bid document - huntsville utilities€¦ · web viewnetwork core routing and switching...

44
Huntsville Utilities Electric Utilities – Natural Gas – Water P.O. Box 2048 Huntsville, Alabama 35804 256-535-1200 Invitation for Bid for Network Core Routing and Switching Infrastructure HU IFB No. 19-47 1

Upload: others

Post on 11-Jul-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

Huntsville UtilitiesElectric Utilities – Natural Gas – Water

P.O. Box 2048Huntsville, Alabama 35804

256-535-1200

Invitation for Bid for

Network Core Routing and Switching Infrastructure

HU IFB No. 19-47

1

Page 2: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

Table of Contents

Section 1.0 Client Overview.......................................................................................................51.1 Overview of IFB..................................................................................................................51.2 Primary Objectives............................................................................................................51.3 Time and Date for Submitting Bids..................................................................................5Section 2.0 General Information..............................................................................................52.1 Contact................................................................................................................................52.2 Bid Information..................................................................................................................62.3 Additional Information for the Supplier...........................................................................62.4 Cover Letter Description...................................................................................................62.5 Executive Summary Description......................................................................................62.6 Supplier Background and Relevant Experience.............................................................62.7 Subcontractors’ Qualifications.........................................................................................6Section 3.0 Scope of Work.........................................................................................................63.1 Project Overview................................................................................................................73.2 Intended Results................................................................................................................73.3 Diagram...............................................................................................................................73.4 Specifications.....................................................................................................................83.5 Requirements.....................................................................................................................83.5 Licensing/Pricing...............................................................................................................93.6 Vendor Services.................................................................................................................9Section 4.0 Terms and Conditions............................................................................................94.1 Instructions........................................................................................................................94.2 Rights..................................................................................................................................94.3 Request for Bid Definitions...............................................................................................94.4 Time and Date for Submitting Bids................................................................................104.5 Response..........................................................................................................................104.6 Ex Parte Communication................................................................................................104.7 Agreement........................................................................................................................104.8 Discrepancies, Errors and Omissions...........................................................................104.9 Cancellation......................................................................................................................104.10 General..........................................................................................................................114.11 Documents....................................................................................................................114.12 Communication.............................................................................................................114.13 Response Times...........................................................................................................114.14 Minimum Performance.................................................................................................114.15 Guarantee......................................................................................................................11

2

Page 3: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

4.16 Taxes..............................................................................................................................114.17 Nondiscrimination........................................................................................................114.18 Title VI............................................................................................................................114.19 Damages........................................................................................................................124.20 Choice of Law...............................................................................................................124.21 Statutory Disqualification............................................................................................124.22 Conflict of Interest........................................................................................................124.23 "Right to Know Law"....................................................................................................124.24 Copyright, Trademark, Service Mark, or Patent Infringement..................................124.25 Ownership of Intellectual Property.............................................................................124.26 Property of Huntsville Utilities....................................................................................134.27 Possession of Weapons..............................................................................................134.28 Search............................................................................................................................13Section 5.0 Indemnification.....................................................................................................135.1 Indemnity..........................................................................................................................135.2 Governmental Tort Liability............................................................................................13Section 6.0 Insurance Requirements......................................................................................136.1 Employer’s Liability Insurance.......................................................................................146.2 Worker’s Compensation Insurance................................................................................146.3 Commercial General Liability and Business Auto Liability.........................................146.4 Notice of Cancellation.....................................................................................................146.5 Huntsville Utilities Named Additional Insured..............................................................14Section 7.0 Security Requirements.........................................................................................147.1 Security Passes, Parking Permits, Keys, etc................................................................157.2 Security Policies and Procedures..................................................................................157.3 Background Checks and Drug Screenings...................................................................157.4 Security Clearance...........................................................................................................157.5 E-Verify Notice.................................................................................................................15Section 8.0 Identity Theft.........................................................................................................16Attachment A (Requirements Checklist).................................................................................17Attachment B (Bidder Qualification Forms)............................................................................18Attachment C (Sample Contract).............................................................................................22Attachment D (Conflict of Interest Form)................................................................................24Attachment E (Non-Collusion Affidavit)..................................................................................25Attachment F (E-Verify Affidavit).............................................................................................26Attachment G (Contractor Security Clearance Application).................................................27Attachment H (Contractor Safety and Health Questionnaire)...............................................29Attachment I (Mutual Non-Disclosure Agreement).................................................................32

3

Page 4: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

Attachment J (Pricing Sheet)....................................................................................................34

4

Page 5: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

Section 1.0 Client Overview

1.1 Overview of IFBHuntsville Utilities (HU), a municipality existing under the laws of the State of Alabama, invites all interested and qualified independent contractors to submit bids for evaluation in response to HU’s Invitation for Bid for Network Core Routing and Switching Infrastructure that meets HU’s requirements and specifications outlined in this document. Evaluation and award, if any, of the contract will be contingent upon the responses in the submitted bids.

1.2 Primary ObjectivesHU is seeking bids for Network Core Routing and Switching Infrastructure. The qualified vendor must have a minimum of five (5) consecutive years of experience providing Network Core Routing and Switching Infrastructure.

1.3 Time and Date for Submitting BidsA pre-bid conference is scheduled for 10:00 a.m. on Friday, June 7, 2019 in the Training Room at Huntsville Utilities located at 112 Spragins Street, Huntsville, AL 35801. Attendance is highly recommended either by physically attending or calling into the conference at 218-339-7800, access code 8129149.

Each Bidder shall respond to this IFB on or before the time and date indicated below. At that time only the names of the Bidders responding to this IFB will be read aloud. Bids will not be made available for public inspection until after the IFB process is completed and a purchase order has been issued. The Bid shall be delivered in one of two ways: in-person or by mail to the address listed below. No e-mails, phone calls, faxes, or penciled bids will be accepted.

Huntsville Utilities Huntsville Utilities P.O Box 2048 Purchasing DepartmentAttn: Jim Lawson Attn: Jim LawsonHuntsville, AL 35804 112 Spragins Street, SW(U.S. Mail) Huntsville, AL 35801

The outside of the sealed box, container, or envelopes containing the bid shall be marked as follows:

Bidder: <Your company name>Description: Network Core Routing and Switching InfrastructureBid No.: 19-47Agent: Jim LawsonBid Opening: 10:00 a.m. on June 21, 2019

Section 2.0 General Information

HU reserves the right to reject any and all bids submitted and to evaluate and accept any bid, which in HU’s sole opinion, offers the most acceptable services to HU.

2.1 ContactAll questions concerning this IFB should be directed in writing to:

Name: Jim LawsonDepartment: PurchasingE-Mail: [email protected]

Huntsville Utilities specifically requires that no contact concerning this IFB be made with any other HU personnel or others involved in the selection process until the selection process has been completed. Failure to honor this requirement will be viewed negatively in the selection process and may result in the disqualification of the bidder’s bid.

5

Page 6: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

2.2 Bid InformationAny and/or all information provided by the contractor, its references, and/or internal documentation will be used in the evaluation of the bid to determine which bid is in the best interest of HU. Bidders may add pages to the bid to describe other features that are not specifically requested in this IFB. The bidder’s response to this bid shall become a binding portion of the contract documents.

Although every attempt will be made to consider each submitted bid on an equal basis, neither HU nor its agent will be responsible for misinterpretations resulting from failure of a respondent to follow the bid format or failure to give proper and specific references when citing reference material. HU reserves the right to disqualify any bid that does not follow the required format. HU also reserves the right to waive irregularities in any and all submitted bids.

All bids become the property of HU and, after selection of a Contractor for the contract, become subject to the Alabama Public Records Act. In the event HU shall award a contract to a Contractor and subsequently determines that said Contractor will be unable to perform the contract, HU reserves the right to terminate the contract and award a separate contract to the next best Contractor without being required to re-advertise the IFB.

2.3 Additional Information for the SupplierA copy of HU’s Sample Agreement has been included in this IFB as “Attachment C Sample Contract”. Please note: This contract will be used as a basis for all contract negotiations.

2.4 Cover Letter DescriptionThe cover letter must be printed on the supplier’s company letterhead and signed by an officer authorized to bind the supplier contractually. The person signing the cover letter is assumed to be the supplier’s principal point of contact for IFB response, unless otherwise identified in the cover letter. The letter must also certify the accuracy of all information in the supplier’s bid. (2 pages)

2.5 Executive Summary DescriptionThe executive summary should provide a brief summary of the most important aspects of the bid, including a description of the proposed service(s) and cost. (5 pages)

2.6 Supplier Background and Relevant ExperienceSupplier’s response should include an organizational write-up, which should provide some background on the organization as a whole and not be longer than five (5) pages. The remainder of this section should concentrate on the supplier’s experience with a Bar Code Scanning System in the electric, water, and gas utility industries.

2.7 Subcontractors’ QualificationsSupplier will provide information on subcontractors to be used for any applicable service work. Information will include qualifications in terms of years in business, experience, number of technicians, and average years of technicians’ experience. (3 pages)

Section 3.0 Scope of Work

HU invites prospective bidders to submit a proposal to provide Juniper Networks or equivalent technology campus network core routing and switching infrastructure.

3.1 Project OverviewHU requires a port dense, campus collapsed network core solution for two metro area corporate offices housing a mix of enterprise users and servers. Each office will require a collapsed core cluster with 4x 40G/100G multiple-chassis LAG over long-haul dark fiber (40km) between office clusters. Solution should also provide eight 48-port 10Gbps SFP/SFP+ Top-of-Rack (ToR) switches for Main Office A Datacenter network cabinets with redundant 40/100Gbps multimode fiber uplinks to Main Office A collapsed core cluster. Main

6

Page 7: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

Office B cluster solution will be located in-room with server infrastructure and will forego ToR switches in favor of direct 1/10Gbps connections. Solution also provides 1/10G SFP+ connectivity for existing access layer switch uplinks directly to collapsed core cluster at each main office site.

3.2 Intended ResultsThe proposed System implementation is intended to result in:A. improvements to availability, scalability and performance of corporate network.B. improvements to availability and performance of datacenter interconnect connectivity between two main

staffed sites / datacenters.C. greater control and visibility of traffic within corporate network.D. maintaining a standards-based corporate network reasonably free of vendor-specific protocols,

nomenclature and platforms.E. consolidation of corporate network hardware supporting user access layer switches as well as server host

uplinks, thereby reducing multiple hardware maintenance costs.F. additional management, monitoring and analysis tools to reduce network administration burden and reveal

aspects of HU networks that could benefit from further investment.

3.3 Diagram

7

Page 8: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

3.4 SpecificationsProposers are provided the following information about HU’s Administration Network for the purpose of assessing its capabilities, making inquiries of HU, and providing recommendations regarding such as it relates to Proposer requirements.

A. HU intends to install and operate the proposed Solution within its corporate network environment. HU will integrate the proposed Solution in parallel with existing infrastructure and operate in this manner until initial configuration, training and HU staff comfort level needs are deemed met. After such time, HU will transition portions of corporate network infrastructure and its functions to the proposed Solution until existing core infrastructure can be removed or utilized in some other capacity elsewhere in the topology.

B. HU corporate network is a heterogeneous computing environment consisting of multiple host operating systems, each primarily utilizing wired network connectivity. Network access layer is predominately layer 2 Adtran NetVanta Ethernet switches. 802.11/a/b/g/n/ac WLAN is present within main offices and warehouse spaces. An estimated 800 Intel-based desktop and laptop computers comprise the corporate network PC fleet and are part of an Active Directory domain.

C. HU corporate network supports two small datacenter facilities, located within two of its Huntsville, AL metro area offices. HU is heavily virtualized, deploying workloads to VMware hosts as well as IBM AIX. Current virtual hosts utilize 1000Base-T network uplinks and 8G FibreChannel SAN storage backend at time of Proposal request.

3.5 RequirementsAt a minimum, the Solution must meet the requirements shown below, WHICH PROPOSER MUST SUBMIT WITH THE PROPOSAL, providing the information specified. The proposed Solution may meet the requirements in a variety of ways and provide other functionality. Proposal should fully describe how the requirements will be met by the Proposer. A. separate control and forwarding plane resourcesB. layer 2 switching

1. 802.1Q VLAN trunking2. Q-in-Q tunneling3. RSTP4. per-VLAN Spanning Tree5. multiple-chassis LAG with LACP support for at least (40) aggregation groups per switch cluster6. 802.1p Class of Service marking7. ingress/egress traffic shaping & policing8. IGMP snoop

C. layer 3 static and dynamic routing1. BGP2. OSPF3. BFD4. VRRP5. ECMP6. DHCP relay7. multiple VRFs

D. HTTPS GUI-based device administrationE. SSH CLI-based device administrationF. configuration change stacking, tracking and rollbackG. local, RADIUS and TACACS+ AAA optionsH. dedicated physical management network interfaceI. external flash or USB memory for local configuration and firmware maintenanceJ. SNMPv3 monitoring and trapsK. flow-based traffic visibility via Netflow or sFlowL. VLAN-aware, per-port local mirror/SPAN portsM. remote mirror/SPAN capabilityN. ingress/egress filtering capabilityO. each cluster shall provide (4) or more 40/100Gbps long-haul (up to and including 40km) fiber interfaces for

inter-site (Main Office A to Main Office B) fiber connectivity

8

Page 9: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

P. switch clusters shall be formed via (2) or more 40/100Gbps connections between switch nodeQ. solution shall provide (384) 1/10Gbps SFP+ server uplinks at Main Office A (192 per cluster node)R. solution shall provide (48) 1/10Gbps SFP+ access switch uplinks at Main Office A (24 per cluster node)S. solution shall provide (16) 40/100Gbps access switch uplinks at Main Office A (8 per cluster node)T. solution shall provide (192) 1/10Gbps SFP+ server uplinks at Main Office B (96 per cluster node)U. solution shall provide (24) 1/10Gbps SFP+ access switch uplinks at Main Office B (12 per cluster node)V. dual, redundant hot-swap AC power suppliesW. ability to form stacks and/or fabrics to manage solution hardware groups as single unitsX. two- and four-post 19” rack mounting hardwareY. low- to no-impact firmware upgradesZ. first-party, on-premises central network management/orchestration and monitoring AA.first-party, on-premises application-aware traffic visibility and controlBB.open API interoperability with third-party orchestration tools

3.5 Licensing/PricingInitial licensing / pricing must include:A. 1-, 2-, and 3-year subscription period, 4-hour response technical assistance options for Solution hardware

and software as well as access to firmware updates as they are released.B. 1-, 2-, and 3-year subscription period, Next Business Day response technical assistance options for

Solution hardware and software as well as access to firmware updates as they are released.C. Central network management/orchestration and monitoring platform subscription or purchase options to

support Solution scope.D. Application-aware traffic visibility and control platform subscription or purchase options to support Solution

scope

3.6 Vendor ServicesVendor Services must include:A. Pre-purchase initial design and migration planningB. Post-purchase implementation support services billable hours for first year

Section 4.0 Terms and Conditions

4.1 InstructionsThese documents constitute the complete set of specifications, requirements, and bid request instructions. The Bidder is responsible for insuring that all pages and all addenda are received. HU advises all Bidders to closely examine this bid response, and to immediately direct any questions regarding the completeness of this IFB and any addenda to the Purchasing Department.

4.2 RightsHU reserves the right to reject any or all bids and to waive irregularities therein, and the undersigned hereby agrees that such rejection or waiver shall be without liability on the part of HU for any damage or claim brought by the undersigned because of such action, nor shall the undersigned seek any recourse of any kind against HU because of such action. There is no obligation to request services. All bids submitted to HU become the property of HU upon submission and after the execution of a contract become subject to Alabama’s Public Records law.

4.3 Request for Bid DefinitionsThis section describes the procedures for companies submitting a response to this Invitation for Bid (IFB). The term “Contractor” refers to the responsible bidder to which a contract is awarded.

4.4 Time and Date for Submitting BidsEach Bidder shall respond to this IFB on or before the time and date indicated in Section 1.3 of this Invitation for Bid.

4.5 ResponseEach Bidder must acknowledge that it accepts and understands each of the Instructions, Terms, and Conditions of this IFB. If a Bidder is unwilling to accept any one or more of the Instructions, Terms and

9

Page 10: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

Conditions, they must clearly identify in their bid the Instructions, Terms, and Conditions to which they take exception and note it on the enclosed exception sheet. In its sole discretion, HU reserves the right on a non-discriminatory basis to: a) consider any Bid(s) which takes exception(s) to any one or more of the Terms and Conditions; or b) reject any Bid(s) which takes exception(s) to any one or more of the Terms and Conditions.

4.6 Ex Parte CommunicationHU does not permit contact concerning this IFB process with any HU personnel other than as identified in the IFB until the selection process has been completed. All exchanges of information concerning this IFB must be in writing with e-mail as the preferred method of communication. Failure to honor this requirement will be viewed negatively in the selection process and may result in the disqualification of the Bidder. Any questions or requests for clarification will be responded to in writing or by e-mail with a copy of the response being sent to each bidder on record.

4.7 AgreementThe Contractor will be required to sign a contract with HU. The entire agreement shall include the Bidder’s response to this bid, the IFB, and an agreement (the “Contract Documents”). If the IFB and the Bidder’s response to this bid are modified in negotiation between HU and the Bidder, then the modified bid shall be included as addenda to the Contractor’s contract with HU. Should any conflict or discrepancy arise between the Instructions, Terms, and Conditions of the IFB and the Instructions, Terms and Conditions of the Agreement, the Instructions, Terms and Conditions of the Agreement shall control. The individual who signs this document must be empowered to sign the Agreement, or if sent by e-mail the name that appears on the bid response must be empowered to sign the Agreement. HU reserves the right to withdraw the IFB or condition the award on additional or different terms proposed to be included in such contract and HU shall not incur any obligation to the Contractor except as provided in the Agreement. To produce the Agreement, HU reserves the right to provide its own draft contract terms or request draft contract terms from the Bidder. Notification of award of the or acceptance of a IFB, in whole or in part, shall not restrict HU’s discretion with regard to the terms of the definitive contract, shall not preclude HU from terminating the bid or withdrawing the bid prior to execution of the Agreement, and shall not limit HU’s right to consider and act on additional information that may come to its attention from any source.

4.8 Discrepancies, Errors and OmissionsAny discrepancies, errors, omissions, or ambiguities in this IFB or the requirements/guidelines or addenda (if any) stated herein should be reported to HU. At HU’s option, a written addendum may be issued and the addendum will be incorporated in the IFB and will become part of the Contract Documents. HU will not be responsible for or bound by any oral instructions, clarifications or other communications and no such oral communication may be relied on by any Bidder.

4.9 CancellationHU reserves the right to cancel the agreement without cost or penalty to HU, if, in HU’s opinion, there is a failure at any time by the Contractor to adequately perform the Agreement, or if there is any attempt to willfully impose upon HU service workmanship which is, in the opinion of HU, of an unacceptable quality or time requirements. Cancellation of the Agreement shall not impair any rights or claim of HU to damages for the breach of any covenants of the Agreement by the Contractor.

4.10 GeneralHU recognizes that the lowest cost Bid does not necessarily indicate the best Bid in terms of capabilities, quality or service. As a result, the selection of a Contractor to which the contract will be awarded will be determined on the basis of which Bid is in the best interest of HU based on the factors described in the Bid Evaluation of this IFB. HU reserves the right to reject any or all Bids, to waive technicalities or informalities and to accept any bid determined to be in the best interest of HU. HU will not be responsible for misinterpretations that are caused by failure of a Bidder to follow the IFB format or to give proper and specific references when citing referenced material. The selection criteria are described in the IFB. HU reserves the right, in its discretion and without incurring any liability to any Bidder, to modify or terminate this IFB at any time prior to the execution of a definitive contract, and to accept or reject any Bid for any reason.

10

Page 11: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

4.11 DocumentsEach Bid must include the following documents 1) A fully completed Bid, including any HU data sheets or addenda, 2) A signed Exceptions document to Instructions, Terms and Conditions, attached to Bid. Note: two (2) bid packages shall be submitted from each responding Bidder at the due date and time, with one marked Original for permanent record.

4.12 CommunicationHU reserves the right to communicate with the Bidders, individually or collectively, formally or informally. HU requires that questions and other communications concerning the IFB be submitted to HU only in writing and must be directed to the appropriate person identified in this IFB.

4.13 Response TimesResponse times will be made as described in the IFB. Failure to respond to as specified and in accordance with the Bid submitted, including promised lead times, will constitute sufficient grounds for cancellation of the contract, and HU shall incur no cost or penalty for cancellation. All Bids must include all applicable transportation, service charges, sales and use taxes, assembly, and all other applicable charges.

4.14 Minimum PerformanceThe services in accordance with this IFB (including optional items selected by HU) shall be fully in compliance with all federal, state, and local laws, rules, and regulations.

4.15 GuaranteeIn making a Bid, each Bidder certifies that it is fully aware of the conditions of service and that its offer will meet these requirements of service, and purpose to the satisfaction of HU. Bidder warrants and guarantees to HU all services and products to be provided and that work and products will be of good quality, and in conformance with the Contract Documents. All work not conforming to these standards may be considered defective by HU.

4.16 TaxesAll taxes of any nature arising out of or in connection with the work above shall be the responsibility of the Contractor.

4.17 NondiscriminationHU is an equal opportunity employer and as such requires that its suppliers not discriminate on the basis of race, color, sex, religion, or ethnic origin. Submitting an IFB constitutes Bidder’s acknowledgement of this provision. HU encourages the use of small business, minority, and women owned business enterprises.

4.18 Title VIBidder shall comply with the requirements of all federal statutes relating to nondiscrimination, including but not limited to, Title VI of the Civil Rights Act of 1964, which prohibits discrimination on the basis of race, color, sex, or national origin (“Title VI”). No person on the grounds of race, color, or national origin shall be excluded from participation in, denied benefits of, or be otherwise subject to discrimination in the performance of the bid. The bidder if awarded the bid shall upon request, show proof of such nondiscrimination.

4.19 DamagesThe bidder will be responsible for any damages to property of HU or others caused by it, its employees, or sub-suppliers, and will replace and make good such damages to the satisfaction of HU.

4.20 Choice of LawThis bid and any subsequent contract or agreement related to this bid shall be governed by and construed with the Laws of the State of Alabama.

4.21 Statutory DisqualificationBy submitting a bid the bidder represents that neither it nor any of its officers, directors, shareholders, members or partners has been convicted or plead guilty or Nolo Contendere to any violation of the Sherman

11

Page 12: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

Anti-Trust Act, mail fraud, or other state, or federal criminal violation in connection with a contract let by the State of Alabama or any other state or any political subdivision of the State of Alabama.

4.22 Conflict of InterestBy submitting a bid, bidder represents that The City of Huntsville or HU employee, Board Member, or representative dually elected or appointed, supervise any work on any contract for HU nor has a “direct interest” in the bidder or in the work which is subject to this bid (see attachment D).

4.23 "Right to Know Law"Manufacturers and Distributors that are regulated by and complying with the provisions of the OSHA hazard communication standard must provide HU a material data safety sheet (MSDS) for any element, chemical, or mixture that presents a physical hazard or a health hazard as defined by the OSHA standard or any hazardous substance. The data sheet must be provided to HU at the time of delivery. Manufacturers and Distributors must insure that each container of hazardous chemical delivered to HU be properly labeled, tagged, or marked in accordance with OSHA standards. Labels and other forms of warning for each incoming hazardous chemical will be inspected for compliance with the standard

4.24 Copyright, Trademark, Service Mark, or Patent InfringementA. Bidder shall, at its own expense, be entitled to and shall have the duty to defend any suit which may be

brought against HU to the extent that it is based on a claim that the products or services furnished infringe a copyright, trademark, service mark, or patent. Bidder shall further indemnify and hold harmless HU against any award of damages and costs made against HU by a final judgment or a court of last resort in any such suit.

B. If the products or services furnished under this bid or contract are likely to, or do become, the subject of such a claim of infringement, then without diminishing Bidder’s obligation to satisfy the final award, Bidder may at its option and expense:1. Procure for HU the right to continue using the product or service.2. Replace of modify the alleged infringing products or services with other equally suitable products or

services that are satisfactorily to HU, so that they become non-infringing.3. Remove the products or discontinue the services and cancel any future charges pertaining thereto.

Provided, however, that Bidder will not exercise options b.1, or b.2 when they are impractical.

4.25 Ownership of Intellectual PropertyAny and all intellectual property, including but not limited to copyright, invention, trademark, trade name, service mark, and/or trade secrets created or conceived pursuant to or as a result of this contract and any related subcontract (“Intellectual Property”), shall be work made for hire and HU shall be considered the creator of such Intellectual Property. HU shall own the entire right, title and interest to the Intellectual Property throughout the world. Contractor shall notify HU, within thirty (30) days, of the creation of any Intellectual Property by its or its subcontractor(s). Contractor, on behalf of itself and any subcontractor(s), agrees to execute any and all document(s) necessary to assure ownership of the Intellectual Property vests in HU and shall take no affirmative action’s that might have the effect of vesting all or part of the Intellectual Property in any entity other than HU. The Intellectual Property shall not be disclosed by contractor or its subcontractor(s) to any entity not HU without the express written authorization of HU.

4.26 Property of Huntsville UtilitiesAny materials, including reports, computer programs, and other deliverables created under the Contract Documents are the sole property of HU. The Contractor is not entitled to a patent or copyright on those materials and may not transfer the patent or copyright to anyone else. The Bidder shall not use or release these materials without the prior written consent of HU.

4.27 Possession of WeaponsAll Bidders, suppliers, and service providers and their employees, agents, or subcontractors are prohibited from possessing any weapons on HU property.

12

Page 13: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

4.28 SearchAll persons, packages, and vehicles on HU property are subject to being searched. Routine unannounced searches by HU maybe conducted. Refusal to submit to random searches will be grounds for removal from HU property and prohibited access in the future. All vehicles leaving HU facilities are subject to being searched.

Section 5.0 Indemnification

5.1 Indemnity Contractor agrees to indemnify, defend, and hold harmless HU, its trustees, officers, agents, and employees of, from and against any and all claims and demands which may arise in any way out of the furnishing of goods and services hereunder, including, without limitation, claims and demands arising from injury or death of personnel of HU or for damage to the property of HU, expect those arising by reason of the gross or intentional negligence or willful act of HU, the officers, agents, or employees.

5.2 Governmental Tort LiabilityNotwithstanding anything else to the contrary, the indemnity provisions of this Section 1 shall not be construed to change the liability of any party hereto for any claim that would otherwise be prohibited or limited under any applicable provisions of the Alabama Governmental Tort Liability Act, as codified in Alabama Code §6-11-26 (1975), as it may be amended from time to time by act of the legislature (the “Act”), it being the intent of this section not to waive, diminish, or otherwise affect the statutory limits of liability, the statutory immunity, or the extent of immunity that may have been established for any party hereto under the Act.

It is the intent of the parties that Contractor and HU will not, by virtue of the indemnities provided by each to the other party in this Agreement, assume towards any third party any liability that would exceed any liability that HU would have in the absence of such indemnities.

It is the intent of the parties that nothing in this provision shall diminish the rights or defenses either party would have under Alabama’s Workers’ Compensation Laws.

Section 6.0 Insurance Requirements

The Contractor shall not commence any service in connection with the Agreement until it has obtained all of the following types of insurance and such insurance has been approved by HU. (Worker’s Compensation, Public Liability and Property Damage and Subcontractor’s Liability and Property Damage as outlined in this section). The Contractor shall not allow any subcontractor to commence service on their subcontract until all similar insurance required of the subcontractor has been obtained and approved. All insurance policies shall be with insurers approved and admitted to do business in Alabama. HU shall be furnished proof of coverage of insurance by certificates of insurance accompanying the contract documents and shall name HU as an additional insured as respects commercial general liability and business automobile liability. The Contractor shall provide HU a (60) sixty day cancellation notice in the event any insurance required by fair agreement is canceled.

6.1 Employer’s Liability InsuranceThe Contractor shall secure and maintain during the term of the Agreement, Employer’s Liability Insurance with minimum limits of $100,000 bodily injury for each accident.

6.2 Worker’s Compensation InsuranceThe Contractor shall secure and maintain during the term of the Agreement, worker’s compensation insurance for all of their employees connected with the work on this project, and in case any work is sublet, shall require the subcontractor similarly to provide worker’s compensation insurance for all of the latter’s employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with Alabama Worker’s Compensation Law. In case any class of employees engaged in hazardous work under this contract at the site of the project is not protected under the Worker’s Compensation Statute, the Contractor shall provide, and cause each Subcontractor to provide, adequate insurance satisfactory to HU, for protection of their employees not otherwise protected.

13

Page 14: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

6.3 Commercial General Liability and Business Auto LiabilityThe Contractor shall secure and maintain during the term of the Agreement, comprehensive general liability and comprehensive automobile liability insurance which shall protect them from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operation be by themselves or by anyone directly or indirectly employed by them. The minimum amount of such insurance shall be as follows:

General Liability Minimum AmountPer Occurrence Limit $500,000General Aggregate Limit $500,000Products/Completed Operations Aggregate Limit $500,000Fire Damage Legal Liability $500,000Medical Expense $5,000Automobile Liability $1,000,000*Umbrella Liability $1,000,000*Combined single limit

All policies of insurance referred to herein shall be written on an occurrence basis unless otherwise agreed by HU in writing.

6.4 Notice of CancellationAll policies shall have no less than a (60) sixty-day notice of cancellation. Cancellation of insurance coverage required by this part shall constitute a material default by Contractor, if substituted coverage, not meeting the requirements of this part, is not acquired by Contractor immediately.

6.5 Huntsville Utilities Named Additional InsuredInsurance must be underwritten by companies authorized to do business in the State of Alabama. Evidence of insurance must be furnished to HU prior to issuance of the purchase order. Before this Agreement becomes effective, Contractor and its subcontractors, at its own expense, shall procure and maintain all required insurance for the duration of this Agreement. Contractor, and where applicable its subcontractors, must provide certificates of insurance to HU for the insurance coverage’s listed in this section and name HU as an additional insured for each of the coverage’s listed in this Section, except for workers compensation and employers liability coverage.

Section 7.0 Security Requirements

7.1 Security Passes, Parking Permits, Keys, etc.HU reserves the right to issue access security passes, parking permits, keys, and other security related items to its contractors. The contractor must return any access security passes, parking permits, keys, and other security related items on demand. Failure to do so will result in a penalty of two hundred and fifty ($250) dollars per unreturned access security pass, parking permit, keys, and/or other security related item and may be considered a material breach of contract.

7.2 Security Policies and ProceduresHU requires its contractors to follow all applicable HU policies and procedures. HU will be responsible for notifying the contractor of any applicable policies and will provide the contractor with copies of these policies.

7.3 Background Checks and Drug ScreeningsIt is required that the contractor, at its own expense, conduct thorough background checks and drug screenings that meet HU standards on any and all of the contractor’s personnel who will be working in any capacity on HU’s account. HU reserves the right to audit these background checks and drug screenings at any time.

In addition, HU, at its own expense, may also conduct background checks on the Contractor, to include the contractor and any of the contractor’s employees who will be working on HU’s account.

14

Page 15: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

7.4 Security ClearanceBefore any employee of a contractor can gain access to a HU facility, the employer will be required to provide to HU in writing the name and address of such employee and a signed Security Clearance Application (Attachment G) for each of the contractor’s employees or subcontractors who will be working on HU’s account. (This form does NOT need to be filled out unless you are the Contractor awarded this bid.) This information will be required three (3) working days in advance of any access by contractor’s employee. The contractor will also be required to notify HU security immediately of any changes in personnel who are assigned to the HU account. HU contact information will be specified at the time the bid is awarded.

7.5 E-Verify NoticeThe Beason-Hammon Alabama Taxpayer and Citizen Protection Act, Act No. 2011-535, Code of Alabama (1975) § 31-13-1 through 31-13-30” (also known as and hereinafter referred to as “ the Alabama Immigration Act”) is applicable to contracts with Huntsville Utilities. As a condition for the award of a contract and as a term and condition of the contract with Huntsville Utilities, in accordance with § 31-13-9 (a) of the Alabama Immigration Act, any business entity or employer that employs one or more employees shall not knowingly employ, hire for employment, or continue to employ an unauthorized alien and shall attest to such by sworn affidavit signed before a notary. Such business entity or employer shall provide a copy of such affidavit to Huntsville Utilities as part of its proposal or proposal for the contract along with documentation establishing that the business entity or employer is enrolled in the E-Verify program. The required affidavit form is included at the end of this notice.

During the performance of the contract, such business entity or employer shall participate in the E-Verify program and shall verify every employee that is required to be verified according to the applicable federal rules and regulations. The business entity or employer shall assure that these requirements are required of every subcontractor in accordance with §31-13-9(c) and shall maintain records that are available upon request by Huntsville Utilities, state authorities or law enforcement to verify compliance with the requirements of the Alabama Immigration Act. Failure to comply with these requirements may result in a breach of contract, termination of the contract or subcontract, and possibly suspension or revocation of business licenses and permits in accordance with §31-13-9 (e) (1) & (2) or in the case of a subcontractor, in accordance with §31-13- 9 (f) (1) & (2).

Huntsville Utilities (“Utilities”) has adopted Ordinance No. 09-735 (“E-Verify Ordinance”), which requires that certain Contractors comply with certain employment requirements.

Pursuant to the E-Verify Ordinance, the Supplier/Contractor acknowledges:

That it has obtained a copy of the E-Verify Ordinance;

That it has read and understands the requirements of the E-Verify Ordinance;

That if the Contractor elects to use an alternate comparable employment eligibility verification system to be used in lieu of E-Verify as defined in the E-Verify Ordinance, the Contractor shall make a written request for approval of such system to the Huntsville Utilities Purchasing Supervisor through the Procurement Services Division;

That if the Contractor uses one or more subcontractors in connection with the performance of a contract as defined in the E-Verify Ordinance, the Contractor shall include in all subcontracts valued at $3,000 or more the requirement for compliance by the subcontractor with the E-Verify Ordinance, and that certification from a subcontractor shall be furnished by the Contractor to Huntsville Utilities within three (3) working days from the date of execution of the subcontract agreement;

That failure to comply with the E-Verify Ordinance by the Contractor or subcontractor shall be a material breach of its Contract with Huntsville Utilities; and,

15

Page 16: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

That the Contractor shall submit proof of enrollment in the E-Verify system or approved alternate system upon request of Huntsville Utilities, prior to award of a contract.

Bidder must complete Attachment F: E-Verify Affidavit.

Section 8.0 Identity Theft

All service providers engaged to perform any activity in connection with one or more covered accounts shall conduct their activities in accordance with reasonable policies and procedures designed to detect, prevent, and mitigate the risk of identity theft.  Such service providers shall be required to have policies and procedures to detect relevant Red Flags that may arise in the performance of the service provider’s activities.  Such service providers shall also be required to immediately report Red Flags to Huntsville Utilities and take appropriate steps to prevent or mitigate identity theft.

16

Page 17: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

Attachment A (Requirements Checklist)

SUMMARY OF BID FORMS AND REQUIREMENTS

ITEM

REQUIRED AT PRE-BID

MEETINGREQUIRED AT BID OPENING

REQUIRED AFTER AWARD

Bidder's Qualification Forms Subcontractor List References List Certified Copy of Insurance Policy Non-Collusion Affidavit Pricing List Agreement Conflict of Interest Form E-Verify Affidavit Contractor Safety & Health Questionnaire Mutual Non-Disclosure Agreement

17

Page 18: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

Attachment B (Bidder Qualification Forms)

Huntsville Utilities strives to hire experienced, qualified contractors to ensure the safety of all involved and to maintain good customer relations. The Bidder is encouraged to provide as much information as possible regarding his safety and service records as a Contractor in the field pertaining to the work being bid, as well as detailed work history of his employees. Huntsville Utilities reserves the right to request additional information if necessary to make a determination as to the qualifications of the Contractor or employees.

The following data, statements of experience, personnel, equipment, and general qualifications of the BIDDER are submitted as a part of the Bid, and the BIDDER represents and guarantees the truthfulness and accuracy thereof:

A. General Information

Company Name

Address

City/State/Zip

Contact Person:

Phone Number

Fax Number:

State of AL Contractor License #

City of Huntsville License #

Madison County License #

B. Our organization has been in business continuously from the year .

C. Our organization has had experience in the A Bar Code Scanning System comparable to that required by the Contract Documents as a prime CONTRACTOR for ______________ years and as a Subcontractor for years.

D. Following is a list of the projects our organization or Subcontractor(s) proposed for this Contract, has completed which is similar in character and in magnitude to that required by the Contract Documents, use additional sheets if required.

Year Owner (Name, Phone and E-mail Address) LocationContract Amount

Year Owner (Name, Phone and E-mail Address) LocationContract Amount

18

Page 19: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

E. The following supervisory personnel are currently employed by the BIDDER and available for the Project (project manager, superintendents, and principal foremen):

Name Title Years of Experience

F. Attached is a detailed resume of qualifications, previous employers and experience of the project manager proposed to be assigned to the project.

G. Following is a list of equipment owned by our organization that is available for use on the Project (attach additional sheets if necessary):

Type of Equipment Size or Capacity Present Location/Rental

H. The names and residences of the members of the Board of Directors of bidding corporation, or the names and residences of all persons and parties interested in this Bid as partners of a partnership or as individuals, are as follows (attach additional sheets if necessary):

Name Address (Residence)

19

Page 20: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

I. Following is a list of all projects we have undertaken in the last five years which have resulted in partial or final settlement of the contract by arbitration or litigation or are pending arbitration or litigation:

Name of Client and ProjectOriginal Contract

AmountTotal

Claims

Arbitrated orLitigated amount of settlement

of claims

J. Reference is hereby made to the following bank or banks as to the financial responsibility of the BIDDER:

Name of Bank Address

K. List the bonding capacity of your company: $

20

Page 21: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

L. The following Subcontractors, suppliers, other persons and organizations are proposed to be employed to furnish portions of the work:

Name Address Price Type of Construction % Total Contract

Acceptance of a bid accompanied by this form does not indicate that Huntsville Utilities is of the opinion that the Bidder is qualified to do the work being bid. That determination will be made on a bid-by-bid basis, depending on the type of work and pending review of the Bidder's Qualification Forms and supporting information.

21

Page 22: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

Attachment C (Sample Contract)

THIS AGREEMENT, made and entered into on the _______ day of _________________, 20______ BY AND BETWEEN , CONTRACTOR, Party of the First Part, and THE CITY OF HUNTSVILLE, ALABAMA, A MUNICIPAL CORPORATION, WITHIN THE STATE OF ALABAMA, d/b/a, HUNTSVILLE UTILITIES Party of the Second Part, hereinafter referred to as the OWNER.

** WITNESSETH **

The CONTRACTOR, in consideration of the sum to be paid him by the OWNER and of the covenants and agreements herein contained, hereby agrees at its own proper cost and expense to do all the work and furnish all materials, software, labor, and all appliances, machinery, and appurtenances for providing to the extent of the Bid made by the CONTRACTOR, dated _______________, all in full compliance with the Contract Documents referred to herein.

The Contract Documents shall include but not be limited to the Bidding Requirements, signed copy of the Bid, Contract Forms (including any Amendments), Invitation for Bid, the General and Special Conditions, Supplemental Conditions, if any, Bonds, Technical Specifications, and any other printed or written explanatory matter thereof, including any and all addenda, as prepared by the OWNER, all of which are made a part of this Contract as if fully and completely set forth herein. All of the aforesaid documents are collectively referred to as "Contract Documents".

In consideration of the performance of the work as set forth in these Contract Documents, and subject to adjustments in accordance with the Contract Documents, the OWNER agrees to pay the Contractor and to make payments in the manner and at the times provided in the Contract Documents, the amount as called out in our basic agreement based upon the unit pricing as called out in the referenced bid and our acceptance of that offer.

The CONTRACTOR agrees to commence the work to be performed under this agreement on a date to be specified in a written notice by the OWNER. The contract will be for an initial term of with a starting date and an ending date as required by the event of a natural disaster. At HU’s sole discretion, and subject to the terms and conditions of the Agreement, the Agreement may be extended for as long as there is a requirement for . In the event the CONTRACTOR fails to complete the work within the time limit or extended time limit agreed upon, as more particularly set forth in the Contract Documents, liquidated damages shall be paid to the OWNER in the amount of per calendar day.

The CONTRACTOR agrees to the manner and method of progress or periodic payments which will be made by the OWNER to the CONTRACTOR as set forth in the General Conditions and Supplementary Conditions of the Contract. Notwithstanding any laws of the State of Alabama to the contrary, the CONTRACTOR does hereby agree that the OWNER shall keep and retain all amounts retained from periodic or progress payments in the same form as retained until such time as the final payment is made.

It is mutually agreed between the parties that at any time after the execution of this Agreement and the Performance and Payment Bonds attached (if applicable), the OWNER shall deem the sureties upon such bonds to be unsatisfactory; or if, for any reasons such bond ceases to be adequate to cover the performance of the work, the CONTRACTOR shall, at its expense, within five (5) days after the receipt of notice from the OWNER to do so, furnish additional bond or bonds, in such form and amount and with such surety or sureties as will be satisfactory to the OWNER. In such event, no further payment to the CONTRACTOR shall be deemed to be due under the Contract until such new or additional security for the faithful performance of the work shall be furnished in manner and form satisfactory to OWNER.

The said CONTRACTOR further agrees to indemnify, hold harmless, and defend the OWNER, the City of Huntsville, members of the Huntsville Utilities Boards, or their representatives, employees, agents or servants from and against any and all liability for loss, damages, attorney fees, and expenses which the OWNER, the City of Huntsville, members of the Huntsville Utilities Boards, or their representatives, employees, agents or

22

Page 23: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

servants, may suffer or be held liable by reason of injury or damage to any person or property arising out of or in any manner connected with the operations to be performed under this Contract whether or not due in whole or in part to any act, omission, or negligence of the OWNER, The City of Huntsville, the members of the Huntsville Utilities Boards, or to any of their representatives, employees, agents or servants.

The CONTRACTOR must file with the OWNER evidence of adequate insurance for damages to persons and property which may arise out of performance of this Contract, and which is set forth in the Contract Documents, appendices and attachments hereto.

No additional work or extras shall be done unless the same shall be duly authorized by appropriate action by the Owner in writing.

IN WITNESS WHEREOF, the parties hereto have executed this Contract on the day and date first written above in three (3) consecutive counterparts, each of which shall, without proof or accounting for the other counterparts, be deemed as the original Contract.

CITY OF HUNTSVILLE, ALABAMA, A MUNICIPAL CORPORATION WITHIN THE STATE OF ALABAMA, d/b/a/ HUNTSVILLE UTILITIES: CONTRACTOR:

_________________________________ _________________________________Signature Signature

_________________________________ _________________________________Title Title

_________________________________ _________________________________Date Date

_________________________________ _________________________________Attest as to Owner Attest as to Contractor

23

Page 24: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

Attachment D (Conflict of Interest Form)

Yes No1. Has anyone from The City of Huntsville, a Huntsville Utilities employee, a Huntsville Utilities Board Member, or representative from Huntsville Utilities or the City of Huntsville dually elected or appointed ever been employed, retained, induced, or directed to solicit or secure the Agreement?

Yes No2. In the event of any allegation of substance (determination of which will be made solely by Huntsville Utilities) that Item #1 has been violated, will you, Contractor, cooperate fully with Huntsville Utilities in establishing whether or not the allegation is true?

If a violation of Item #1 above is found to have occurred, the Agreement may be terminated by Huntsville Utilities.

Contractor:

Company Name

Address

City, State, Zip Code

Signature

Printed Name

Title

24

Page 25: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

Attachment E (Non-Collusion Affidavit)

I, , being duly sworn, depose and say:

1. I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on the behalf of my firm.

2. The price(s) and amount of this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restricting competition with any other CONTRACTOR, bidder, or potential bidder.

3. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed either directly or indirectly prior to bid opening.

4. No attempt has been made or will be made to solicit, cause, or induce any firm or person to submit or not submit a bid on this project, or to submit a bid higher than the bid of this firm, or submit intentionally high or noncompetitive bid or other form of complementary bid.

5. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary bid.

6. My firm has not offered or entered into a subcontracting agreement regarding the purchase of material or services from any firm or person, or offered, promised, or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit a complementary bid on the project.

7. My firm has not accepted nor been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid in cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for my firm's submitting a complementary bid or agreeing to do so, on this project.

8. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval, or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act, or other conduct inconsistent with any of the statements and representation made in this affidavit.

Sworn to me this , 201__Company Name

Signature Signature

Printed Name Printed Name

Title

25

Page 26: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

Attachment F (E-Verify Affidavit)

Compliance with the requirements of the Beason-Hammon Alabama Taxpayer and Citizen Protection Act, Act No. 2011-535, Code of Alabama (1975) § 31-13-1 through 31-13-30” (also known as and hereinafter referred to as “the Alabama Immigration Act”) is required for HuntsvilleUtilities’ contracts as a condition of the contract performance.

Complete one of the affidavits below as applicable.

I, _____________________________________, a duly authorized officer or agent of ________________________________ (Contractor), do execute this affidavit on behalf of ________________________________ (Contractor) and by executing this affidavit, the undersigned Contractor verifies that it is a sole proprietorship, partnership, corporation or other business entity (circle one) that has no employees.

OR

I, _____________________________________, a duly authorized officer or agent of ________________________________ (Contractor), do execute this affidavit on behalf of ________________________________ (Contractor) and by executing this affidavit, the undersigned Contractor verifies its compliance with the Beason-Hammon Alabama Taxpayer and Citizen Protection Act, Act No. 2011-535 (Code of Alabama (1975) § 31-13-9), stating affirmatively that it does not knowingly employ, hire for employment, or continue to employ an unauthorized alien and that the sole proprietorship, partnership, or corporation or other business entity (circle one) which is contracting with Huntsville Utilities has registered with and is participating in the federal work authorization program known as “E-verify”, web address https://e-verify.uscis.gov/enroll operated by the United States Citizenship and Immigration Service Bureau of the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603, in accordance with the applicability provisions of the Alabama Immigration Act.

The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this contract with Huntsville Utilities , Alabama, that the Contractor will secure from such subcontractor(s) verification of compliance with Code of Alabama (1975) § 31-13-9 in a form substantially similar to this affidavit. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to Huntsville Utilities, at the time the subcontractor is retained to perform such services.

_________________________________________________________E-Verify Employment Eligibility Verification User Identification Number

_________________________________________ SUBSCRIBED AND SWORN BEFORE ME ON Name of Contractor THIS THE ____ DAY OF _________________,

20____._________________________________________ Signature of Authorized Officer or Agent of Contractor

_________________________________________ ____________________________________Printed Name of Authorized Officer or Agent Notary Public

___________________________________________ My commission Expires: __________________Title of Authorized Officer or Agent of Contractor

Attachment G (Contractor Security Clearance Application)

(A separate application will be required for each employee or subcontractor working on this project)

26

Page 27: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

27

1. Personal Information:

Name: Last________________________________________ First Middle__________

Aliases:_____________________________________ Nickname(s) ___________________________________

Address ___________________________________________City____________________State__________Zip________

Social Security No. ____________________ Date of Birth______________

Driver’s License # State .

Height______________ Weight _______________ Color Hair _______________ Color Eyes___________

2. Employment

Current Employer__________________________________________ Date Hired__________________________

Current Supervisor _________________________________________

3. Please provide all addresses for the last 5 years along with the dates you lived at those addresses:

(cont’d next page)

4. Criminal History: Have you been convicted or found not guilty by reason of insanity, of any of the following offenses in the last 7 years?

YES NO

Involvement in any act of sabotage, espionage, treason, terrorism, or sedition?

Sexual behavior of a criminal nature?

Deceptive or illegal financial practices such as embezzlement, employee theft, check fraud, or income tax evasion?

Alcohol related incidents such as driving under the influence or public intoxication?

Improper or illegal involvement with illegal or prescription (controlled) drugs?

Page 28: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

Attachment H (Contractor Safety and Health Questionnaire)

Company Name:

Alternate Name (DBA):

Company Type: General Contractor ☐ Mechanical ☐Other:

Street and/or P.O. Box:

Street 2:

City: State: Zip Code:

RESOURCES1. Name of company Safety and Health Contact: 2. Title of company Safety and Health Contact3. What percent of this person’s time is spent on safety and

health related matters?4. Does your company have a written procedure to ensure that

adequate safety and health program resources, such as budget, equipment, training, and manpower are included in each project bid? If yes, submit a copy with this completed questionnaire.

Yes ☐ No ☐

SAFETY AND HEALTH PROGRAM ELEMENTS 1. Does your company have a written safety, health, and

accident prevention program? If yes, submit a copy with the completed questionnaire.

Yes ☐ No ☐

2. Does your company have a written procedure to ensure safety and health issues are preplanned into each project and work operation (e.g., job hazard analysis, checklists, etc.)? If yes, submit a copy with the completed questionnaire.

Yes ☐ No ☐

3. Does your company have a written safety incentive program that will be implemented on this project? If yes, submit a copy with the completed questionnaire.

Yes ☐ No ☐

4. Does your company have a written accident/incident investigation procedure? If yes, submit a copy with the completed questionnaire.

Do your written procedures require near-miss incidents to be investigated?

Yes ☐ No ☐

Yes ☐ No ☐

5. Does your company have a written safety and health training program? If yes, submit a copy with the completed questionnaire.

If yes, does the program include the following?New employee/project orientation

Yes ☐ No ☐

Yes ☐ No ☐

28

Page 29: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

Weekly "toolbox" meetingsDaily job briefingsSupervisor safety trainingTask specific trainingOSHA required training Other _________________________________

Yes ☐ No ☐Yes ☐ No ☐Yes ☐ No ☐Yes ☐ No ☐Yes ☐ No ☐Yes ☐ No ☐

6. Does your company have a written procedure to ensure that only employees who are qualified by training and experience are allowed to operate equipment, tools, machinery, and vehicles? If yes, submit a copy with the completed questionnaire.

Yes ☐ No ☐

7. Does your company designate and train competent people as required by the applicable OSHA standards (e.g., excavations, scaffold, erection, etc.).

Yes ☐ No ☐

8. Does your company have a written procedure to screen subcontractors based on their past safety performance? If yes, submit a copy with the completed questionnaire.

Yes ☐ No ☐

DRUG FREE WORKPLACE PROGRAM1. Does your company have a written drug free workplace

program that includes drug testing? If yes, submit a copy with your completed questionnaire.

Yes ☐ No ☐

2. If the answer to Question 1 is yes, does your written drug free workplace program include the following?

Pre-employment drug and alcohol testingPost-accident drug and alcohol testing For cause drug and alcohol testingRandom drug and alcohol testingSupervisor and employee training

Yes ☐ No ☐Yes ☐ No ☐Yes ☐ No ☐Yes ☐ No ☐Yes ☐ No ☐

OSHA CITATIONS1. Has your company received any Federal or State Plan

OSHA citations within the last 3 years?Yes ☐ No ☐

2. If the answer to question 1 is yes, how many of each of the following types of citations have you received?

WillfulImminent dangerSeriousNonseriousDe minimus _________________________

1. Give a brief description of the nature of the citation(s), or attach a copy of the citation(s).2.

ACCIDENT AND ILLNESS STATISTICS 2017 2016 20153. How many man-hours has your company worked in

each of the last 3 years?

29

Page 30: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

4. How many OSHA recordable injuries did your company experience in each of the last 3 years?

5. How many lost time accidents has your company experienced in each of the last 3 years?

6. How many fatalities has your company experienced in each of the last 3 years?

Is there any additional information you feel we need to properly evaluate your company’s safety and health program? If yes, please explain below or attach additional sheets.

Name of Person Completing Questionnaire:

Title of Person Completing Questionnaire:

Contact Information of Person Completing Questionnaire:

Email: Business Phone:

Address of Person Completing Questionnaire (if different from page 1 address)

Street and/or P.O. Box:

Street 2:

City: State: Zip Code:

Signature of Person Completing Questionnaire:

Date:

30

Page 31: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

Attachment I (Mutual Non-Disclosure Agreement)

This Mutual Non-Disclosure Agreement is made this ____ day of _______________ 20__ between Huntsville Utilities, 112 Spragins Street, Huntsville, AL 35801 and __________________________________________.

Whereas, the parties wish to hold shared information for the Huntsville Utilities request for Proposal and (collectively, the “Purpose”);

Whereas, both parties may disclose Confidential Information, as defined herein, in the course of these discussions;

Whereas, both parties desire to protect the Confidential Information which may be disclosed between them.

IT IS AGREED:

1. Confidential Information. “Confidential Information” means any and all non-public information disclosed by either party to the other for the Purpose, including, without limitation, all technical information about either party’s products or services, product specifications, pricing, marketing, marketing plans and strategy, information about the Huntsville Utilities’ system, RFP responses, Bidder lists, other business or financial information or plans of either party, and all trade secrets of either party. The confidential Information may be transmitted orally, in writing or electronically. Notwithstanding the foregoing, “Confidential Information” shall not include, (i) any information that is in the public domain other than due to a breach of this Agreement, (ii) any information in the possession of the Recipient prior to disclosure by the Discloser hereunder, or (iii) any information independently developed by the Recipient without reliance on the information disclosed hereunder by the Discloser. “Discloser” means either party that discloses Confidential Information hereunder, and “Recipient” means either party that receives it.

2. Protection. For three (3) years after the date of disclosure, the Recipient shall keep all Confidential Information of the Discloser confidential, provided that trade secret information shall be maintained in confidence until the longer of (i) three years from the date of disclosure; or (ii) until the information is no longer a trade secret under applicable law. Except as provided in Section 3, the Recipient shall not, directly or indirectly, disclose the Confidential Information to any third party, and the Recipient shall take reasonable care to protect the Discloser’s Confidential Information. The Recipient shall not make any copies of any tangible documentation or materials provided hereunder, except to the extent necessary for the Purpose. The Recipient shall no use the Confidential Information of the Discloser for any reason other than for the Purpose.

3. Permitted Disclosures. The Recipient may only disclose the Confidential Information provided hereunder to its employees, agents, consultants and contractors who are directly involved in the Purpose and whom the Recipient has legally bound to comply with reasonable confidentiality obligations. The Recipient may also disclose Confidential Information to the extent it is obliged to do so under applicable laws, so long as it gives the Discloser reasonable notice to enable the Discloser to take protective steps.

4. Return. Upon the written request of the Discloser, the Recipient shall either (i) return all Confidential Information (including all copies) to the Discloser; or (ii) destroy all Confidential Information (including all copies) and provide written certification of their destruction to the Discloser.

5. Term. This agreement shall commence on the Effective Date and shall continue for three (3) years after the Effective Date. The provisions of the Agreement that are applicable to the circumstances occurring after termination or expiration shall survive such termination or expiration.

6. Warranty. Both parties represent and warrant that they have the right to engage in the discussions and to disclose all information disclosed in the discussions. Notwithstanding the above, the Discloser does not make any representation or warranty as to the accuracy or completeness of the Confidential Information.

31

Page 32: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

7. No Obligations. Neither party is under any obligation to disclose Confidential Information. Nothing in this Agreement obligates either party (i) to offer for sale any product or service using or incorporating the Confidential Information it discloses; or (ii) to purchase any product or service from the other party.

8. Ownership. All rights in the Confidential Information disclosed remain the property of the Discloser. The Recipient does not acquire any intellectual property rights to the Discloser’s Confidential Information.

9. Entire Agreement. This Agreement constitutes the entire agreement between the parties related to the subject matter hereof, and it supersedes any and all prior agreements, understanding or other communications, whether written or oral, formal or informal, between them. No consent, waiver, alteration, amendment, or modification shall be binding unless in writing and signed by both parties.

10. Assignment. Neither party may assign its rights or delegate its duties or obligations under this Agreement without the prior written consent of the other party.

11. Governing Law. The governing law under this Agreement shall be that of the State of Alabama. Any action brought by either party pursuant to this agreement shall be brought in the Circuit Court of Madison County, Alabama.

12. Injunctive Relief. Both parties acknowledge that a breach of this Agreement can cause the Discloser to suffer irreparable harm. IF ANY SUCH BREACH OCCURS OR IS THREATENED, THE DISCLOSER MAY SEEK INJUNCTIVE RELIEF, SPECIFIC PERFORMANCE AND OTHER EQUITABLE REMEDIES (IN ADDITION TO ANY AND ALL OTHER REMEDIES AT LAW) WITHOUT PROOF OF MONETARY DAMAGES OR THE INADEQUACY OF OTHER REMEDIES, AND THE RECIPIENT WAIVES ITS RIGHTS TO ALL SUCH DEFENSES.

13. Severability. In the event any provision of this Agreement is held to be void, unlawful or otherwise unenforceable, that provision will be severed from the remainder of the Agreement and replaced automatically by a provision containing terms as nearly like the void, unlawful, or unenforceable provision as possible; and the Agreement, as so modified, will continue to be full force and effect.

14. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. Additionally, this Agreement may be executed by facsimile or electronic copies, all of which shall be considered an original for all purposes.

IN WITNESS WHEREOF, the parties hereto have duly executed this Confidentiality Agreement as of the date first written above.

HUNTSVILLE UTILITIES _____________________________

By: By: _____________________________

Name: Name: _____________________________

Title: Title: _____________________________

32

Page 33: Bid Document - Huntsville Utilities€¦ · Web viewNetwork Core Routing and Switching Infrastructure. 1.3 Time and Date for Submitting Bids A pre-bid conference is scheduled for

Attachment J (Pricing Sheet)

Juniper Networks or equivalent technology campus network core routing and switching infrastructure

Description* PriceHardware $Software Licenses $1st Party Support $Design and Migration Planning $

Total $

Note: The product detail referenced above must be specified for any equivalent product quoted. Huntsville Utilities will be the sole determiner of equivalency.

(*) Pricing categories will be discussed and finalized at the pre-bid meeting.

33