request for proposals installation of a distributed ... of... · request for proposals ....

23
REQUEST FOR PROPOSALS Installation of a Distributed Antenna System BID NO: 17-17006 Addendum 2 PROPOSALS DUE: 10 Mar 17 @ 3:00 PM Central Time To report suspected ethics violations impacting the San Antonio Water System, please call 1-800-687-1918.

Upload: hakien

Post on 14-Mar-2018

235 views

Category:

Documents


1 download

TRANSCRIPT

REQUEST FOR PROPOSALS

Installation of a Distributed Antenna System BID NO: 17-17006

Addendum 2

PROPOSALS DUE: 10 Mar 17 @ 3:00 PM Central Time

To report suspected ethics violations impacting the San Antonio Water System, please call 1-800-687-1918.

Page 1 of 17

***** This Addendum 2 is issued to make the following changes to RFP 17-17006: 1. Extend the due date of proposals from March 3, 2017 to March 10, 2017. 2. Update the estimated award date from May 2, 2017 to June 6, 2017. 3. Page 1 of 38 is revised in its entirety and replaced with the attached page 1 of 38 – Addendum 2. 4. Page 2 of 38 is revised in its entirety and replaced with the attached page 2 of 38 – Addendum 2. 5. Page 3 of 38 is revised in its entirety and replaced with the attached page 3 of 38 – Addendum 2. Among other changes to page 3, the following statement is added to page 3 not addressed in the responses below at Section C.1.b.iv.: “iv. Comply with Federal Communications Commission regulatory requirements.” 6. Page 4 of 38 is revised in its entirety and replaced with the attached page 4 of 38 – Addendum 2. 7. Exhibit E – Price Schedule is revised in its entirety and replaced with the attached Exhibit E in order to breakout each Service Center and building separately. 8. Exhibit I and J are added to the RFP in order to provide additional NOSC and WOSC floor plans providing an enhanced view of the interior of each building. 9. Provide response to the following questions: QUESTION 1: What is the size of each building? RESPONSE 1:

i. The size of each building is as follows:

Northside Operations Service Center (NOSC) - Administration Bldg: 10,551 sf - Fleet Bldg: 2,522 sf - Supply Bldg 1,616 sf

Westside Operations Service Center (WOSC)

- Administration Bldg: 12,300 sf - Fleet Bldg: 2,522 sf - Supply Bldg 1,848 sf

ii. Exhibit I and J are added to the RFP in order to provide additional NOSC and WOSC floor

plans providing an enhanced view of the interior of each building. QUESTION 2: Are you looking for coverage in just the buildings or on the entire property? If entire property, please let us know the size of the property as well. Square footage or acres is acceptable. RESPONSE 2: Just the buildings. QUESTION 3: My company is young, and I don't have the required number of client references to provide. Would this exclude my company or can submitting a client reference, my resume, and professional colleague references be sufficient?

Page 2 of 17

RESPONSE 3: Potential offerors shall submit their proposal in accordance with the requirements identified in the RFP. QUESTION 4: Is the space above the drop ceiling plenum space? RESPONSE 4: Yes. QUESTION 5: It is our understanding that SAWS will provide the Background Checks, is this correct? RESPONSE 5: The Contractor is responsible for obtaining the background screening for each employee who will be receiving a SAWS Contractor badge. Further information regarding contractor access on SAWS property can be found at Exhibit D – SECURITY PROCEDURES to the RFP. QUESTION 6: It is our understanding that SAWS will provide necessary wall and roof penetrations, is this correct? RESPONSE 6: No, SAWS will not provide for these penetrations. The contractor shall provide for the necessary penetrations. QUESTION 7: For the optional buildings are we able to use the existing fiber connections? RESPONSE 7: Yes. QUESTION 8: If it is necessary to install new fiber to the optional buildings are there available conduit runs in place? RESPONSE 8: New fiber installation is not required as existing fiber optic is already in place. QUESTION 9: Can we get the necessary plans for the buildings with floor plan dimensions, walls, and overhead space? RESPONSE 9: See response to Question 1. QUESTION 10: If it is necessary to run new conduit to optional buildings can we get the underground utility plans for the sites? RESPONSE 10: It is not necessary to run new conduit as existing conduit is already in place. QUESTION 11: According to the prints single mode fiber exists between buildings. Are there spare strands of fiber and if so we can use existing fiber? RESPONSE 11: Yes, there are multiple strands of fiber, and yes the contractor can use the existing fiber. QUESTION 12: Are we to provide coverage to parking and outside areas? If so please identify areas. RESPONSE 12: No. COMMENT 13: Please describe the available type of fiber between the buildings. RESPONSE 13: The fiber between the buildings is single mode. QUESTION 14: Reserved. RESPONSE 14: Reserved. QUESTION 15: Request copy of RFP in Word Format from p18 to the end. If SAWS can’t provide all requested sections in word format then perhaps just the Check List and Questionnaire? RESPONSE 15: The RFP is write-protected in order to avoid any inadvertent changes to the RFP. QUESTION 16: Please confirm the RFP regarding Building Use

i. Max occupancy at a given time confirmed.

Page 3 of 17

Location Administration Occupancy Fleet Occupancy Supply Occupancy WOSC 288 (147 ) 90 (5) 56 (6) NOSC 249 (88) 90 (5) 53 (6)

RESPONSE 16: Maximum Occupancy Loads are identified in the Table above, at Question 16, per the City of San Antonio Certificate of Occupancy with actuals are in parenthesis. QUESTION 17: Please confirm if the staff or building will be operating an Emergency Management Center from any given building. RESPONSE 17: No, the staff or building will not be operating an Emergency Management Center from any given building. QUESTION 18: Within the RFP, it states a 2 hour response time for Maintenance / Support. During the walk the 2 hours was clarified to be “telephone” response and that the expectations for a “truck roll” would be 24 hour response time. Can you please clarify in the RFP updates? RESPONSE 18: Page 3 of 38 of the RFP is updated in its entirety and replaced with the Attachment 3 below in order to revise Section A.3. and A.4. in response to this question. QUESTION 19: Can you please provide requested break out pricing by location and by building at each location. The assumption is that the Admin Building is the key building in scope and that budget providing there would be consideration for the Fleet and Supply buildings as well. Please adjust RFP with Update. RESPONSE 19: Exhibit E is updated in its entirety and replaced with Attachment 5 below in order to breakout the Installation, and Maintenance cost of each location and building separately. In addition, page 4 of 38 is updated in its entirety in order to address that the line items at Exhibit E will be awarded on an all, some or none basis to a single source. QUESTION 20: What time [type] of glass does each building have? RESPONSE 20:

i. Storefront/Lobbies: Double paned ¼” clear annealed with ½” gap ii. All other exterior windows: 1” insulated (double paned ¼” with 1/2” gap) insulated

tempered solarban 70XL Low-E QUESTION 21: Please confirm Space (Rack / Wall) and Local Power [at] each location/building?

Location

Administration Fleet Supply Head End

Rack/Wall Power Head End

Rack/Wall Power Head End

Rack/Wall Power

WOSC MDF 107

1 full rack

Limited Power

IDF Limited wall/rack

Limited Power

IDF Limited wall/rack

Limited Power

NOSC MDF A110

1 full rack

Limited Power

IDF F110

Limited wall/rack

Limited Power

IDF S110

Limited wall/rack

Limited Power

RESPONSE 21: Responses provided in the Table above at Question 21. QUESTION 22: Will SAWS will provide additional power if required? RESPONSE 22: No, the vendor shall be responsible for providing for any additional power. COMMENT 23: RFP states 45-60 days for construction complete from start date. If board doesn’t approve until 5/2 the date may need to be extended by a few weeks to allow time for carrier RF source, design and

Page 4 of 17

regulatory approvals, carrier retransmission agreements and time for materials acquisition. While some of this work can be done simultaneously there may still be an issue starting some of these processes prior to 5/2. RESPONSE 23: The contractor shall provide for a fully operational distributed antenna system within 90 calendar days from date of award. Page 2 of 38 of the RFP is updated in its entirety and replaced with Attachment 2 below in order to revise Section B. QUESTION 24: Lifts may be required when working in the bays, what are the rules for bringing a lift on to the property. RESPONSE 24: Bringing lifts onto the property is allowed with the coordination of SAWS staff. A SAWS assigned escort may also be required. QUESTION 25: Are the following assumptions correct for the SAWS projects?

i. Bid will assume that SAWS to provide space and power for head end. RESPONSE: Wall space will be provided. However, additional power, if any, shall be the responsibility of the contractor.

ii. Bid will assume that SAWS to provide any required floor/roof penetrations. RESPONSE: The contractor shall provide for any required floor/roof penetrations.

iii. If the donor antennas are side wall mounted then the awarded integrator to provided. RESPONSE: Yes.

iv. Bid will assume that SAWS to provide a staging area during installation. RESPONSE: Yes.

v. Bid will assume that SAWS will process background checks necessary for obtaining a badge to work at a given location and/or that SAWS will provide an on-site escort if deemed necessary by SAWS.

RESPONSE: See response to Question 5. vi. Bid will assume that there are no unique safety classes, certifications and/or unique installation

safety rules. i.e. no 2 man lift/ladder rule, no fall protection training required. RESPONSE: There are no special onsite safety training requirements for contractor work at the NOSC or WOSC. However, the contractor shall follow OSHA regulations during the installation. Page 1 of 38 of the RFP is updated in its entirety with the addition of Section A.5.

vii. Bid will assume installation hours, M-F, 8am-5pm. RESPONSE: Yes, M-F, 8:00am – 5:00pm Central.

viii. Bid will assume that all cable will be supported every 4-5 feet with J-Hooks in the absence of customer cable tray.

RESPONSE: Yes, that is correct. RESPONSE 25: See individual responses above for each item. QUESTION 26: Since your buildings are still under warranty, will you be required to have a vendor within your contract to provide a Building Penetration or are we cleared to do so ourselves? RESPONSE 26: The contractor awarded the Distributed Antenna System contract shall provide for any building penetrations. QUESTION 27: Will SAWS require the DAS system(s) to be on Ups or back up power? RESPONSE 27: Yes, the contractor shall connect the DAS to an UPS or backup power to be provided by the contractor. Page 1 of 38 of the RFP is updated in its entirety with the addition of Section A.2. QUESTION 28: May we request a better set of plans for the buildings needing a DAS; Plans that have an overall footprint of internal office layout, as well as a defined perimeter. RESPONSE 28: See response to Question 1.

Page 5 of 17

QUESTION 29: Which mobile carrier is most prevalent amongst employees? RESPONSE 29: AT&T and Verizon QUESTION 30: Is remote monitoring/alarming a priority? RESPONSE 30: No, remote monitoring/alarming is not a priority. QUESTION 31: Are roof penetrations allowed and who would be responsible for penetrations? RESPONSE 31: Yes, penetrations are allowed. Also, see response to Question 6. QUESTION 32: In order to get carrier approval for broadcasting, the carriers will require certified carrier approved repeaters and data collection both pre and post installation, we are to assume we will meet the standards provided by the carriers in this effort correct? RESPONSE 32: Yes, correct. QUESTION 33: Would you please give us the exact square footage of each building requiring coverage for the Westside Operations Center (WOSC) & Northside Operations Center (NOSC)? RESPONSE 33: See response to Question 1. QUESTION 34: How far is each building from the next nearest adjacent building at each operations center campus? RESPONSE 34: Exhibit G (WOSC & NOSC Floor Plans) can be used to estimate the distance between each building. QUESTION 35: What are the technologies, frequencies and final strengths required for each carrier to be included in the contractor’s response to this RFP? RESPONSE 35: The contractor shall follow the carriers’ best practices and recommendations regarding technologies, frequencies, and final strengths. QUESTION 36: Will awarded contractor be required to provide electrical work necessary for the system to be installed or will that be provided by SAWS? RESPONSE 36: Yes, the contractor shall provide for electrical work. QUESTION 37: If [electrical] provided by SAWS, will there be a cost passed on to the awarded contractor and if so, what will that be? RESPONSE 37: SAWS will not provide for electrical work. QUESTION 38: Does SAWS have a contract with a wireless carrier and if so, whom? RESPONSE 38: SAWS has wireless contracts with AT&T and T-Mobile in support of SAWS issued cellular phones. QUESTION 39: Approximately how many employees are in the buildings at any one given time? RESPONSE 39: See response to Question 16. QUESTION 40: Is single mode fiber or multimode fiber used for interconnectivity between the three buildings on each campus? RESPONSE 40: Single mode fiber is used. QUESTION 41: Would awarded contractor be allowed to use existing SAWS fiber to provide connectivity for the Distributed Antenna System (DAS)?

Page 6 of 17

RESPONSE 41: Yes. QUESTION 42: If awarded contractor is allowed to utilize SAWS fiber, will they be allowed to fusion splice the DAS into the allocate fiber? RESPONSE 42: No, the fiber is to terminate with the LC connectors. QUESTION 43: If awarded contractor is NOT allowed to utilize SAWS fiber, is there unused conduit available for use DAS between the three buildings of each campus? RESPONSE 43: The contractor can utilize existing fiber. QUESTION 44: If awarded contractor is allowed to utilize SAWS conduit but has to utilize conduit currently b[e]ing utilized, what is the fill ratio of the conduit the awardee would be allowed to use? RESPONSE 44: Conduit can be used up to a 40% fill ratio. QUESTION 45: What is the preferred donor antenna placement & penetration type for each location / building?

Location Administration Mount / Penetration

Fleet Mount / Penetration

Supply Mount / Penetration

WOSC - Mount on existing 4’’ mast on roof - Penetrate using existing weather head

- Wall mount - Penetrate sidewall of building

- Wall mount - Penetrate sidewall of building

NOSC - Mount on existing 4’’ mast on roof - Penetrate using existing weather head

- Wall mount - Penetrate sidewall of building

- Wall mount - Penetrate sidewall of building

RESPONSE 45: Responses are included in the Table above at Question 45. QUESTION 46: Can you please confirm the # of free strands of SMF that are available between buildings at each campus, in case an active system is pursued. RESPONSE 46: There are approximately 20 free strands. QUESTION 47: Is there a need for an Emergency Responder Radio System? RESPONSE 47: No. QUESTION 48: Can you please post the mandatory sign in sheet for the Installation of a Distributed Antenna System? RESPONSE 48: The list of attendees to the 10 Feb 17 Site Visits was posted via Addendum 1. QUESTION 49: SAWS okay without Cricket and US Cellular given the territory this system is being installed in? RESPONSE 49: Yes, SAWS concurs with not providing for coverage to Cricket and US Cellular. Page 2 and 3 of 38 of the RFP is updated in its entirety removing reference to Cricket and US Cellular. QUESTION 50: Does SAWS have an existing relationship with AT&T Mobility? RESPONSE 50: No. QUESTION 51: Does SAWS have any other facilities that have a DAS? If so was it carrier funded or funded by SAWS? Multi carrier? RESPONSE 51: No.

Page 7 of 17

QUESTION 52: Will SAWS accept a Design Build proposal? RESPONSE 52: No.

IT IS NECESSARY TO RETURN THIS ADDENDUM 2 AS PART OF YOUR PROPOSAL SUBMISSION

All other terms and conditions of the original bid remain unchanged.

Attachments: Attachment 1: Page 1 of 38 – Addendum 2 Attachment 2: Page 2 of 38 – Addendum 2 Attachment 3: Page 3 of 38 – Addendum 2 Attachment 4: Page 4 of 38 – Addendum 2 Attachment 5: Exhibit E – Price Schedule – Addendum 2 Attachment 6: Exhibit I – NOSC Floor Plans – Addendum 2 Attachment 7: Exhibit J – WOSC Floor Plans – Addendum 2

Page 1 of 38 -- Addendum 2 Page 8 of 17

Attachment 1

I. Project Information A. Objective

The San Antonio Water System (SAWS) is seeking installation of a Distributed Antenna System. The

proposed system must be an in-building passive distributed antenna system turnkey incorporating hardware and software technology to provide voice and data cellular network coverage in areas with weak to no signal at the following two locations: Westside Operations Center and Northside Operations Center.

B. Scope of Services

Minimum Requirements

In order to be considered for an award, respondent must have demonstrable experience in providing, installing and implementation of a turnkey distributed antenna system.

1. The contractor shall be responsible for providing SAWS with a turnkey passive distributed antenna system incorporating hardware and software technology. The system shall be a fully compatible neutral-host that can work with multiple carriers. The system shall be comprised of all new equipment. Subsequent to implementation, the contractor shall provide for on-site user training, and maintaining of the system, to include all components, over the life of the contract.

2. This RFP is divided into two key areas:

a. GROUP A – Purchase and installation of Distributed Antenna System b. GROUP B - Warranties and Maintenance

GROUP A – Purchase of Distributed Antenna System

The contractor shall install a passive distributed antenna system, which includes all hardware,

mounting devices, cables and associated software to provide multiple cellular network coverage.

A. Contractor Requirements. The contractor shall: 1. Be required to install all hardware and software so that the distributed antenna system is fully

functional at two locations (Westside Operations Service Center (WOSC) and Northside Operations Service Center (NOSC)) as identified at Exhibit G. The facilities are above ground, slab on grade, with normal false ceilings. Note: The GENERAL NOTES included on each drawing, at Exhibit G, do not apply to the requirements of this RFP. Each drawing, at Exhibit G, is provided for reference only.

2. Connect the DAS to an UPS or backup power to be provided by the contractor. 3. Provide for on-site technical support to SAWS personnel for minimum of two business days after

transition and implementation of the new system. 4. Provide training to SAWS personnel so that the affected personnel will possess the knowledge and

skill to utilize the system. The contractor shall provide for a minimum of one 8 hour day of onsite instructor training.

5. Follow OSHA regulations during the installation.

Page 2 of 38 -- Addendum 2 Page 9 of 17

Attachment 2

6. Provide Operation and troubleshooting manuals (along with updates) on CD or thumb drive with

proposal submittal (seven (7) in total; one with the original package and one with each proposal copy).

B. Implementation Schedule. The contractor shall provide for a fully operational distributed antenna system within 90 calendar days from date of award.

C. Proposed System.

The proposed system shall include the following minimum functional requirements: 1. Distributed Antenna System

a. Operating system shall be a fully compatible 4G LTE neutral-host that can work with the following multiple cellular carriers providing for voice, data, and /video support):

i. Verizon Wireless ii. AT&T Wireless

iii. T-Mobile US iv. Sprint Corporation

b. The Distributed Antenna System shall:

i. Provide voice and data cellular communications coverage for San Antonio Water System WOSC and NOSC that includes all office areas, conference rooms, meeting areas, labs, or other building specific areas.

ii. Provide for 95% percent coverage at the following levels:

• Reference Signal Received Power (RSRP) of -85 decibels below 1 milliwatt (dBm) for 700MHz Long Term Evolution (LTE) with a 10Megahertz (MHz) frequency bandwidth.

• RSRP of -85dBm for 800MHz LTE with a 5 MHz frequency bandwidth.

• Received Signal Code Power (RSCP) of -85dBm for Code Division Multiple Access (CDMA), Evolution Data Optimized (EDVO), Universal Mobile Telecommunications System (UMTS), Wideband Code Division Multiple Access (WCDMA) at 850MHz and 1900MHz.

• RSRP of -103dBm for 2100MHz LTE with a 20MHz frequency bandwidth.

Page 3 of 38 -- Addendum 2 Page 10 of 17

Attachment 3

iii. The coverage requirements shall account for the following wireless service providers (WSP):

Wireless Service Provider (WSP)

AT&T

Verizon

Sprint

T-Mobile The contractor shall be responsible to verify the coverage and frequency requirements of the system to ensure it meets WSPs’ approvals. The contractor shall work with WSPs to bring service in and facilitate system connection to the carrier network(s).

iv. Comply with Federal Communications Commission regulatory requirements.

The contractor shall provide a solution with the following characteristics: • Design, install and maintain a DAS that provides voice and data cellular communications coverage to all

employee areas such as office areas, main walkways, conference rooms, lunch rooms, and other meeting areas.

• The system shall be scalable and adaptable to emerging technologies and designed to be adaptable for current and future re-banding efforts. The DAS head-end(s) is expected to be rack-mounted for the purpose of scalability.

GROUP B – Maintenance and Warranty

A. The initial maintenance and warranty period shall begin upon acceptance of a fully operational system

and be provided annually thereafter. The contractor shall provide for the following maintenance and warranty: 1. Software upgrades 2. Device repairs and preventative maintenance. In the event of hardware failure, the contractor shall bear all costs for shipping. 3. Respond, via telephone, within two (2) hours of notification. 4. Respond, via “truck roll,” within twenty-four (24) hours of notification. 5. Provide and maintain a toll-free hotline for customer support Monday – Friday 8:00am – 5:00PM.

------------------End of Scope of Services--------------------

C. Period of Contract

Contract shall begin upon the effective date of award, or June 6, 2017 whichever is later, and terminate on June 5, 2018.

Page 4 of 38 -- Addendum 2 Page 11 of 17

Attachment 4

2. At SAWS option, this Contract may be renewed under the same terms and conditions for four (4) additional one (1) year periods. Renewals shall be in writing and signed by SAWS Director of Purchasing or his designee, without further action by the San Antonio Water System Board of Trustees, subject to and contingent upon appropriation of funding therefore.

3. SAWS shall also have the right to extend this contract under the same terms and conditions beyond the original term or any renewal thereof, on a month to month basis, not to exceed 6 months. Said month to month extensions shall be in writing, signed by SAWS Director of Purchasing or his designee, and shall not require Board approval, subject to and contingent upon appropriation of funding therefore.

D. Additional Requirements. RESERVED

E. Estimated Timeline – The dates listed below are subject to change without notice.

RFP Release February 1, 2017 Mandatory Pre-Submittal Conference and Site-Visit .................................... February 10, 2017 Receipt of Written Questions Due ................................................................. February 13, 2017 Proposals Due .................................................................................................... March 10, 2017 Selected Firm Notified ........................................................................................... April 5, 2017 Non-Selection Notices mailed ............................................................................... April 5, 2017 SAWS Board Approval and Award ........................................................................ May 2, 2017 Start Work ............................................................................................................... June 6, 2017

II. Selection Process

A. Selection

All proposals received will be evaluated by a Technical Evaluation Committee that will review, evaluate and rank the proposals according to a numerical scoring system based on the responses to the criteria listed below.

B. Budget Based on budget, SAWS reserves the right to award Line Items 1 through 13 of the Base Period at

Exhibit E on an all, some or none basis to a single source upon initial award. Subsequent to initial award and based on future years budget, SAWS reserves the right to award any of the non-awarded Line Items of the Base Period at the original proposed cost if award is within twelve (12) months of the initial award date.

C. Evaluation Criteria Summary

Respondents not providing a response to each of the criteria listed in this RFP shall be considered non-responsive and ineligible for consideration.

Evaluation criteria are listed in order of priority: 1. Price Proposal 35 pts 2. Technical Approach 35 pts 3. Past Experience with Similar Projects 20 pts 4. Small, Minority and Woman Business 10 pts

(SMWB) participation (Exhibit “B” Good Faith Effort Plan)

Page 36 of 38 -- Addendum 2 Page 12 of 17

Attachment 5

Exhibit E -- Price Schedule – Addendum #2

*Based on budget, SAWS reserves the right to award Line Items 1 through 13 of the Base Period at Exhibit E on an all, some or none basis to a single source upon initial award. Subsequent to initial award and based on future years budget, SAWS reserves the right to award any of the non-awarded Line Items of the Base Period at the original proposed cost if award is within twelve (12) months of the initial award date.

Base Period – 2017/2018

Item Description Qty UOM Unit Price Extended Price

DAS INSTALLATION – Administration Bldgs

*1 DAS Installation NOSC – Administration Building 1 Lump

Sum $ $

*2 DAS Installation WOSC – Administration Building 1 Lump

Sum $ $

DAS INSTALLATION – Fleet Bldgs

*3 DAS Installation NOSC – Fleet Building 1 Lump

Sum $ $

*4 DAS Installation WOSC – Fleet Building 1 Lump

Sum $ $

DAS INSTALLATION – Supply Bldgs

*5 DAS Installation NOSC – Supply Building 1 Lump

Sum $ $

*6 DAS Installation WOSC – Supply Building 1 Lump

Sum $ $

TRAINING

*7 Training 1 Lump Sum $ $

BASE PERIOD DAS MAINTENANCE - Administration Bldgs (PoP: 12 months from Installation)

*8 DAS Maintenance NOSC - Administration Bldg 1 Lump

Sum $ $

*9 DAS Maintenance WOSC – Administration Bldg 1 Lump

Sum $ $

BASE PERIOD DAS MAINTENANCE - Fleet Bldgs (PoP: 12 months from Installation)

*10 DAS Maintenance NOSC – Fleet Bldg 1 Lump

Sum $ $

*11 DAS Maintenance WOSC – Fleet Bldg 1 Lump

Sum $ $

BASE PERIOD DAS MAINTENANCE - Supply Bldgs (PoP: 12 months from Installation)

*12 DAS Maintenance NOSC – Supply Bldg 1 Lump

Sum $ $

*13 DAS Maintenance WOSC – Supply Bldg 1 Lump

Sum $ $

BASE PERIOD TOTAL $

Page 36b of 38 -- Addendum 2 Page 13 of 17

Attachment 5

Extension 1 – 2018/2019 Item Description Qty UOM Unit Price Extended Price

EXTENSION 1: DAS MAINTENANCE - Administration Bldgs (PoP: 12 months)

1 DAS Maintenance NOSC - Administration Bldg 1 Lump

Sum $ $

2 DAS Maintenance WOSC – Administration Bldg 1 Lump

Sum $ $

EXTENSION 1: DAS MAINTENANCE - Fleet Bldgs (PoP: 12 months)

3 DAS Maintenance NOSC – Fleet Bldg 1 Lump

Sum $ $

4 DAS Maintenance WOSC – Fleet BldG 1 Lump

Sum $ $

EXTENSION 1: DAS MAINTENANCE - Supply Bldgs (PoP: 12 months)

5 DAS Maintenance NOSC – Supply Bldg 1 Lump

Sum $ $

6 DAS Maintenance WOSC – Supply Bldg 1 Lump

Sum $ $

EXTENSION 1 TOTAL $

Extension 2 – 2019/2020

Item Description Qty UOM Unit Price Extended Price EXTENSION 2: DAS MAINTENANCE - Administration Bldgs

(PoP: 12 months)

1 DAS Maintenance NOSC - Administration Bldg 1 Lump

Sum $ $

2 DAS Maintenance WOSC – Administration Bldg 1 Lump

Sum $ $

EXTENSION 2: DAS MAINTENANCE - Fleet Bldgs (PoP: 12 months)

3 DAS Maintenance NOSC – Fleet Bldg 1 Lump

Sum $ $

4 DAS Maintenance WOSC – Fleet BldG 1 Lump

Sum $ $

EXTENSION 2: DAS MAINTENANCE - Supply Bldgs (PoP: 12 months)

5 DAS Maintenance NOSC – Supply Bldg 1 Lump

Sum $ $

6 DAS Maintenance WOSC – Supply Bldg 1 Lump

Sum $ $

EXTENSION 2 TOTAL $

Page 36b of 38 -- Addendum 2 Page 14 of 17

Attachment 5

Extension 3 – 2020/2021 Item Description Qty UOM Unit Price Extended Price

EXTENSION 3: DAS MAINTENANCE - Administration Bldgs (PoP: 12 months)

1 DAS Maintenance NOSC - Administration Bldg 1 Lump

Sum $ $

2 DAS Maintenance WOSC – Administration Bldg 1 Lump

Sum $ $

EXTENSION 3: DAS MAINTENANCE - Fleet Bldgs (PoP: 12 months)

3 DAS Maintenance NOSC – Fleet Bldg 1 Lump

Sum $ $

4 DAS Maintenance WOSC – Fleet BldG 1 Lump

Sum $ $

EXTENSION 3: DAS MAINTENANCE - Supply Bldgs (PoP: 12 months)

5 DAS Maintenance NOSC – Supply Bldg 1 Lump

Sum $ $

6 DAS Maintenance WOSC – Supply Bldg 1 Lump

Sum $ $

EXTENSION 3 TOTAL $

Extension 4– 2021/2022 Item Description Qty UOM Unit Price Extended Price

EXTENSION 4: DAS MAINTENANCE - Administration Bldgs (PoP: 12 months)

1 DAS Maintenance NOSC - Administration Bldg 1 Lump

Sum $ $

2 DAS Maintenance WOSC – Administration Bldg 1 Lump

Sum $ $

EXTENSION 4: DAS MAINTENANCE - Fleet Bldgs (PoP: 12 months)

3 DAS Maintenance NOSC – Fleet Bldg 1 Lump

Sum $ $

4 DAS Maintenance WOSC – Fleet BldG 1 Lump

Sum $ $

EXTENSION 4: DAS MAINTENANCE - Supply Bldgs (PoP: 12 months)

5 DAS Maintenance NOSC – Supply Bldg 1 Lump

Sum $ $

6 DAS Maintenance WOSC – Supply Bldg 1 Lump

Sum $ $

EXTENSION 4 TOTAL $

GRAND TOTAL (Base, Ext 1, Ext 2, Ext, Ext 4): $______________________________

Page 15 of 17

Attachment 6

Exhibit I – NOSC Floor Plans – Addendum 2 (3 Documents)

DN

FloorOutlet

FloorOutlet

42"d 4

2"d

Floo

rOu

tlet

NORTH

D&C MANAGER

A142

DIRECTOR FLEXOFFICE

A143

VESTIBULE

A100 SMALLMULTI-PURPOSE

A106

LIFTWORKSTATIONS

A108

LIFT SUPER

A110LIFT MANAGER

A112

LIFT SUPER

A114

CMP SUPER

A115

CMP SUPER

A116

CMP FOREMAN

A117

FURNITURESTORAGE

A123

IT

A109

MECH

A125

ELEC

A107

STORAGE

A105

D&C FOREMAN

A126

LIFTS ADMIN

A103

D&C ADMIN

A102HR/FLEX OFFICE

A141

D&C SUPER

A127

FIRE RISER ROOM

A136

D&C SUPER

A138

D&C SUPER

A139

D&C SUPER

A140

BREAK ROOM

A119

MULTI-PURPOSEA

A124A

FOOD SERVICE

A120

MULTI-PURPOSEB

A124BCREW QUARTERS

A122

WORK ROOM

A145

CUSTODIAL

A130

VEST.

A128

JAN CL

A129

VEST.

A135

MEN'S

A134

VEST.

A133

VESTIBULE

A132

DRY STORAGE

A121

CORR.

A137

CORR.

A144

LOBBY

A101CORR.

A104 WORK COUNTER

A111

CORR.

A113

(5) LAPTOPLOCKERS

TIMECLOCK

WOMEN'S

A131

(9) LAPTOP LOCKERS

(5) LARGE EQUIP.LOCKERS(17) LOCKERS (18) LOCKERS

D

C

B

A

54321

Drawn

Checked

Date

PROJECT No.

03/23/15

14019

Revisions

2008 Marmon Mok, LLPc

Unauthorized reproduction isprohibited.

SHEET TITLE

SHEET NO.

70

0N

.S

t.

ARCHITECTURE

Ma

ry

'sS

uit

e1

60

0S

an

An

to

nio

,T

X7

82

05

TF

21

0.

22

3.

94

92

21

0.

22

3.

25

82

F F&

E - F

OR

REF

ENC

E O

NLY

NO

T F

OR R

EG

ULATO

RY A

PPR

OVAL,

PERM

ITTIN

G O

R C

ON

STRU

CTIO

N

AR

CH

ITECT R

EG

ISTRA

TIO

N

NO

. 2

1824

03/2

3/15

C:\

Revi t\1

4019_SAW

S

NSO

C_M

M_Arc

h_Site_14-1

1-1

1_v14_denis

e.r

vt

3/2

3/2

015 2

:02:5

2 P

M

A801

FURNITURE,

FIXTURES &

EQUIPMENT -

ADMIN BLDG

DB

CM

NSO

C N

EW

SERVIC

ECEN

TER P

RO

J ECT

CAPIT

AL P

ORT D

RIV

E

S

AN

AN

TO

NIO

, TX

1/8" = 1'-0"A801

1 FF&E Plan - Admin Bldg

SM30

1 SM301

5'-6"

MIN

IMUM

5'-6"

MIN

IMUM

8'-0" MINIMUMFROM CENTERLINE

TO NEARESTOBSTRUCTION

8'-0" MINIMUMFROM CENTERLINE

TO NEARESTOBSTRUCTION

FRONT CLEARANCEFRONT OVERHANG

OF LONGESTVEHICLE

PLUS REQUIREDWORK SPACE

FRONT CLEARANCEFRONT OVERHANG

OF LONGESTVEHICLE

PLUS REQUIREDWORK SPACE

SM30

1 SM301

5'-6

" MIN

IMUM

5'-6

" MIN

IMUM

8'-0" MINIMUMFROM CENTERLINE

TO NEARESTOBSTRUCTION

8'-0" MINIMUMFROM CENTERLINE

TO NEARESTOBSTRUCTION

FRONT CLEARANCEFRONT OVERHANG

OF LONGESTVEHICLE

PLUS REQUIREDWORK SPACE

FRONT CLEARANCEFRONT OVERHANG

OF LONGESTVEHICLE

PLUS REQUIREDWORK SPACE

EQ-F-06

EQ-F-08

EQ-F-09

EQ

-F-10

EQ-F-19

EQ-F-22

EQ-F-24

EQ-F-27

EQ

-F-31

EQ

-F-3

6

EQ

-F-37

EQ

-F-3

8

EQ-F-39

EQ-F-44

EQ-F-20

EQ-F-20

EQ-F-21

EQ-F-19

EQ-F-25

EQ-F-26

EQ-F-30

EQ-F-23

EQ-F-28

EQ

-F-2

2

EQ-F-26

EQ-F-07

EQ-F-07

EQ-F-07

EQ-F-20

EQ-F-20

EQ-F-21

EQ-F-26

EQ-F-22

EQ-F-21

EQ-F-15

EQ-F-15

EQ-F-45

EQ-F-22

EQ-F-07

EQ-F-07

EQ-F-07

EQ-F-07

EQ-F-26

EQ-F-07

EQ-F-07

EQ-F-07

EQ-F-19

EQ-F-07

EQ-F-07

EQ-F-07

EQ-F-07

EQ-F-07

EQ-F-19

EQ-F-21

EQ-F-23

WA

ST

EO

ILP

UM

P

EQ-F-07

DRW

RS

BELO

W

COPIER

3x3

PALLET3x3

PALLET

5x5

PALLET

kiosk

SH

-1h

SH

-1aS

H-1a

SH

-1aS

H-1a

SH

-1a

SH

-1a

SH

-1F

SH

-1aS

H-1a

SH

-1aS

H-1a

SH

-1a

SH-1hSH-1h SH-1hSH-1h

SH-1B SH-1B SH-1B

SH-1h

SH-1B

SH-1h

SH-1B SH-1B SH-1BSH-1B

SH-1B

SH-1B

SH

-1hS

H-1h

SH

-1hS

H-1h

SH-1h SH-1hSH-1h SH-1hSH-1h SH-1hS

H-1a

SH

-1a

SH

-1a

DRW

RS

BELO

W

SH

-1F

SH

-1h

SH-1hSH-1h

DRW

RS

BELO

W

DRW

RS

BELO

W

SH

-1F

SH

-1aDRW

RS

BELO

W

NORTH

SERVICE BAYS

F100

WASH RM

F101

FLEET SUPPLY

F111

TOOLSTORAGE

F113

BATTERYSTORAGE

F112

FIRE RISER ROOM

F115

ELEC

F109

IT

F110

KITCHENETTE

F104

WORKSTATIONS/BREAK ROOM

F103

MANAGER

F114

DROP OFF LOBBY

F102

CORR.

F105

MEN'S

F108

WOMEN'S

F106

JAN CL

F107INSPECTIONS

F116

MOTOR OIL & WASTE OIL1000 GAL SPLIT CON VAULT

11'-0" L x 5'-8" W x 4'-4" H

HYDRAULIC OIL &TRANSMISSION

FLUID

500 GAL SPLIT CONVAULT

11'-0" L x 4'-6" W x

3'-4" H

GREASE(2) 55 GAL DRUMS

24" DIA.

(2)

LOCKERS

(5)

LO

CKERS

(2)

LOCKERS

TIME

CLOCK

2' - 0"

3' - 10"

D

C

B

A

54321

Drawn

Checked

Date

PROJECT No.

03/23/15

14019

Revisions

2008 Marmon Mok, LLPc

Unauthorized reproduction isprohibited.

SHEET TITLE

SHEET NO.

70

0N

.S

t.

ARCHITECTURE

Ma

ry

'sS

uit

e1

60

0S

an

An

to

nio

,T

X7

82

05

TF

21

0.

22

3.

94

92

21

0.

22

3.

25

82

F F&

E - F

OR

REF

ENC

E O

NLY

NO

T F

OR R

EG

ULATO

RY A

PPR

OVAL,

PERM

ITTIN

G O

R C

ON

STRU

CTIO

N

AR

CH

ITECT R

EG

ISTRA

TIO

N

NO

. 2

1824

03/2

3/15

C:\

Revi t\1

4019_SAW

S

NSO

C_M

M_Arc

h_Site_14-1

1-1

1_v14_denis

e.r

vt

3/2

3/2

015 2

:02:5

2 P

M

A802

FURNITURE,

FIXTURES &

EQUIPMENT -

FLEET BLDG

DB

CM

NSO

C N

EW

SERVIC

ECEN

TER P

RO

J ECT

CAPIT

AL P

ORT D

RIV

E

S

AN

AN

TO

NIO

, TX

1/8" = 1'-0"A802

1 FF&E Plan - Fleet Bldg

CO

PIE

R

SH-3BSH-3BSH-3BSH-3BSH-3B SH-3BSH-3BSH-3B

SH-3CSH-3CSH-3CSH-3CSH-3CSH-3C

SH

-3CS

H-3C

SH

-3B

SH

-3B

EQ-TR-02EQ-TR-02

SH-3aSH-3a

SH-3a

EQ

-TR

-04

SH-3a

SH

-3a

SH

-3a

SH

-3a

SH

-3a

SH-3a

EQ

-TR

-04

SH

-3a

SH

-3a

SH-3a

SH-3a

SH-3a

SH-3a

SH-3a

SH-3a

SH-3a

SH-3a

SH-3aSH-3aSH-3aSH-3a

SH-3aSH-3a

SH-3a

EQ

-TR

-02

EQ

-TR

-04

SH

-3a

SH-3aSH-3a

SH-3a

SH-3CSH-3CSH-3CSH-3C

SH-3BSH-3BSH-3BSH-3BSH-3BSH-3BSH-3B

SH-3aSH-3a

SH-3aSH-3a

SH-3aSH-3a

SH

-3a

SH

-3a

SH

-3a

SH

-3a S

H-3a

SH

-3a

SH

-3a

SH-3a

SH-3a

SH-3a

SH-3a

SH-3a SH-3a SH-3aSH-3a

SH-3a

SH-3a

SH-3aSH-3a

SH-3aSH-3a

SH

-3a

SH

-3a

SH

-3a

SH

-3a

SH

-3a

SH

-3a

SH

-3a

SH-3aSH-3aSH-3aSH-3a SH-3a SH-3aSH-3a

EQ

-TR

-01

SH

-2AS

H-2A

SH-2A SH-2A

SH

-2A

SH

-3a

SH

-3a

SH-3aSH-3a

SH

-3a

SH

-3a

SH

-3a

SH

-3a

EQ-TR-02

EQ

-TR

-04

SH-3B

SH-3BSH-3B

SH-3B

SH-3B SH-3BSH-3B

NORTH

WA

RE

HO

US

E

S102

ELE

C

S111

IT

S110

LCTV

S112

TOO

LW

OR

KR

OO

M/O

FFICE

S113

TOO

L RO

OM

CA

GE

AR

EA

S115

TOO

L RO

OM

S114

ME

N'S

S109

WO

ME

N'S

S108

JAN

CL

S107

CO

RR

.

S105

SE

RV

ICE

CO

UN

TER

S100

WO

RK

STA

TION

S /

BR

EA

K R

OO

M

S104

STO

RA

GE

S103

KITCHENETTE

S106

RE

CE

IVIN

G

S101

FIRE

RIS

ER

RO

OM

S116

(3) LOCKERS

D C B A

54

32

1

Dra

wn

Check

ed

Date

PRO

JECT N

o.

03/2

3/1

5

14019

Revisio

ns

2008 M

arm

on M

ok, L

LP

c

Unauth

orize

d re

pro

ductio

n is

pro

hib

ited.

SH

EET T

ITLE

SH

EET N

O.

7 0 0 N . S t .

A RCH IT EC T UR E

M a r y 's S u i t e 1 6 0 0 S a n A n t o n i o , T X 7 8 2 0 5

T F2 1 0 . 2 2 3 . 9 4 9 2 2 1 0 . 2 2 3 . 2 5 8 2

FF&E - FORREFENCE ONLY

NOT FOR REGULATORY APPROVAL,PERMITTING OR CONSTRUCTION

ARCHITECT REGISTRATION

NO. 21824

03/23/15

C:\Revit\14019_SAWS

NSOC_MM_Arch_Site_14-11-11_v14_denise.rvt

3/23/2015 2:02:53 PM

A803

FU

RN

ITU

RE,

FIX

TU

RES &

EQ

UIP

MEN

T -

SU

PPLY B

LD

G

DBCM

NSOC NEW SERVICECENTER PROJECT

CAPITAL PORT DRIVE SAN ANTONIO, TX

1/8" = 1'-0"

A803

1F

F&

E P

lan - Supply B

ldg

Page 16 of 17

Attachment 7

Exhibit J – WOSC Floor Plans – Addendum 2 (3 Documents)

jvaladez
Text Box
WSOC Admin FF&E layout Feb 15, 2016
jvaladez
Rectangle
jvaladez
Rectangle
jvaladez
Rectangle
jvaladez
Rectangle
jvaladez
Line
jvaladez
Line
jvaladez
Line
jvaladez
Text Box
WOSC FLEET FF&E layout March 2016
jvaladez
Rectangle
jvaladez
Rectangle
jvaladez
Text Box
WSOC Supply FF&E layout March 17, 2016