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: /� �/