Loading...
HomeMy WebLinkAboutR-01-0104J-01-73 1/29/01 RESOLUTION NO. 01— 10 " A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BIDS OF MIAMI BUSINESS TELEPHONE, PRIMARY VENDOR, AND QUALITY WIRING, INC., SECONDARY VENDOR, FOR THE ACQUISITION OF TELECOMMUNICATIONS WIRING SERVICES FOR THE DEPARTMENT OF INFORMATION TECHNOLOGY FOR USE CITY-WIDE, IN AN ANNUAL AMOUNT NOT TO EXCEED $400,000, ON AN AS -NEEDED CONTRACT BASIS, FOR A TWO-YEAR PERIOD, WITH THE OPTION TO RENEW FOR TWO (2) ADDITIONAL ONE-YEAR PERIODS; ALLOCATING FUNDS FROM THE OPERATING BUDGETS OR CAPITAL IMPROVEMENT PROJECTS OF VARIOUS USER DEPARTMENTS, SUBJECT TO BUDGETARY APPROVAL. WHEREAS, the Department of Information Technology requires telecommunications wiring services for moving, adding and changing infrastructure wiring of data, cable television, video and voice networks, through the installation and termination of wiring, including twisted pair, coaxial, fiber optic wiring and the installation and configuration of associated communications hardware and conduit; and CITY CfISSI01� MOXTING OF, FEB 0 8 2001 Dwwahwiaft a& 01- 10Z WHEREAS, pursuant to public notice, Invitation for Bids No. 00-01-025 was mailed to sixty-eight (68) potential bidders; and WHEREAS, eight (8) December 27, 2000; and responses were received on WHEREAS, the overall lowest cost vendor is designated as the primary vendor and the next lowest cost vendor is designated as the secondary vendor and will be used if the primary vendor is unable to respond to time or technical constraints of any given scope of work; and WHEREAS, the City Manager and the Director of Information Technology recommend that the bids received from Miami Business Telephone, primary vendor, and Quality Wiring, Inc., secondary vendor, be accepted; and WHEREAS, funds are to be allocated, subject to budgetary approval, from the Operating Budgets or Capital Improvement Projects of various City departments on an as needed contract basis; Page 2 of 4 O t -- 104 NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The December 27, 2000 bids received from Miami Business Telephone, primary vendor, and Quality Wiring, Inc., secondary vendor, for the acquisition of telecommunications wiring services for the Department of Information Technology for use City-wide, in an annual amount not to exceed $400,000, on an as -needed contract basis, for a two-year period, with the option to renew for two (2) additional one-year periods, is accepted, with funds allocated from the Operating Budgets or Capital Improvement Projects of various user departments, subject to budgetary approval. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.11 1� If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 3 of 4 ®I_ 10A PASSED AND ADOPTED this 8th day of February , 2001. JOE CAROLLO, MAYOR bi accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval'd this I?gislation by signing it in the designated pi Ce ()r'o�ridGd, said leg;stab " bez nes affective with the elapse of ten { 1 da rom tiho date C0v0 'ding same, without the MayorFerc- in etoi ATTEST: WALTER J. FOEMAN CITY CLERK APPR�EQ"TORM AND CORRECTNESS:V W49JANDRO VILARELLO CITY ATTORNEY W5015:LB:BSS Page 4 of 4 01— 104 TO: FROM: CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM The Honorable Mayor and Members of the City Commission *;im ez CityManager RECOMMENDATION: CA -6 DATE: JAN 2 3 2001 SUBJECT: Resolution Accepting Bids for Telecommunications REFERENCES: Wiring ENCLOSURES: FILE: It is respectfully recommended that the City Commission adopt the attached resolution accepting the bids submitted on January 5, 2001, Bid No. 00-01-025, by Miami Business Telephone (Nestor and Maria Elena Collantes, owners), a Hispanic/Miami-Dade County vendor, located at 7178-B SW 47th Street, Miami, Florida 33155 and Quality Wiring, Inc., (Dennis G. and Sophia Dandrinos, owners), a Hispanic/Miami-Dade County vendor, located at 10300 Sunset Drive, #414, Miami, Florida 33173, for the provision of telecommunications wiring services on an as needed, when needed city-wide basis for a two (2) year period with the option to extend for two (2) additional one (1) year periods, based on overall lowest cost to the city, in an amount not to exceed $400,000 annually, with Miami Business Telephone designated as the primary vendor, and Quality Wiring, Inc., designated as the secondary vendor, allocating funds therefor from the operating budgets or capital improvement projects of various city departments and requiring the budgetary approval of funds to utilize these services from individual departmental accounts prior to usage. BACKGROUND: There is a need for Information Technology to secure a contract for Telecommunications Wiring Services to be utilized on an as -needed, when -needed City-wide basis. City departments and facilities have the need to perform moves, adds, and changes in the wiring infrastructure of the City data, cable television or video, and voice networks through the installation and termination of wiring, including but not limited to twisted pair, coaxial, and fiber optic wiring, and the installation and configuration of associated communications hardware and conduit. Sixty-eight (68) invitations for bids were mailed and eight (8) responses were received and deemed responsive and responsible bidders. Miami Business Telephone and Quality Wiring, Inc. submitted the overall lowest most responsive and responsible bids. The overall lowest cost vendor is designated as the primary vendor and the next lowest cost vendor is designated as the secondary vendor in rank order on the basis of overall lowest cost. Should the primary vendor be unable to respond to the time constraints or technical constraints of any given Page 1 01— 10 4 scope of work, the services from the secondary vendor will be requested. Additionally, based on the scope of work, the City reserves the right to obtain quotes from all awarded vendors and to make an award to the vendor who provided the lowest overall quote for a specific job. Funds to utilize these services, in an amount not to exceed $400,000, are to be allocated, with prior budgetary approval, from the operating budgets or capital improvement projects of various City departments on an as needed basis. W CAG/RJN/AGS/ecb Page 2 01- 104 BID AWARD RECOMMENDATION FORM BID NUMBER: 00-01-025 COMMODITY/SERVICE: Telecommunications wiring DEPARTMENT / DIVISION: Information Technology TERM OF CONTRACT: Two years with OTR for two additional one year periods. NUMBER OF BIDS DISTRIBUTED: 68 NUMBER OF BIDS RECEIVED: 8 METHOD OF AWARD: To the overall two lowest responsible and responsive bidders who bid on all items with overall lowest bidder deemed primary bidder. RECOMMENDED VENDOR(S): STATUS: CONTRACT VALUE: Miami Business Telephone (primary) Hispanic/Miami-Dade County $400,000 Quality Wiring, Inc. (secondary) Hispanic/Miami-Dade County Q Vendors were not listed on State of Fla. TOTAL Suspended Vendor List or Convicted Vendor List as of 1/19/01 - THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: Sixty-eight (68) invitations for bids were mailed and eight (8) responses were received and deemed responsive and responsible. Miami Business Telephone and Quality Wiring, Inc. submitted the overall lowest most responsive and responsible bids. ACCOUNT CODE(S): DEPARTMENT APPROVAL: Department Director/ Designee BUDGET REVIEW APPROVAL: PURCHASING APPROVAL: N/A Linda M. Haskins Director JU Di OTHER FUNDING APPROVALS, IF APPLICABLE: TITLE: PAGE 2 OF 2 01— 104 TABULATION FOR TELECOMMUNICATIONS WIRING BID NO. 00-01-025 p S i 7 100' Category 5 Quad $ 17.00 Cable, Plenum i i 117.00 8 100'8 -Strand 62.5/125um j $ 105.00 Optical Fiber Cable, Riser 3 Item 9 100' 25 -Pair Copper, $ REVISED 1/16/01 ' ASE, Inc. Quality Wiring, Inc. Electric Power & Service Advanced Micro Svs. Miami Business Telephone Structured Cabling Sols BCS, LLC Telecom Engineering 3.00 Page I of 2 2330 NW 102 Ave,#2 10300 Sunset Dr, #414 2125 Biscayne Blvd, #32 12455 SW 42 St 7178 SW 47 St 10450 NW 31 Terr 5601 Powerline Rd, #3(09400 NW 25 St Pair 110 Pumch Block Miami, Fla. 33172 Miami, Fla. 33173 Miami, Fla. 33137 Miami, Fla. 33175 Miami, Fla. 33155 Miami, Fla. 33172 Ft. Lauderdale, Fla. Miami, Fla. 33172 Approved be MiamiDade Co/Hisp. MiamiDade Co/Hasp. Local/Black MiamiDade Co/Hisp. MlamiDade Co/Hasp. MiamiDade Co/Hisp. Non Local/Non Minorit e MiamiDade Co/NonMin. I N 0 so 0 # Description Price Price Price Price Price Price Price Price ^.z::.W I: HOURLY RATES 1 Laborer/Helper, Reg. Rate $ 26.00 hr. $ 16.00 hr. $ 14.50 hr. $ 15.00 hr. $ 14.00 g hr. $ 26.00 hr. $ 44.55 hr. $ 30.00 hr. Mon - Fri, 8am - Spm jj a 2 Laborer/Helper, After Hrs. $ 39.00 hr. 1 $ 20.00 hr. $ 19.50 hr. $ 22.50: hr. $ 19.00 " hr. $ 35.00. hr. $ 66.83: hr. $ 44.00 hr. Mon - Fri, Spm - 8am 3 Technician, Reg. Hr. Rate i $ 29.00 hr. $ 26.00 ; hr. $ 25.50 hr. $ 25.00 hr. $ 20.00"d hr. $ 28.00 hr. $ 44.55 hr. $ 34.00 hr. 4 Technician, Ager Hrs $ 43.50 hr. $ 30.00 ! hr. $ 34.50 hr. $ 37.50 hr. $ 34 00 f hr. $ 40.00 hr. $ 66.83 hr. $ 50.00 5 Supervisor, Reg. Hr. Rate $ 35.00 hr. $ 28.00 j hr. $ 25.50 hr. $ 40.00 P, hr. $ 20.00 hr. $ 45.00 hr. $ 44.55 hr. $ 40.00 hr. 6 Supervisor, After Hrs. Rate) $ 52.50 hr. $ 35.00 ? hr. $ 34.50 - hr. $ 60.00 hr. $ 34 00 ;'a hr. $ 65.00 hr. $ 66.83 hr. $ 58.00 hr. TOTAL ITEM #1 I $ 225.00 $ 155.00 ; $ 154.00 $ 200.00 $ 141 00 $ 239.00 $ 334.14 $ 256.00 3 II: MATERIALS S i 7 100' Category 5 Quad $ 17.00 Cable, Plenum i i 117.00 8 100'8 -Strand 62.5/125um j $ 105.00 Optical Fiber Cable, Riser 3 Item 9 100' 25 -Pair Copper, $ 195.00 Category 5 Cable, Plenum $ 10 100' RG56 coaxial cable, I $ 37.00 Plenum 25.00 11 Each, 10' Station Cable S 3.00 Patch Cord i Item 12 Each, Back Board. Flush $ 60.00 Mounted, 4'x8',Fire Ret Parii t Each, Category 5 100- 1 $ 28.00 Pair 110 Pumch Block 14 Each, dual drop faceplate, $ 10.00 Category 5 inserts and wall mount hardware TOTAL ITEM #II $ 455.gD- Approved be Item S 23.50 Item $ 117.00 Item $ 190.00 Item $ 54.00 Item $ 2.80 Item $ 25.00 Item $ 13.12 Item $ 5.87 1 $ 431.29 Item Item Item Item Item Item Item Item Carter, Director $ 25.00 j $ 130.00 i $ 237.50 $ 50.00 i $ 2.50 $ 37.00 $ 23.00 $ 4.50 I $ 509.50 I Item Item Item f Item Item Item Item Item $ 20.00 $ 90.00 $ 200.00 $ 46.00 $ 3.00 $ 45.00 $ 26.00 $ 7.00 I Item Item Item Item Item Item Item Item ! $ 17.40 i i $ 99.00 $ 20.90 (f S 0.38 ! $ 2.10 i $ 19.90 q $ 13.72 $ 5.07 Item Item Item Item Item Item Item Item $ 17.00 $ 136.00 $ 250.00 $ 461.00 j $ 4.00 $ 76.00 $ 16.50 1 $ 9.25 $ 437.00 t $ 178.47 $ Approved by: Director-/ Designee 969.75 I Item Item Item Item Item Item Item Item $ 19.00 $ 148.00 $ 255.00 $ 49.80 $ 3.98 $ 75.00 $ 16.88 I $ 9.52 i $ 577.18 I Item Item Item Item Item I Item Item Item 67.20 109 237 36 2. 38 12 8 I Item Item Item Item Item Item Item Item TABULATION FOR TELECOMMUNICATIONS WIRING BID NO. 00-01-025 a , REVISED 1/16/01 Page 2 of 2 ASE, Inc. Quality Wiring, Inc. Electric Power &Service Advanced Micro Svs. Miami Business Telephones Structured Cabling Solui BCS, LLC Telecom Engineering 2330 NW 102 Ave,#2 10300 Sunset Dr, #414 2125 Biscayne Blvd, #32 12455 SW 42 St 7178 SW 47 St 10450 NW 31 Terr 5601 Powerline Rd, St 9400 NW 25 St Miami, Fla. 33172 Miami, Fla. 33173 Miami, Fla 33137 Miami Fla 33175 Miami, Fla 33155 Miami, Fla. 33172 Ft. Lauderdale, Fla. Miami, Fla. 33172 i MiamiDade 6o/Hispa MiamiDade Co/Hasp. Local/Black MiamiDade Co/Hispa MiamiDade Co/Hispanic MiamiDade Co/Hispam Non Local/Non Minors MiamiDade Co/NonMin. ;. # Description Price Price Price Price Price Price Price Price INSTALL. RATES i t 15 Single Drop, data, incl wirigg$ 77.00 Item $ 31.00 1 Item $ 50.00 Item $ 85.00 Item $ 34.50 Item $ 80.00 Item $ 97.50 j Item $ 62.04 Item i 16 Dual Drop, one voice & dat' $ 95.00 Item $ 41.00 Item $ 90.00 Item $ 130.00 Item $ 34.50 Item $ 150.00 Item $ 125.00 Item $ 120.08 [tem 1 17 Quad Drop, 2 voice & data ; $ 198.00 Item $ 82.50 Item $ 170.00 Item $ 225.00 g Item $ 34.50 Item $ 290.00 Item $ 175.00 Item $ 205.20 Item 18 Core Drill, 4 inch ' $ 45.00 $ 18.00 ! $ 250.00 $ 120.00 $ 15.00 $ 150.00$ 170.00 $ 30.00 Quad Drop, 2 voice & data 1rl, TOTAL ITEM #III $ 415.00 $ 172.50 i $ 560.00 $ 560.00 t $ 118.50 $ 670.00 l $ 567.50 $ 417,32 TOTAL ITEMS I -III: ! $ 11095.00 $ 758.29 $ 1,223.50 $ 1,197.00 $ 437.97 $ 1,878 75 Y $ 1,478.82 $ 1,184.42 g� #2 #I t t r Secondary s$ i Primary Vendor 6° Vendor Approved by: ud Carter, Direct Date: ' ' Approved by: f,,Designee Date: /� �/