the final design for the fiber optic component of the FON (100%) based on resolution of any issues derived from the review of the preliminary design. The CONTRACTOR shall, as part of the design for the FON, recommend a Simple Network Management Platform (SNMP) based software solution that will monitor and manage the fiber optic cables and associated elements for the backbone portion of the network

325

330

335

340

345

350

355

360

365

All drawings: Submit the following: (Permits, Licenses, Construction Drawings, Shop Drawings, As-Built Drawings, etc.)

1. A CAD drawing of the product map showing use of all required products indicating interconnection between system components and subsystems.

2. Detailed CAD drawings of the backbone riser diagrams.

3. Detailed CAD drawings of the backbone riser configurations at

necessary connection points on the backbone to incorporate specified applications and/or Stakeholders on the network.

4. Interface requirements, including connector types, to external

systems and systems or components not supplied by CONTRACTOR.

Project record drawings (In Progress):

1. Approved shop drawings.

2. Outside Plant as-built drawings incorporating approved changes to the final design

3. Plan drawings indicating locations of nodes, telecommunications

closets (TCs and/or IDFs), and backbone (riser) cable runs

4. Telecommunications closets and equipment room (ER and/or MDF) termination detail sheets

5. Building entrance point detail

6. Tube bundle and fiber labeling and administration documentation

Page 70: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

10

7. Optical fiber power meter/light source test results or OTDR test results.

Product Data: Provide catalog cut sheets and information for the following: 370

375

380

385

390

395

400

405

1. Tube bundles. 2. Optical fiber units and mini-cables. 3. Tube management enclosures. 4. Splice closures. 5. Splitter closures. 6. Tube Connectors including water and gas blocks.

Submit to the POLB shop drawings, product data (including cut sheets and catalog information), and samples required by the contract documents. Submit shop drawings, product data, and samples with such promptness and in such sequence as to cause no delay in the work or in the activities of separate CONTRACTORS. The engineer/designer will indicate approval of all drawings, product data, and samples submitted to the POLB by stamping such submittals “APPROVED” with a stamp. Submitted drawings shall be initialed or signed by the CONTRACTOR, showing the date and the CONTRACTOR’S legitimate firm name.

1. By submitting shop drawings, product data, and samples, the

CONTRACTOR represents that he or she has carefully reviewed and verified materials, quantities, field measurements, and field construction criteria related thereto. It also represents that the CONTRACTOR has checked, coordinated, and verified that information contained within shop drawings, product data, and samples conform to the requirements of the work and of the contract documents. The engineer/designer remains responsible for the design concept expressed in the contract documents as defined herein.

2. The engineer’s/designer’s approval of all drawings, product data,

and samples submitted by the CONTRACTOR shall not relieve the CONTRACTOR of responsibility for deviations from requirements of the contract documents, unless the CONTRACTOR has specifically informed the engineer/designer in writing of such deviation at time of submittal, and the engineer/designer has given written approval of the specific deviation. The CONTRACTOR shall continue to be responsible for deviations from requirements of the contract documents not specifically noted by the CONTRACTOR in writing, and specifically approved by the engineer in writing.

Page 71: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

11

3. The engineer’s/designer’s approval of shop drawings, product data, and samples shall not relieve the CONTRACTOR of responsibility for errors or omissions in such shop drawings, product data, and samples.

410

415

420

425

430

435

440

445

450

4. The engineer’s/designer’s review and approval, or other

appropriate action upon shop drawings, product data, and samples, is for the limited purpose of checking for conformance with information given and design concept expressed in the contract documents. The engineer’ s/designer’ s review of such submittals is not conducted for the purpose of determining accuracy and completeness of other details such as dimensions and quantities, or for substantiating instructions for installation or performance of equipment or systems, all of which remain the responsibility of the CONTRACTOR as required by the contract documents. The review shall not constitute approval of safety precautions or of construction means, methods, techniques, sequences, or procedures. The engineer’s/designer’s approval of a specific item shall not indicate approval of an assembly of which the item is a component.

5. Perform no portion of the work requiring submittal and review of

drawings, product data, or samples until the respective submittal has been approved by the selected Network Design Engineer and Port of Long Beach Project Team. Such work shall be in accordance with approved submittals.

6. Submit shop drawings, product data, and samples as a complete

set within 45 days of award of contract.

7. For initial submission and for resubmission required for approval, submit six (6) copies of each item. The engineer will only return two (2) copies. Make reproductions as required for your use and distribution to SUB-CONTRACTORS.

8. Illegible submittals will not be checked by the engineer.

Project record drawings (Final):

1. Submit project record drawings at conclusion of the project and include:

2. Approved shop drawings.

Page 72: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

12

3. Outside Plant as-built drawings 455

460

465

470

475

480

485

4. Plan drawings indicating locations of nodes, telecommunications closets (TCs and/or IDFs), and backbone (riser) cable runs

5. Telecommunications closets and equipment room (ER and/or MDF)

termination detail sheets.

6. Building entrance point details.

7. Tube bundle and fiber labeling and administration documentation.

8. Optical fiber power meter/light source test results or OTDR test results.

9. Status Log with reports for the entire project (Stages 1 – 5).

10. All Requests for Information (RFI), Submitted and Approved or

Rejected Change Orders, Change Order Resolutions.

Information to assist the CONTRACTOR with the Preliminary and Final Design Phases of the Project The CONTRACTOR shall design the fiber optic component of the FON in five (5) Stages. The FON functional design will be based on requirements specified by the POLB Information Management Department that satisfy all of the POLB Security requirements in conformance with the Department of Homeland Security Port Security Grant Program.

FON STAGE 1: DESCRIPTION OF RING 1 – RING 1 CONNECTS THE JOINT SECURITY COMMAND AND CONTROL CENTER (JSCCC) WITH THE PORT OF LONG BEACH

(POLB) ADMINISTRATION BUILDING AND THE CITY OF LONG BEACH

POTENTIAL STAKEHOLDER CONNECTIONS – PIER F F6-F10 Long Beach Container Terminal (LBCT) F202 Public Landing F202 US Water Taxi F202 American Marine (Water Taxi) F202 Jacobsen Pilot Service F202 Fire Station #15

Page 73: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

13

F204 – F205 Cooper/T. Smith Stevedoring Company F206 – F 207 SSA Marine/Crescent Terminals F207 Fritz Maritime Agency F208 Vacant Property F208 Mitsubishi Cement Corporation F210 Morton International F211 Koch Carbon F 209 Chemoil (Ship Reporting Facilities)

POTENTIAL STAKEHOLDER CONNECTIONS – PIER G G212 – G215 Metropolitan Stevedore Company G214 Sulex, Inc. G230 THUMS Long Beach Company

490

POTENTIAL STAKEHOLDER CONNECTIONS – PIER G 949 Pier G Avenue Tidelands – Yard Area 1029 Pier G Avenue

Oxbow Carbon & Mineral – North Coke Shed

1090 Pier G Avenue

Oxbow Carbon & Mineral

1140 Pier G Avenue

Oxbow Carbon & Mineral – East Coke Shed

1155 Pier G Avenue

BP – West Coast Products, LLC

1301 Pier G Avenue

BP – West Coast Products, LLC

1165 Pier G Avenue

Oxbow Carbon & Mineral – West Coke Shed

1235 Pier G Avenue

Oxbow Carbon & Mineral – South Coke Shed

1241 Pier G Avenue

Great lakes Carbon Corporation – Leased to BP

1280 Pier G Avenue

THUMS Long Beach Company

POLB SECURITY APPLICATION CONNECTIONS RING 1 19 each POLB CCTV Camera Sites 3 each POLB Fixed Sonar Installations 1 each POLB/Jacobsen Pilot Services Radar Installations 2 each Wireless Core Sites

Page 74: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

14

2 each Wireless Cell Sites

5.75 miles Estimated “microduct” Infrastructure Length Required for Bid Purposes (Redundant Path for the Loop)

495

500

FON STAGE 2: DESCRIPTION OF RING 2 – RING 2 CONNECTS THE JSCCC THROUGH THE POLB ADMINISTRATION BUILDING HUB TO THE CONNECTION POINT HUB WITH

THE POLA NETWORK AT FIRE STATION #24

POTENTIAL STAKEHOLDER CONNECTIONS – POLB/POLA FON CONNECTION Fire Station #24

7.0 miles Estimated “microduct” Infrastructure Length Required for Bid Purposes (Redundant Path for the Loop)

Note: The Benchmark Wireless Survey has identified the Administration Building for the Yusen (YTI) Terminal as a Cell Site for the POLB Wireless Network. This will require linking Fire Station # 24 with the YTI Building. The YTI Administration Building is located in the Port of Los Angeles.

505

1.0 miles Estimated “microduct” Infrastructure Length Required for Bid Purposes (Fire Station # 24 to the Yusen Terminal)

510

FON STAGE 3: DESCRIPTION OF RING 1 / STAR A – STAR A CONNECTS STAKEHOLDERS AND POLB SECURITY EQUIPMENT ON PIER G, H, AND J

POTENTIAL STAKEHOLDER CONNECTIONS – PIER G G 227 – G236 International Transportation Services (ITS) COSCO Agencies, Inc. Horizon Lines

515

POTENTIAL STAKEHOLDER CONNECTIONS – PIER H Pier H /COLB Fire Station #6 Pier H /COLB Queen Mary Pier H /COLB Carnival Cruise Lines Pier H /COLB Catalina Express

Page 75: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

15

Pier H /COLB Island Express

POTENTIAL STAKEHOLDER CONNECTIONS – CITY OF LONG BEACH Long Beach City Hall Aquarium of the Pacific

POTENTIAL STAKEHOLDER CONNECTIONS – PIER J 520

J243 – J249 SSA Marine/Pacific Container Terminal (PCT) J266 – J270 SSA Marine/Pacific Container Terminal (PCT) THUMS Long Beach Company Parking Lot & Mooring Area

POLB SECURITY APPLICATION CONNECTIONS RING 1 / STAR A 24 each POLB CCTV Camera Sites 2 each POLB Fixed Sonar Installations 1 each POLB/Jacobsen Pilot Services Radar Installations 1 each Wireless Core Sites 4 each Wireless Cell Sites

5.25 miles Estimated “microduct” Infrastructure Length Required for Bid Purposes

FON STAGE 4: DESCRIPTION OF RING 2 / STAR B – STAR B CONNECTS STAKEHOLDERS AND POLB SECURITY EQUIPMENT ON PIER C, D, E, S, T, NAVY

MOLE, AND POLA PIER 200 TO THE POLB FON

525

POTENTIAL STAKEHOLDER CONNECTIONS – PIER E E11 – E14 California United Terminals (CUT) 530

POTENTIAL STAKEHOLDER CONNECTIONS – PIER D D30 Baker Commodities D32 CEMEX U.S.A. D35 Foss Maritime D37 Fire Station #20 D49 Foss Maritime D39 – D40 Connolly Pacific Company (Private Berths) D43 – D44 L.G. Everist (Private Berths) D46 G-P Gypsum Corporation (Private Berth)

Page 76: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

16

D47 NRC Environmental Services D48 Crowley Petroleum Services D50 – D54 Catalyst Paper D 54 Gossamer Space Frames

POTENTIAL STAKEHOLDER CONNECTIONS – PIER T T118 – T119 Pacific Coast Recycling T121 BP Pipelines (North America), Inc. T122 Weyerhaeuser Company T122 Fremont Forest (sub-leased to Weyerhaeuser) T124 Vacant T126 Vacant T132 – T140 Total Terminals International

POTENTIAL STAKEHOLDER CONNECTIONS – PIER S 535

S99 – S100 Nielsen Beaumont Marine – Vessel Impound Center S101 VOPAK (Private Berth) S102 – S110 Pier S Terminal (Under Construction) SERRF Edison Pipeline Company

POTENTIAL STAKEHOLDER CONNECTIONS – NAVY MOLE Navy Mole Sea Launch (Pier 16) Navy Mole MARAD (U.S. Dept. of Transportation Maritime Admin.) - Pier 15

POTENTIAL STAKEHOLDER CONNECTIONS – PIER C C55 Queen’s Wharf Restaurant and Sportfishing C58 Pacific Tug Boat Service, Catalina Water Company, MTC

(Private Berths) C58 Al Larson Boat Shop, Cabrillo Boat Shop, LG Everist (Private

Berths) C59 Marine Spill Response Corporation (Private Berths) C60 – C62 SSA Marine / Matson Terminal C72 John S. Meeks (Waterside Lease Only) C73 – C74 Ribost Terminal (Private Terminal) 1500 Pier C Street S.C. Bearing & Supply Company (Private Berth) 1400 W Pier C St. BP Pipelines (North America), Inc. 1160 Pier F Avenue

Stevedoring Services of America (SSA) – Administrative Offices

Page 77: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

17

540

POLB SECURITY APPLICATION CONNECTIONS RING 2 / STAR B 34 each POLB CCTV Camera Sites 1 each POLB Fixed Sonar Installations 1 each POLB/Jacobsen Pilot Services Radar Installations 1 each Wireless Core Sites 3 each Wireless Cell Sites 1 each POLB AM Radio Station

9.5 miles Estimated “microduct” Infrastructure Length Required for Bid Purposes

FON STAGE 5: DESCRIPTION OF RING 2 / STAR C – STAR C CONNECTS STAKEHOLDERS AND POLB SECURITY EQUIPMENT ON PIER A, B, AND POLA PIER

200 TO THE POLB FON 545

POTENTIAL STAKEHOLDER CONNECTIONS – PIER A A88 – A96 SSAT – Long Beach Terminal

POTENTIAL STAKEHOLDER CONNECTIONS – PIER B 550

B75 Nielsen Beaumont Marine (Vessel Impound Center) B76 – B80 BP Pipelines (North America), Inc. B82 New NGC B82 – B83 Toyota Logistics Services B82 – B83 Petro Diamond Terminal Company B84 – B87 Tesoro Refining & Marketing Company

POTENTIAL STAKEHOLDER CONNECTIONS – NORTH HARBOR AREA Utility Area J.H. Baxter (Private) Mercedes Benz USA Pier A West Pier B Street Railroad Yard Valero Wilmington Refinery North Harbor & New Acquisitions

Page 78: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

18

POLB SECURITY APPLICATION CONNECTIONS RING 2 / STAR C 17 each POLB CCTV Camera Sites (Cell Relay Site Incorporated) 1 each POLB Fixed Sonar Installations 0 each POLB/Jacobsen Pilot Services Radar Installations 0 each Wireless Core Sites 0 each Wireless Cell Sites

555

6.0 miles Estimated “microduct” Infrastructure Length Required for Bid Purposes

Phase 3: Construct and Install the Network:

PHASE 3; TASK 1 CONSTRUCT/INSTALL “MICRODUCT” INFRASTRUCTURE OR EQUIVALENT PRODUCT AND FIBER OPTIC CABLES AS SPECIFIED IN THE

PROJECT SCHEDULE AND PROJECT PLAN.

560

565

570

575

580

PHASE 3; TASK 1A – SEQUENCE AND SCHEDULING: THE CONTRACTOR WILL PREPARE AND CONTINUALLY UPDATE THE PROJECT SEQUENCE

(INCLUDING PRIORITIES TO MEET THE PROJECT TIMELINE) AND PROVIDE A ROLLING SCHEDULE TO ENSURE THAT ALL OF THE PROJECT GOALS ARE MET

IN A TIMELY MANNER. SCHEDULES WILL BE SUBMITTED IN MICROSOFT PROJECT.

Submit schedule for installation of equipment and cabling. Indicate delivery, installation, and testing for conformance to specific job completion dates. As a minimum, dates are to be provided for bid award, installation start date, completion of station cabling, completion of riser cabling, completion of testing and labeling, cutover, completion of the final punch list, start of demolition, Port of Long Beach acceptance, and demolition completion.

PHASE 3; TASK 1B – PRODUCT INSTALLATION THE CONTRACTOR SHALL FURNISH AND INSTALL ALL CABLES, CONNECTORS, AND EQUIPMENT

AS SHOWN ON DRAWINGS AND AS SPECIFIED BELOW.

Page 79: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

19

Outdoor tube bundles

Unless otherwise specified, tube cables shall provide at least 50% spare capacity beyond the number of tubes needed to complete the initial fiber bundle installation requirements. Tube bundles may be composed of dielectric and metallic materials. The tube bundles shall be specified by the manufacturer as suitable for underground, buried, or aerial applications. During installation, tube bundle ends are to be completely sealed to prevent ingress of contaminants, including water. The maximum bending radius shall be 10 times the cable diameter. Upon completion of tube cable installation, all tubes shall pass the manufacturer’s standard air flow, pressure and continuity tests per the cable manufacturer’s recommended procedures. All unoccupied tubes shall be plugged on both ends.

585

590

595

600

605

610

615

620

Indoor tube cables

Unless otherwise specified, tube bundles shall provide at least 35% spare capacity beyond the number of tubes needed to complete the initial fiber bundle installation requirements. All tube bundles shall be composed of dielectric materials. The tube bundles shall be suitable for installation in cable tray, plastic or metallic conduit, and conventional inner duct. During installation, tube bundle ends are to be completely sealed to prevent ingress of contaminants, including water. The maximum bending radius shall be 10 times the cable diameter. Upon completion of tube bundle installation, all tubes shall pass the manufacturer’s standard air flow, pressure and continuity tests per the cable manufacturer’s recommended procedures. All unoccupied tubes shall be plugged on both ends.

Fiber units and mini-cables

Fiber units and mini-cables shall be provided based on immediate needs only. No fiber shall be installed that will otherwise remain dark upon installation completion. The CONTRACTOR shall furnish and install optical fiber units or mini-cables as identified on the drawings. Fiber units and mini-cables shall not be spliced or patched at transition points from outdoor to indoor environments unless required by functional application requirements. Fiber units and mini-cables shall be installed end to end or as home runs whenever possible to minimize splicing and patching. Zero tensile stress shall be placed upon the fiber units and mini-cables during installation to eliminate micro-fractures within the glass fiber that result from pulling the optical fiber cable through inner duct systems.

Page 80: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

20

1. Multimode 62.5/125 mm diameter optical fiber, with fiber counts as indicated on drawings, shall meet ITU-TG651/ISO OM1 standards

625

630

635

640

645

650

655

660

2. Multimode 50/125mm diameter optical fiber, with fiber counts as indicated on drawings, shall meet ITU-TG651/ISO OM2 or OM3 standards

3. Single-mode 8/125mm diameter optical fiber, with fiber counts

as indicated on drawings, shall meet ITU-T G652d/ISO OS! Standards.

Tube Distribution (TDB)

A NEMA-type enclosure, suitable for the site environmental conditions shall be provided for tube distribution, routing, and termination. Tube Distribution Closures, Tube Distribution Manifolds, Y-Closures, H-closures, etc. shall be installed as shown in the drawings, wherever several cables enter the same location or where cable type transitions take place. The “microduct” certified designer or CONTRACTOR is responsible for selecting the Tube management hardware to meet site conditions. Choose TDU size based on the number of tubes to enter the unit.

Fiber Termination

A suitable enclosure shall be provided at all locations where fiber is to be terminated. FTUs shall provide for strain relief of incoming tube cables as well as providing connector panels and connector couplings adequate to accommodate the number of fibers to be terminated. All FTUs shall incorporate radius control mechanisms to limit bending of the fibers to the manufacturer’s recommended minimums. All terminated fibers shall be mated to specified couplings mounted on patch panels. The “microduct” certified designer or CONTRACTOR is responsible for selecting the FTU hardware to meet site conditions. Size FTUs to accommodate the total fiber count to be installed at each location as defined in the drawings. FTUs shall be wall or rack-mounted as specified in the drawings.

Installation Requirements Note: These are general requirements for “microduct” technology or equivalent infrastructure products. POLB understands that there maybe minor variations

Page 81: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

21

based on the selected infrastructure technology. POLB reserves the right to approve any changes based on the technology selected.

Tube Bundle Installation 665

670

675

680

685

690

695

700

1. Prior to pulling tube bundles, thoroughly swab conduits to remove foreign material before pulling cables.

2. Beginning installation means CONTRACTOR accepts existing

conditions.

3. CONTRACTOR shall furnish all required installation tools to facilitate cable pulling without damage to the cable jacket. Such equipment is to include, but not be limited to, sheaves, winches, cable reels, cable reel jackets, duct entrance funnels, pulling tension gauges, and similar devices. All equipment shall be of substantial construction to allow steady progress once pulling has begun. Makeshift devices which may move or wear in a manner to pose a hazard to the cable shall not be used.

4. Cable pulling shall be done in accordance with cable manufacturer’s

recommendations and ANSI/IEEE C2 standards. Manufacturer’s recommendations shall be a part of the cable submittal. Recommended pulling tensions and bending radii shall not be exceeded. Any tube cable bent or kinked to a radius less than recommended shall not be installed.

5. During pulling operation, an adequate number of workers shall be present to allow cable observation at all points of duct entry and exit as well as to feed cable and operate pulling machinery.

6. Pulling lubricant shall be used to ease pulling tensions. Lubricant

shall be of a type which is non-injurious to the cable material used. Lubricant shall not harden or become adhesive with age.

7. Avoid abrasion and other damage to cables during installation.

8. Cable slack shall be provided in each cable. Follow recommended

procedures from the manufacturer regarding length of slack cable ensuring a minimum of 5 meters (approximately 15 feet) of cable which shall be coiled and secured at each termination location. This slack is exclusive of the length of fiber that is required to accommodate termination requirements and is intended to provide for cable repair and/or equipment relocation. The cable slack shall

Page 82: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

22

be stored in a fashion as to protect it from damage. The use of suitable enclosures designed for this purpose is encouraged. 705

710

715

720

725

730

735

740

9. All exposed tube bundles shall be labeled at 35-foot (maximum)

intervals with tags indicating Port of Long Beach, cable type, and fiber type installed.

10. Tube bundles shall be riser or plenum-rated if required by the

installation environment.

11. Where not installed in a continuous length, tube cable segments shall be spliced using couplings designed for that purpose.

12. Pressure testing and obstruction testing shall be performed prior to

fiber bundle installation.

Fiber Bundle Installation

1. Fiber bundles shall be installed according to manufacturer’s recommendations.

2. Optical fiber units or mini-cables shall be continuously inserted and propelled or blown into the individual tubes utilizing an approved gas or electric compressor with required air treatment units per the manufacturer’s instructions. The blowing installation process and the fiber bundles must also be designed to allow removal, replacement, and reuse of the fiber bundles at any time in the future as deemed necessary by the Port of Long Beach.

3. Slack in each fiber bundle shall be provided as to allow for future re-termination in the event of connector or fiber end-face damage. Adequate slack shall be retained to allow termination at a 30” high workbench positioned adjacent to the termination enclosure(s). A minimum of 1 meter (39”) of slack shall be retained at the work area, and a minimum of 3 meters (approximately 10’) of slack shall be retained in equipment rooms and telecommunications closets.

4. All optical fiber terminations shall be completed by qualified personnel utilizing state-of-the-art equipment and techniques.

Labeling

Page 83: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

23

1. All labeling shall be in accordance with ANSI/TIA/ElA-606 unless otherwise noted by the Port of Long Beach.

745

750

755

760

765

770

775

780

2. Mark up floor plans for building applications showing outlet

locations, type, and cable marking of cables. Turn these drawings over to the Port of Long Beach four (4) weeks prior to move-in to allow the Port of Long Beach’s personnel to connect and test Port of Long Beach-provided equipment in a timely fashion.

3. Three (3) sets of as-built drawings shall be delivered to the Port of

Long Beach within four (4) weeks of acceptance of the project by the Port of Long Beach. A set of as-built drawings shall be provided to the Port of Long Beach in digital form (CD-ROM) and utilizing software that is acceptable to the Port of Long Beach. The digital media shall be delivered to the Port of Long Beach within six (6) weeks of acceptance of the project by the Port of Long Beach.

Cooperation The CONTRACTOR shall cooperate with other trades and Port of Long Beach’s personnel in locating work in a proper manner. Should it be necessary to raise or lower or move longitudinally any part of the work to better fit the general installation, such work shall be done at no extra cost to the Port of Long Beach, provided such decision is reached prior to actual installation.

Handling and Protection of Equipment and Materials The CONTRACTOR shall be responsible for safekeeping own materials and SUB-CONTRACTOR’S property, such as equipment and materials, on the job site. The Port of Long Beach assumes no responsibility for protection of above-named property against fire, theft, and environmental conditions.

Protection of Port of Long Beach’s Facilities

1. Effectively protect the Port of Long Beach’s facilities, equipment, and materials from dust, dirt, and damage during construction.

2. Remove protection at completion of work.

Page 84: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

24

3. Should it be found by the engineer that the materials, or any portion thereof, furnished and installed under this contract fail to comply with the specifications and drawings, with respect or regard to the quality, amount of value of materials, appliances, or labor used in the work, it shall be rejected and replaced by the CONTRACTOR, and all work distributed by changes necessitated in consequence of said defects or imperfections shall be made good at the CONTRACTOR’S expense with no additional cost to the Port of Long Beach.

785

790

795

800

805

810

815

820

PHASE 3; TASK 3 – ACTIVATE AND CONDUCT QUALITY ASSURANCE TESTING: THE CONTRACTOR WILL CONDUCT QUALITY ASSURANCE

TESTING AND CERTIFY SYSTEM CONECTIVITY USING INDUSTRY STANDARD TESTING METHODS AND EQUIPMENT

1. The CONTRACTOR shall be a certified/licensed “microduct” Cabling

System installer and shall provide documentation proving such.

2. The CONTRACTOR shall have worked satisfactorily for a minimum of three (3) years on systems of this type and size.

3. Equipment and materials of the type for which there are

independent standard testing requirements, listings, and labels, shall be listed and labeled by the independent testing laboratory.

4. Material and equipment shall be new, and conform to grade,

quality, and standards specified. Equipment and materials of the same type shall be a product of the same manufacturer throughout.

5. SUB-CONTRACTORS shall assume all rights and obligations toward

the CONTRACTOR that the CONTRACTOR assumes toward the Port of Long Beach.

Warranty

All materials, equipment, etc., shall be guaranteed by the CONTRACTOR for two (2) years from date of completion of the work. This guarantee shall include all labor, material, and time travel.

Page 85: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

25

Delivery, Storage, and Handling 825

830

835

840

845

850

855

860

Protect equipment during transit, storage, and handling to prevent damage, theft, soiling, and misalignment. Coordinate with the Port of Long Beach for secure storage of equipment and materials. Do not store equipment where conditions fall outside manufacturer’s recommendations for environmental conditions. Do not install damaged equipment; remove from site and replace damaged equipment with new equipment.

PHASE 3; TASK 4 – ACTIVATE AND OPERATE FOR TESTING PURPOSES AND TRAINING PURPOSES

General Testing 1. The CONTRACTOR shall provide air flow, air pressure and

continuity data for each tube installed.

2. The CONTRACTOR shall provide the cable manufacturer’s test report for each pan of fiber or reel of fiber mini-cables provided. These test reports shall include manufacturer’s on-reel attenuation test results at both 850 nm and 1300 nm for multimode and 1310 nm and 1550 nm for single-mode for each optical fiber of each pan or reel prior to shipment from the manufacturer.

3. The CONTRACTOR will perform an attenuation test with an OTDR

of each optical fiber of each fiber unit or mini-cables pan or reel prior to installation. The CONTRACTOR shall supply this test data to the POLB prior to installation.

4. The fibers utilized in the installation shall be traceable to the

manufacturer. On the reel bandwidth performance as tested at the factory shall be provided upon request in the form of a certificate of performance.

5. The CONTRACTOR shall provide comprehensive Factory Training

Program. Classes shall be conducted with substantial hands-on involvement. The course content shall include the following, as a minimum:

• CONTRACTOR’S documentation structure, numbering

system, and configuration control system.

• Graphical representation of the network which will be displayed on a Port of Long Beach map overlay.

Page 86: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

26

• Block diagram and circuit description of all units. 865

870

875

880

885

890

895

900

• Installation Start-Up, Operation, and Shut-Down processes and procedures.

• Operational training for the operational control and element management software

• Testing processes and procedures.

• Trouble diagnosis/problem shooting processes and procedures.

• Unit replacement processes and procedures.

• Fiber optic cable installation, repair, and/or replacement for the network infrastructure using the “microduct” or equivalent product processes and procedures

• Operating, Safety, and Traffic Continuity processes and procedures.

Fiber Optic Testing Optical fibers shall be tested before utilization as follows:

1. Test Equipment - The CONTRACTOR is responsible for supplying all equipment and personnel necessary to conduct the acceptance tests. The bidder should detail the proposed test plan for each cable type including equipment to use, test frequencies, and wavelengths, etc.

2. CONTRACTOR Responsibility - The CONTRACTOR shall conduct

acceptance testing according to a schedule coordinated with the Port of Long Beach. Representatives of the Port of Long Beach may be in attendance to witness the test procedures. The CONTRACTOR shall offer adequate advance notice (at least one week) to the Port of Long Beach as to allow for such participation.

3. Procedures - The CONTRACTOR is to describe how they will

conduct the tests and provide copies of all test results to the architect/engineer.

4. All fibers shall be initially tested with a light source and power

meter utilizing procedures as stated in ANSI/TIA/ElA-526-14A: OFSTP-14A Optical Power Loss Measurements of Installed Multimode Fiber Cable Plant and ANSI/TIA/ElA-526-7: OFSTP-7 Measurement of Optical Power Loss of Installed Single-mode Fiber

Page 87: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

27

Cable Plant. Measured results shall be plus/minus 1 dB of the submitted loss budget calculations. If loss figures are outside this range, test cable with an optical time domain reflectometer to determine cause of variation. Correct improper splices and replace damaged fiber at no charge to the Port of Long Beach.

905

910

915

920

925

930

935

940

945

• Fibers shall be tested at 850 nm and 1300 nm for multimode

optical fiber bundles. Fibers shall be tested at 1310 nm and 1550 nm for single-mode optical fiber bundles.

• Testing procedures shall utilize “Method B” - One jumper

reference.

• Bidirectional testing of optical fibers is required.

1. Test results shall include a record of wavelength, fiber type, fiber and bundle number, test equipment and model number, date reference setup, and operator (crew members).

2. The CONTRACTOR shall provide written reports of all test data in

written form to the Port of Long Beach. At such time the CONTRACTOR turns over test data to the engineer.

3. In the event that test results are not satisfactory, the CONTRACTOR shall make adjustments, replacements, and changes as necessary and shall then repeat the test or tests which disclosed faulty or defective material, equipment, or installation method, and shall perform additional tests as the engineer deems necessary.

4. Tests related to connected equipment of others shall only be done

with the permission and presence of the CONTRACTOR involved. The CONTRACTOR shall perform only that testing as required to prove the fiber connections are correct.

5. Three (3) record copies of all test data shall be submitted to the

architect/engineer for approval. The CONTRACTOR shall notify the architect/engineer at least one week in advance of the test date so that the architect/engineer may be present.

PHASE 3; TASK 4 - INTEGRATE AND OPTIMIZE CONNECTIONS TO THE FON: THE CONTRACTOR WILL INTEGRATE AND OPTIMIZE POLB

CONNECTIONS TO THE FON. TEST DATA FOR ALL CONNECTIONS WILL BE SUBMITTED AS PART OF THE PROJECT DOCUMENTATION

Page 88: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

28

Project record drawings:

1. Approved shop drawings. 950

955

960

965

970

975

980

985

2. Outside Plant as-built drawings

3. Plan drawings indicating locations of nodes, telecommunications closets (TCs and/or IDFs), and backbone (riser) cable runs

4. Telecommunications closets and equipment room (ER and/or MDF)

termination detail sheets

5. Building entrance point detail

6. Tube bundle and fiber labeling and administration documentation

7. Optical fiber power meter/light source test results or OTDR test results.

PHASE 3; TASK 5 - TRAIN AND INSTRUCT POLB PERSONNEL IN THE REQUIRED MAINTENANCE PROCESSES AND PROCEDURES FOR THE FON

FAT and Certification The CONTRACTOR will provide the opportunity for representatives from the POLB to observe Factory Acceptance Testing for all components of the FON. The POLB representatives will determine which FAT they will attend. All equipment will be certified by the factory prior to installation.

PHASE 3; TASK 6 – COMPLETE PROJECT DOCUMENTATION AND DELIVERY THE DOCUMENTATION BOTH IN ELECTRONIC AND HARD COPY RECORD

DRAWINGS: Submit project record drawings at conclusion of the project and include:

1. Approved shop drawings.

2. Outside Plant as-built drawings revised from the Final Design

Documents

3. Plan drawings indicating locations of Tube Dispersion Boxes (TDBs), telecommunications closets (TCs and/or IDFs), and backbone (riser) cable runs.

Page 89: REQUEST FOR PROPOSALS (RFP) TO PROVIDE DESIGN AND …bids.centerdigitalgov.com/nav_HRC_3-99-2008_00001_101724.pdf · Port of Long Beach Security Division P.O. Box 570 75 Long Beach,

29

4. Telecommunications closets and equipment room (ER and/or MDF)

termination detail sheets. 990

995

1000

5. Building entrance point detail.

6. Tube bundle and fiber labeling and administration documentation.

7. Optical fiber power meter/light source test results or OTDR test results.