Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Back-Up Documents
CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: FROM : Emilio T. Gonzalez, Ph.D. DATE : August 13, 2018 City Manager Annie Perez, CPPO Director of Procurement FILE : SUBJECT: Recommendation for Approval to Award Contract for Telecommunication Wiring, REFERENCES : Wireless Radio and Antenna Installation Services ENCLOSURES: Invitation for Bid (IFB) No. 823382 RECOMMENDATION: Based on the findings below, the Procurement Department ("Procurement") hereby recommends award of a contract for the Innovation & Technology Department ("IT"), on an as needed basis, with Quality Wiring, Inc. the responsive and responsible Bidder for telecommunication wiring, wireless radio and antenna installation services which has met the requirements, per bid specifications. Contract Number/Title: Contract Amount: IFB No.823382, Telecommunication Wiring, Wireless Radio and Antenna Installation Services Approximately, $250,000 annually, (Approximately, $1,500,000 for a total of six (6) years in the aggregate, based on historical use of contract). Contract Term: Initial term of three (3) years, with the option to renew for one (1) additional three (3) year period. Recommended Vendors: Quality Wiring, Inc. BACKGROUND: On May 23, 2018 Procurement issued IFB No. 823382, under full and open competition. As required by the Procurement Code, the IFS was advertised and issued online. Three (3) bids were received. One (1) bid was deemed non -responsive; two (2) bids were deemed responsive, and subsequently evaluated following the guidelines published in the bid. Quality Wiring, Inc. was the lowest responsive and responsible Bidder. Consequently, approval of this recommendation is requested. Your signature below will indicate approval of this recommendation. - ! Approved: Emilio T: G'onzalez, PIiDi'City Manager cc: Sandra Bridgeman, Assistant City Manager, Chief Financial Officer Fernando Casamayor, Assistant City Manager, Chief of Operations Michael Sarasti, Director, Information Technology Yadissa Calderon CPPB, Assistant Director, Procurement PR18051 BID TABULATION IFB NO. 823382 Telecommunication Wiring, Wireless Radio and Antenna Installation Services Quality Wiring Inc. Miami Business Telephones, Co p. Item # Description UOM Unit Price Total Unit Price Total it 1 Telecommunications Wiring Parts/ Services - Technician. Regular Hourly Rate I Hour $55.00 $15.00 Estimated Quantity 1 $55.00 515.00 # 2 2 Telecommunications Wiring Parts! Services- Technician. After -Hours Hourly Rate II (Monday- Friday, 5:00pm- 8:00am, Weekends and Holidays) Hour $55.00 $15.00 Estimated Quantity 1 $55.00 $15.00 # 3 Telecommunications Wiring Parts/ Services - Supervisor, Regular Hourly Rate I Hour $15.00 $15.00 Estimated Quantity 1 $15.00 $15.00 5 4 Telecommunications Wiring Parts/ Services- Supervisor, After-hours hourly Rate If Hour $15.00 $21.50 Estimated Quantity 1 $15.00 $21.56 # 5 Telecommunications Wiring Parts/ Services -Electrician, Regular Hourly Rate I (Monday - Friday, 8,00 am - 5:00 pm) Hour $95.00 $15.00 Estimated Quantity 1 $95.00 $15.60 # 6 Telecommunications Wiring Parts/ Services- Electrician. After -Hours Hourly Rate if Hour $95.00 $15.00 Estimated Quantity 1 $95.00 $15.00 it 7 100ft Category 6 Quad Cable, Plenum Each $30.00 $25.00 Estimated Quantity 5 $150-00 $125.00 # 8 100ft Category 5e Quad Cable, Plenum Each 520.00 $19.50 Estimated Quantity 5 $100.00 $97.50 # 9 100ft 4-Pair STP 24 AWG Gel Filled Cat5 Each $30.00 $49.50 Estimated Quantity 5 $150.00 $247.50 # 10 100ft 6-Strand Fiber Optic Cable I/O Each $30.00 $29.50 Estimated Quantity 5 $150.00 $147.50 # 11 100ft 12-Strand Fiber Optic I/O Each $40.00 $79.80 Estimated Quantity 5 $200.00 $399.00 # 12 100ft RG6 Coaxial Cable. Plenum Each $30.00 $30.00 Estimated Quantity 5 $150.00 $150.00 Prepared by: Victoria Giraldo, June 11, 2018 1 BID TABULATION IFB NO. 823382 Telecommunication Wiring, Wireless Radio and Antenna Installation Services Qua ity Wiring Inc. Miami Business Telephones, Corp. Item # Description UOM Unit Price Total Unit Price Total # 13 8ff Patch Cord Cat 5E Each $1.00 $1.00 Estimated Quantity 5 $5.00 55.00 # 14 3ft Patch Cord Cat 6 Each $1.00 $1.00 Estimated Quantity 5 5.5.00 51.00 # 15 12ft Patch Cord Cat 6 Each $1.00 $1 00 Estimated Quantity 5 $5.00 55.00 # 16 1 meter SC to SC Patch Card Each $1.00 $12.00 Estimated Quantity 5 $5.00 560.00 # 17 1 meter ST to SC Patch Cord Each 51.00 512.00 Estimated Quantity 5 $5.00 560.00 # 18 1 meter LC to SC Patch Cord Each $1.00 $12.00 Estimated Quantity 5 35.00 3135 00 4 19 10 meter LC to SC Patch Cord Each $1.00 $15.00 Estimated Quantity 5 55.00 $75.00 # 20 3ft Patch Cord RG6 Each $1.00 $2.00 Estimated Quantity 5 $5.00 510.00 # 21 RG6 F-Connectors Each $0 25 $2.00 Estimated Quantity 5 $1.25 $10 00 # 22 50 Mic. MTRJ Connecters Each $1.00 $2.00 Estimated Quantity 5 55.00 S 10.00 # 23 Modular Jack Category 5e Each $2.00 52.51 Estimated Quantity 5 $10.00 _ 512.55 # 24 Modular Jack Cat 6 Each $3.00 55.45 Estimated Quantity 5 $15.00 527.25 Prepared by: Victoria Giraldo, June 11, 2018 2 BID TABULATION IFB NO. 823382 Telecommunication Wiring, Wireless Radio and Antenna Installation Services Quality Wiring Inc. Miami Business Telephones, Co p. Item # Description UOM Unit Price Total Unit Price Total # 25 Modular Face Plate Front Loading Each $1.00 $1.00 Estimated Quantity 5 $5 00 $5.00 # 26 7ft X 19inch Relay Rack Each $90.00 $130.00 Estimated Quantity 5 $450.00 $650.00 # 27 Vertical Cable Management Each $20.00 $75.00 Estimated Quantity 5 $100.00 $375.00 # 28 Horizontal Cable Management Each $90.00 $37.00 Estimated Quantity 5 $450.00 $185.00 # 29 3,5 Horizontal Wire Management Panel Each $20.00 $25.00 Estimated Quantity 5 $100.00 $125.00 # 30 12inch Ladder Rack (Length 10ftl Each $20.00 $85.00 Estimated Quantity 5 $100.00 $425.00 # 31 24inch Open Swingate Rack Each $100.00 $235.00 Estimated Quantity 5 $500.00 $1,175.00 # 32 481nch Swing Gate Each $150.00 $349.00 Estimated Quantity 5 $750.00 $1,745.00 # 33 Wall Mount Cabinet 24 inches X 24 inches x 24 inches with Plexiglass Door Each $200.00 $550.00 Estimated Quantity 5 $1,000.00 $2,750.00 # 34 Wall Mount Cabinet 48 inches X 24 inches x 24 inches with Plexiglass Door Each $250.00 $690.00 Estimated Quantity 5 $1,250.00 $3,450.00 # 35 19inch Equipment Shelve Each $20.00 $24.00 Estimated Quantity 5 $100.00 $120.00 # 36 Fiber Blank Panel Each $1.00 $87.88 Estimated Quantity 5 $5.00 $439.40 # 37 Fiber Optic 6-18 Port Panels Unloaded Each $20.00 $100.00 Estimated Quantity 5 $100.00 $500.00 # 38 Fiber Optic SC 6 Pack Panel Duplex Each $20.00 $29.00 Estimated Quantity 5 $100.00 $145.00 # 39 12 Port Consolidation Point Block Category 5E Each $20.00 $34.50 Estimated Quantity 5 $100.00 $172.50 rl 40 12 Port Consolidation Point Block Category 6 Each S30.00 $39.50 Estimated Quantity 5 $150.00 $197.50 # 41 24 Port Patch Panel Category 5E 568 NB Each S40.00 $65.00 Estimated Quantity 5 $200.00 $65.00 TOTAL (AS BID1 $210.51 $658.82 Prepared by: Victoria Giraldo, June 11, 2018 4 BID TABULATION IFB NO. 823382 Telecommunication Wiring, Wireless Radio and Antenna Installation Services Quality Wiring Inc. Miami Business Telephones, Corp. Item # Description UOM !Jnit Prict Total Unit Price Total 4 42 48 Part Patch Panel Category 5E 568 A/B Each $50.00 $59.10 Estimated Quantity 5 3250.00 $295 50 # 43 24 Port Patch Panel Category 6 568 NB Each $45.00 $54.20 Estimated Quantity 5 $225.00 $271.00 # 44 48 Port Patch Panel Category 6 568 AIB Each $5500 $62.50 Estimated Quantity 5 $275,00 3612.50 # 45 10ft Non -Metallic Surface Raceway Each $5.00 $24.10 Estimated Quantity Each $25.00 $120.50 # 46 Pedestal. High -Capacity Fire -Rated Poke -Through Each $10.00 $98.57 Estimated Quantity Each $50.00 $492.85 # 47 10ft EMT 314inch Conduit Each $3.00 $8.20 Estimated Quantity Each $15.00 $41.00 # 48 10ft EMT linch Conduit Each $4.00 $13.30 Estimated Quantity Each $20.00 $66.50 # 49 10ft ElviT 2inch Conduit Each $7.00 $20.70 Estimated Quantity Each $35.00 $148.50 # 50 10ft EMT 3inch Conduit Each $8.00 $59 00 Estimated Quantity Each $40 00 $295.00 # 51 10ft EMT flinch Conduit Each 39.00 $85.00 Estimated Quantity Each $45.00 5425.00 # 52 108 PVC 2inch Conduit Each $5.00 $5.00 Estimated Quantity Each $25.00 $25.00 # 53 Fiber Optic Plenum Innerduct 1 inch Each $2.00 38.40 Estimated Quantity Each $10.00 $42.00 # 54 MEMA 12 X 12 X 6 Box Each $10.00 347.32 Estimated Quantity Each $50.00 $236.60 # 55 Standard Box 1.78inch Deep 1 Gang Device Box Each $4.00 56.87. Estimated Quantity Each $20.00 $34.30 # 56 Core drill, 1-4 inch Each $10.00 $15.00 Estimated Quantity Each 350.00 375.00 # 57 Back Board, Flush Mounted, 4 feet X 4 feet, Fire Retardant Each $20.00 $4.50 Estimated Quantity Each $100.00 $22.50 # 58 Back Board, Flush Mounted, 2 feet X 8 feet, Fire Retardant Each $20.00 $5.00 Estimated Quantity Each $100.00 $25.00 # 59 Wireless Radio & Antenna Parts and Services - Configuration of Wireless Radio & Testing Each $45.00 $60.00 Estimated Quantity Each $225.00 $300.00 Prepared by: Victoria Giraido, June 11, 2018 5 BID TABULATION IFB NO. 823382 Telecommunication Wiring, Wireless Radio and Antenna Installation Services Item # Description UOM Unit Price Total Unit Price Total # 60 Wireless Radio & Antenna Parts and Services - SURGE, GIGABIT SURGE PROTECTOR WITH SHIELDED RJ45. Each $10.00 $64.19 Estimated Quantity 5 $50.00 $320.95' # 61 W iretess Radio & Antenna Parts and Services - Outdoor Universal Mounting Kt; Each $1.00 $50.00 Estimated Quantity 5 $5.00 $250.00 # 62 Wireless Radio & Antenna Parts and Services - 8 dBi Omni Directional Antenna - St-N Femal - 5.47-5,850 GHz Each $1.00 $50.00 Estimated Quantity 5 $5.00 $250.00 #63 Wireless Radio & Antenna Parts and Services - 16 dBi Sector Antenna - SI-N Female - 4.9 - 6.1 GHz - 90 degrees Each $1.00 $683,88 Estimated Quantity 5 $5.00 $3,419.40 # 64 Muilipoint (MP) - Tsunami ID 8200 Base Station Unit, 300 Mbps, MIMO 2x2, 4.9 & 5.8 GHz, Type-N Connectors US Each $1.00 $2,405.58 Estimated Quantity 5 $5.00 $12,027.90 # 65 tvlultipoint (MP) - Tsunami ID 8250 Subscriber Unit, 300 Mbps, MIMO 2x2, 4.9 & 5.8 GHz, 23 dBi, panel antenna Each $1,00 $966.71 Estimated Quantity 5 $5.00 $4,833.55 # 66 Wireless Radio & Antenna Parts and Services - Point -To - Point (PP) - Tsunami QB 8100 Link, 300 Mbps, MIMO 3x3, Type-N Connectors (Two QB-8100-EPA-US) Each $1.00 $1,954.30 Estimated Quantity 5 $5.00 $9,771.50 # 67 Wireless Radio & Antenna Pans and Services - Wireless LAN (AP) - ORiNOCO AP-8000 US (802.11 alblgln Access Point -Dual Radio( Each $1.00 $279.31 Estimated Quantity 5 $5.00 $1,396.55 # 68 HANWHA 3MP IP CAMERA OUTDOOR - SAM-SNV- 7084R Each $650.00 $890.00 Estimated Quantity 5 $3,250.00 $4,450.00 # 69 HANWHA 3MP IP CAMERA INDOOR - SAM-SND-7084R Each $520.00 $695.50 Estimated Quantity 5 $2,600.00 $3,477.50 # 70 HANWHA 16CH NETWORK RECORDER W/POE SWITC Each $1,000.00 $2,496.57 Estimated Quantity 5 $5,000.00 $12,482.85 TOTAL AS BID) $19,256.25 570,243.65 Approved By: •Department Di6Cto esignee Prepared by: Victoria Giraldo, June 11, 2018 7 1E13 823382 Telecommunication Wiring, Wireless Radio and Antenna Installation Services REQUIREMENTS quality Wiring, Inc. Miami Business Telephones, Corp, VG Tech Solutions LLC Completed Certification Statement Yes Yes Yes Completed Certifications Form Yes Yes Yes Current Business Tax Receipt) Occupational License Yes Yes Yes Performed Services for at least 5 years Yes Yes NO/ Cure Have current GC license from State of Florida -OR- cert of competency !state contractors cert of registration MDC Cure Cure NO! Cure Bid on Ail Line Items Yes Yes Yes Registered on Sunbiz Yes Yes Yes References Yes Yes Yes Acknowledged Addendums Yes Yes No Local Office Form Completed No No No Local Office Confirmed N/A N/A N/A GC License Responsive and Responsible Cure items GC License Responsive and Reponsible Cure Items Proof of 5 years in Business GC License Acknoledgemeot of Addendum Found Not Responsive 5/29/2018 Detail by Entity Name tr/ r r . -67 Depa tment of State / Division of Corporations / Search Records / Detail By Document Number / Detail by Entity Name Florida Profit Corporation QUALITY WIRING, INC. Filing Information Document Number M20716 FEI/EIN Number 59-2594148 Date Filed 09/17/1985 State FL Status ACTIVE Principal Address 10055 NW 19 STREET DORAL, FL 33172 Changed: 10/13/2015 Mailing Address 10055 NW 19 STREET DORAL, FL 33172 Changed: 03/29/2016 Registered Agent Name & Address DANDRINOS, DENNIS G 4940 SW 90TH CT MIAMI, FL 33165 Name Changed: 01/17/2001 Address Changed: 03/07/1997 Officer/Director Detail Name & Address Title VP DANDRINOS, SOPHIA M. 7281 S.W. 13TH TERRACE MIAMI, FL Title PDS DANDRINOS. DENNIS G http,l/search.sunbiz.org/Inquiry/CorperationSearchlSearchResultDetail?inquirytype=Entity fame&directionType=Initial&searchNameOrder=QUALITYWIRING%20F 5/29/2018 Detail by Entity Name 4940 SW 90TH CT MIAMI, FL Title TRES LE, HOA V 13269 SW 9 LN MIAMI, FL 33184 Title SEC DANDRINOS, DENNIS G 4940 SW 90 COURT MIAMI, FL 33165 Annual Reports Report Year Filed Date 2016 03/29/2016 2017 04/25/2017 2018 04/03/2018 Document Images 04'03/2018 -- ANNUAL REPORT View image in PDF format 04'25//2017 -- ANNUAL REPORT View image in PDF format 03;2912016 -- ANNUAL REPORT View image in PDF format 031202015 -- ANNUAL REPORT View image in PDF format 03/25/2014 -- ANNUAL REPORT View image in PDF format 05 231+2013 -- AMENDED ANNUAL RE —PORT View image in PDF format 04111/2013 -- ANNUAL REPORT 01/06/2012 -- ANNUAL REPORT 04128;2011 -- ANNUAL REPORT 04120/2010 -- ANNUAL REPORT 077 14r2009 -- ANNUAL REPORT 01114112008 -- ANNUAL REPORT 01 1052007 -- ANNUAL REPORT 02106/2006 — ANNUAL REPORT 0526/2005 -- ANNUAL REPORT 03/15/2004 -- ANNUAL REPORT 0411012003 -- ANNUAL REPORT 05/29/2002 -- ANNUAL REPORT 01117/2001 --ANNUAL REPORT 0111812000 -- ANNUAL REPORT 03/02/1999 -- ANNUAL REPORT 01/2811998 -- ANNUAL REPORT 03r0711997 -- ANNUAL REPORT 04:08;1a96 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View irnage in PDF format View image in PDF format View image in PDF format View image In PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format http://search.sunbiz.org/InquirylCorporationSearch/SearchResuitDetail?inquirytype=EntityName&directionType=l nitial&searchNameOrder=QUALITYWI RI NG%20f Quote: 2444364 (RFQ 823382,1) Page 1 of 4 Sourcing Navigator .4 Favorites Home Logout Preferences Heip Diagnostics Requisitions Negotiations Intelligence Negotiations > Advanced Search > RFQ: 823382.1 > Quote History (RFQ 823382,1) > Quote: 2444364 (RFQ 823382,1) Title IFB Telecommunication Wiring , Wireless Radio and Antenna Installation Services Time Left 0 seconds Quote Style Blind Quote Currency USD Contact Le, Hoa Suppliers' Quote Number Quote Status Active Note to Buyer Actions 'Online Discussions Close Date Ranking Supplier Supplier Site Quote Valid Until Purchase Order Shot ist Status 23-May-2018 14:00:00 Price Only Quality Wiring Inc Included Title Type Description Category Last Updated Usage Update Delete Attachments No results found. Requirements Shaw All Details 1 Hide All Details Details Section s Hide General Requirements Maximum Score 0 • Target Value Quote Value Legal Name of Firm: Quality Wiring, Inc. Entity Type: Partnership, Sole Proprietorship, Corporation, Corporation etc. Year Established: 33 Office Location: City of Miami, Miami -Dade County, or 10055 NW 19th Street Other Doral, FL 33172 Business Tax Receipt/ Occupational License Number: 4111886 Business Tax Receipt/ Occupational License Issuing Miami -Dade County, FL Agency: Business Tax Receipt/ Occupational License Expiration 30-Sep-2018 Date: Will Subcontractor(s) be used? (Yes or No) No If subcontractor(s) will be utilized, provide their name, N/A address and the the portion of the work they will be responsible for under this contract (a copy of their license (s) must be submitted with your bid response). If no subcontractor(s) will be utilized, please insert N/A.: Please list and acknowledge all addendum/addenda Addendum No. 1, 5/14/18 received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 7/1/17). If no addendum/addenda was/were issued, please insert N/A. Reference No. 1: Name of Company/Agency for which City of Miami bidder is currently providing the services/goods as Go Score 0 Maximum Score Score http://imap l .riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc—PONRESENQ_VIE... 5/29/2018 Quote: 2444364 (RFQ 823382,1) Page 2 of 4 described in this solicitation, or has provided such services/goods in the past: Reference No. 1: Address, City, State, and Zip for above referenced company/agency listed: Reference No. 1: Name of Contact Person and Telephone Number for above referenced no. 1 Reference No. 1: Date of Contract or Sale for above referenced no. 1 Reference No. 2; Name of Company/Agency for which bidder is currently providing the services/goods as described in this solicitation, or has provided such services/goods in the past: Reference No, 2: Address, City, State, and Zip for above referenced company/agency listed: Reference No. 2: Name of Contact Person and Telephone Number for above referenced no. 2 Reference No. 2; Date of Contract or Sale for above referenced no. 2 Reference No. 3; Name of Company/Agency for which bidder is currently providing the services/goods as described in this solicitation, or has provided such services/goods in the past: Reference No. 3: Address, City, State, and Zip for above referenced company/agency listed: Reference No. 3: Name of Contact Person and Telephone Number for above referenced no. 3 Reference No. 3: Date of Contract or Sale for above referenced no. 3 Total Contract Terms Variables Details Section No variables found. Deliverables Indicates deliverable is overdue Deliverable Name No deliverables found. Lines Clause 444 SW 2nd Ave Miami, FL 33130 Oscar Torrecilla 305-416-1071 4/21/14- Current City of Miami Gardens 18605 NW 27th Ave Miami, Gardens, FL 33056 Nick Antillus 305-474-1650 8/30/15- Current Westminster Christian School 6855 SW 152nd Street Palmetto Bay, FL 33157 Omar Valerio 786-606-4960 9/30/2010- Current Variable Description 0 0 Value x Indicates responsible party failed to perform the deliverable Due Date TIP All prices are in USD. Quote Total (USD) 19,256.25 Show All Details f Hide All Details Details Line Status Alert Update Previous 1 1-25 v Next 25 : ' Need - Start Target Quote Target Quote By Promised Line Active Ship -To Price Price Price Unit Quantity Quantity Date Date Total Quotes http ://imapl .riverside.cmgov.net:8003/OA HTML/OA.jsp?OAFunc=PONRESENQ VIE... 5/29/2018 Quote: 2444364 (RFQ 823382,1) Page 3 of 4 J Show 1 261000 - 55 Hour 1 1 23-May- 55.00 3 Telecommunications Purchasing 2018 Wiring Parts/ 16:25:55 Services - Technician, Regular Hourly Rate I J Sho+;^r 2 261000 - 55 Hour 1 1 23-May- 55.00 3 Telecommunications Purchasing 2018 Wiring Parts/ 16:26:00 Services - Technician, After - Hours Hourly Rate II (Monday- Friday, 5:00pm-8:ooam, Weekends and Holidays) Sho,,v 3 261000 -- 15 Hour 1 1 23-May- 15.00 3 Telecommunications Purchasing 2018 Wiring Parts/ 16:26:06 Services - Supervisor, Regular Hourly Rate I Shove 4 261000 - 15 Hour 1 1 23-May- 15.00 3 Telecommunications Purchasing 2018 Wiring Parts/ 16:26:10 Services - Supervisor, After- hours hourly Rate II S'ro+,t, 5 261000 - 95 Hour 1 1 23-May- 95.00 3 Telecommunications Purchasing 2018 Wiring Parts/ 16:26:17 Services -Electrician, Regular Hourly Rate I (Monday - Friday, 8:00 am - 5:00 pm) T> Show 6 261000 - 95 Hour 1 1 23-May- 95.00 3 Telecommunications Purchasing 2018 Wiring Parts/ 16:26:22 Services- Electrician, After -Hours Hourly Rate II 70 Show 7 100ft Category 6 261000 - 30 Each 5 5 23-May- 150.00 3 Quad Cable, Plenum Purchasing 2018 16:26:26 Show 8 100ft Category 5e 261000 - 20 Each 5 5 23-May- 100.00 3 Quad Cable, Plenum Purchasing 2018 16:26:31 171 Show 9 100ft 4-Pair STP 261000 - 30 Each 5 5 23-May- 150.00 3 24 AWG Gel Filled Purchasing 2018 Cat5 16:26:36 Show 10 100ft 6-Strand 261000 - 30 Each 5 5 23-May- 150.00 3 Fiber Optic Cable Purchasing 2018 I/O 16:26:40 Show 11 100ft 12-Strand 261000 - 40 Each 5 5 23-May- 200.00 3 Fiber Optic I/O Purchasing 2018 16:26:44 3 Show 12 100ft RG6 261000 - 30 Each 5 5 23-May- 150.00 3 Coaxial Cable, Purchasing 2018 Plenum 16:26:50 Show 13 8ft Patch Cord 261000 - 1 Each 5 5 23-May- 5.00 3 http ://imap l .riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 5/29/2018 Quote: 2444364 (RFQ 823382,1) Page 4 of 4 Cat 5E Purchasing ShoYr 14 3ft Patch Cord 261000 - Cat 6 Purchasing Show, 15 12ft Patch Cord 261000 - Cat 6 Purchasing J Shay) 16 1 meter SC to SC 261000 - Patch Cord Purchasing Shoa 17 1 meter ST to SC 261000 - Patch Cord Purchasing Shchv 18 1 meter LC to SC 261000 - Patch Cord Purchasing Sho» 19 10 meter LC to 261000 - SC Patch Cord Purchasing y Shag.; 20 3ft Patch Cord 261000 - RG6 Purchasing Show 21 RG6 F- 261000 - Connectors Purchasing Show 22 50 Mic. MTRJ 261000 - Connectors Purchasing Show 23 Modular Jack 261000 - Category 5e Purchasing Show 24 Modular Jack Cat 261000 - 6 Purchasing +; Show 25 Modular Face 261000 - Plate Front Loading Purchasing Return to Quote History (RFQ 823382,1) Requisitions Negotiatfors Intelligence About this Page Privacy Statement 1 Each 1 Each 0,25 Each 1 Each 2 Each 3 Each 1 Each 1 Each 5 5 1 Each 5 5 1 Each 5 5 1 Each 5 5 1 Each 5 5 5 5 5 5 5 5 5 5 5 5 5 5 5 5 2018 16:26:54 23-May- 5.00 3 2018 16:26:58 23-May- 5.00 3 2018 16:27:03 23-May- 5.00 3 2018 16:27:07 23-May- 5.00 3 2018 16:27:11 23-May- 5.00 3 2018 16:27:16 23-May- 5.00 3 2018 16:27:20 23-May- 5.00 3 2018 16:27:24 23-May- 1.25 3 2018 16:27:35 23-May- 5.00 3 2018 16:27:39 23-May- 10.00 3 2018 16:27:44 23-May- 15.00 3 2018 16:27:48 23-May- 5.00 3 2018 16:27:52 Previous' 1-25 Actions 'Online Discussions j Next 25 Home Logout Preferences Help Diagnostics Co rigght fel 2006 Oracle »i rights http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.jsp?OAFunc=PONRESENQ_V IE... 5/29/2018 Quote: 2444364 (RFQ 823382.1) Page 2 of 3 Show All Details I Hide Ali Details Details Line Ship -To J Show 26 7ft X 261000 - 19inch Relay Purchasing Rack Show 27 vertical 261000 - Cable Purchasing Management E Show,wr 28 Horizontal 261000 - Cable Purchasing Management i Sho» 29 3.5 261000 - Horizontal Purchasing Wire Management Panel +3 Show 30 12inch 261000 - Ladder Rack Purchasing (Length 10ft) Show 3124inch 261000 - Open Purchasing Swingate Rack J Show 3248inch 261000 - Swing Gate Purchasing +i 5hok,N 33 Wall Mount 261000 - Cabinet 24 Purchasing inches X 24 inches x 24 inches with Plexiglass Door Show 34 Wall Mount 261000 - Cabinet 48 Purchasing inches X 24 inches x 24 inches with Plexiglass Door Show 35 19inch 261000 - Equipment Purchasing Shelve -) Show 36 Fiber Blank 261000 - Panel Purchasing J Show 37 Fiber Optic 6-18 Port Panels Unloaded Show 38 Fiber Optic SC 6 Pack Panel Duplex 3 Show 3912 Port Consolidation Point Block Category 5E 261000 - Purchasing 261000 - Purchasing 261000- Purchasing Need - Start Target Quote Target Quote By Promised Price Price Price Unit Quantity Quantity Date Date 90 Each 5 5 20 Each 5 5 90 Each 5 5 20 Each 5 5 20 Each 5 5 100 Each 5 5 150 Each 5 5 200 Each 5 5 Line Active Total Quotes 23-May- 450.00 3 2018 16:30:13 23-May- 100.00 3 2018 16:30:16 23-May- 450.00 3 2018 16:30:20 23-May- 100.00 3 2018 16:30:23 23-May- 100.00 3 2018 16:30:27 23-May- 500.00 3 2018 16:30:31 23-May- 750.00 3 2018 16:30:34 23-May- 1,000.00 3 2018 16:30:38 250 Each 5 5 23-May- 1,250.00 3 2018 16:30:42 20 Each 5 5 23-May- 100.00 3 2018 16:30:47 1 Each 5 5 23-May- 5.00 3 2018 16:30:54 20 Each 5 5 23-May- 100.00 3 2018 16:30:59 20 Each 5 5 23-May- 100.00 3 2018 16:31:02 20 Each 5 5 23-May- 100.00 3 2018 16:31:06 http://imapl.riv'erside.emgov.net:8003/OA_HTML/OA.jsp?OAFunc—PONRESENQ VIE... 5/29/2018 Quote: 2444364 (RFQ 823382,1) Page 3 of 3 J Shot,, 40 12 Port 261000 - 30 Each 5 5 23-May- 150.00 3 Consolidation Purchasing 2018 Point Block 16:31:10 Category 6 Ti Show 4124 Port 261000 - 40 Each 5 5 23-May- 200.00 3 Patch Panel Purchasing 2018 Category SE 16:31:14 568 A/B Sho.-v 42 48 Port 261000 - 50 Each 5 5 23-May- 250.00 3 Patch Panel Purchasing 2018 Category 5E 16:31:17 568 A/B ±I ShcA,»r 43 24 Port 261000 - 45 Each 5 5 23-May- 225,00 3 Patch Panel Purchasing 2018 Category 6 16:31:21 568 A/B Show 4448 Port 261000 - 55 Each 5 5 23-May- 275.00 3 Patch Panel Purchasing 2018 Category 6 16:31:26 568 A/B 3j Show 45 10ft Non- 261000 - 5 Each 5 5 23-May- 25.00 3 Metallic Purchasing 2018 Surface 16:31:30 Raceway J Show 46 Pedestal, 261000 - 10 Each 5 5 23-May- 50.00 High -Capacity Purchasing 2018 Fire -Rated 16:31:33 Poke -Through jJ 5hot,v 47 10ft EMT 261000 - 3 Each 5 5 23-May- 15.00 3 3/4inch Purchasing 2018 Conduit 16:31:37 43 Show 48 10ft EMT 261000 - 4 Each 5 5 23-May- 20.00 3 cinch Conduit Purchasing 2018 16:31:41 Show 49 10ft EMT 261000 - 7 Each 5 5 23-May- 35.00 3 2inch Conduit Purchasing 2018 16:31:49 .43 Show 50 10ft EMT 261000 - 8 Each 5 5 23-May- 40.00 3 3inch Conduit Purchasing 2018 16:31:54 Return to Quote History (RFQ 823382,1) Previous 25 J 26-50 , j Next 25 Actions Online Discussions Go Requisitions Negotiations Intelligence Home Logout Preferences Help Diagnostics About this Page Privacy Statement copyright tA1 20%5 Oracle All rights reserved http://imap1.riverside.cmgov.net:8003/OA_HTML/OA.jsp?OAFunc PONRESENQ_VIE... 5/29/2018 Quote: 2444364 (RFQ 823382,1) Page 2 of 4 Show All Details I Hide All Details Need - Start Target Quote Target Quote By Promised Line Active Details Line Ship -To Price Price Price Unit Quantity Quantity Date Date Total Quotes E Show 51 10ft EMT 261000 - 9 Each 5 5 23-May- 45.00 3 4inch Conduit Purchasing 2018 16:47:11 3 Sho+,vv 52 10ft PVC 261000 - 5 Each 5 5 23-May- 25,00 3 2inch Conduit Purchasing 2018 16:47:15 33 5'H-.c. v 53 Fiber Optic 261000 - 2 Each 5 5 23-May- 10.00 3 Plenum Purchasing 2018 Innerduct linch 16:47:19 33 Show 54 NEMA 12 X 261000 - 10 Each 5 5 23-May- 50.00 3 12 X 6 Box Purchasing 2018 16:47:23 J Show 55 Standard 261000 - 4 Each 5 5 23-May- 20.00 3 Box 1.78inch Purchasing 2018 Deep 1 Gang 16:47:27 Device Box }Hyzi 56Core drill, 1- 261000 - 10 Each 5 5 23-May- 50.00 3 4 inch Purchasing 2018 16:47:30 J Show 57 Back Board, 261000 - 20 Each 5 5 23-May- 100.00 3 Flush Mounted, Purchasing 2018 4 feet X 4 feet, 16:47:34 Fire Retardant ▪ Shea, 58 Back Board, 261000 - 20 Each 5 5 23-May- 100.00 3 Flush Mounted, Purchasing 2018 2 feet X 8 feet, 16:47:38 Fire Retardant ▪ Sho+., 59 Wireless 261000 - 45 Each 5 5 23-May- 225.00 3 Radio & Purchasing 2018 Antenna Parts 16:47:42 and Services - Configuration of Wireless Radio & Testing Ti Show 60 Wireless 261000 - 10 Each 5 5 23-May- 50.003 Radio & Purchasing 2018 Antenna Parts 16:47:49 and Services - SURGE, GIGABIT SURGE PROTECTOR WITH SHIELDED R I45. +E Show 61 Wireless 261000 - 1 Each 5 5 23-May- 5.00 3 Radio & Purchasing 2018 Antenna Parts 16:47:53 and Services - Outdoor Universal Mounting Kit; Show 62 Wireless 261000 - 1 Each 5 5 23-May- 5.00 3 http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 5/29/2018 Quote: 2444364 (RFQ 8233 82,1) Page 3 of 4 Radio & Purchasing 2018 Antenna Parts 16:47:57 and Services - 8 dBi Omni Directional Antenna - St-N Femal - 5.47- 5.850 GHz 3 Sho,,,; 63 Wireless 261000 - 1 Each 5 5 23-May- 5.00 3 Radio & Purchasing 2018 Antenna Parts 16:48:01 and Services - 16 dBi Sector Antenna - St-N Female - 4.9 - 6.1 GHz - 90 degrees 3 Shoti,i 64 Wireless 261000 - 1 Each 5 5 23-May- 5.00 3 Radio & Purchasing 2018 Antenna Parts 16:48:05 and Services - Poin t-To- Multipoint (MP) - Tsunami ID 8200 Base Station Unit, 300 Mbps, MIMO 2x2, 4.9 & 5.8 GHz, Type-N Connectors US PoE J Shovi 65 Wireless 261000 - 1 Each 5 5 23-May- 5.00 3 Radio & Purchasing 2018 Antenna Parts 16:48:11 and Services - Point-To- Multipoint (MP) - Tsunami ID 8250 Subscriber Unit, 300 Mbps, MIMO 2x2, 4.9 & 5.8 GHz, 23 dBi, panel antenna US PoE R Show 66 Wireless 261000 - 1 Each 5 5 23-May- 5.00 3 Radio & Purchasing 2018 Antenna Parts 16:48:15 and Services - Point -To -Point (PP) - Tsunami QB 8100 Link, 300 Mbps, MIMO 3x3, Type-N Connectors (Two QB-8100- EPA-US) http://imap 1.riverside.cmgay.net: 8003/OA_HTML/OA.jsp?OAFunc=PONRESENQ_V IE... 5/29/2018 Quote: 2444364 (RFQ 8233 82,1) Page 4 of 4 Show 67 Wireless 261000 - Radio & Purchasing Antenna Parts and Services - Wireless LAN (AP) - ORiNOCO AP- 8000 US (802.11a/b/g/n Access Point - Dual Radio) Sho,v 68 HANWHA 261000 - 3MP IP Purchasing CAMERA OUTDOOR - SAM-SNV- 7084R 213 5bo 69 HANWHA 261000 - 3MP IP Purchasing CAMERA INDOOR - SAM-SND- 7084R Sh ovi 70 HANWHA 261000 - 16CH Purchasing NETWORK RECORDER W/POE SWITCH AND 16TB HDD SAM-XRN- 1610S-16T Return to Quote History (RFQ 823382,1) 1 Each 650 Each 520 Each 1,000 Each Requisitions Negotiations Inte.iligence About this Page Privacy Statement 5 5 23-May- 5,00 3 2018 16:48:18 5 5 23-May- 3,250.00 3 2018 16:48:25 5 5 5 23-May- 2,600,00 3 2018 16:48:29 5 23-May- 5,000.00 3 2018 16:48:35 ..) Previous 25 151-70 of 70 ' Actions lOnline Discussions CO 1 Home Logout Preferences Help Diagnostics Cccyt[g"t (,cl 2006. Oracle Al rgnts reserved http://imap1.riverside.cmgov.net:8003/OA_HTML/OA.jsp?OAFunc=PONRESENQ VIE... 5/29/2018 June 6, 2018 Mr. Valci Godoy VG Tech Solutions, LLC 1395 Brickell Ave Ste#120 Miami, FL 33131 of [iatr SENT VIA EMAIL: Valci@vcitechsolutions.com RE: Invitation for I✓id ("I= B") 823382, Telecommunication Wiring, Wireless Radio and Antenna Dear Mr. Godoy: The City of Miami (City) is in receipt of the response submitted by VG Tech Solutions, LLC ("VG Tech"), pursuant to IFB 823382, Telecommunication Wiring, Wireless Radio and Antenna. The Procurement Department ("Procurement") has completed the evaluation of the bid response submitted by VG Tech. Pursuant to Sec. 2.4, Minimum Qualifications, `Bids will only be considered from firms that are regularly engaged in the business of providing goods and/ or services as described in this Bid; that have a record of performance for five (5) years; and that have adequate finan ial support, equipment and organization to insure that they can satisfactorily provide the goods and/or services if awarded a Contract under the terms and conditions herein stated" VG Tech has not demonstrated that the firm has rnet this minimum qualification requirement, therefore, your bid has been deemed non -responsive, and will not be considered further. Thank you for your continued interest in doing business with the City. AP:vg Cc: Bid File A"nie Perez, CPPO Director of Procurement 1 ANNIE PEREZ, CPPO Director at Procurement situ of 4Thxmi ADDENDUM NO. 1 IFB No. 823382 May 14, 2018 EMILiD T. GONZALEZ City Manager Invitation for Bid (IFB) for Telecommunication miring, Wireless Radio and Antenna Installation Services TO: ALL PROSPECTIVE BIDDERS: The followima changes. additions. clarifications, and deletions amend the solicitation documents of the above captioned IFB, and shah become an integral part of the Contract Documents. Words andlor figures stricken through shall be deleted. Underscored words and:'or figures shall be added. The reinainin�g provisions are now in effect and remain unchamsed. Please note the contents herein and reflect same on the documents you have on hand. A. The following is the City's response to questions received from prospective Bidders: Q. 1 A. l Q. 2 A. Q. 3 A. 3 Would the Successful Bidder be able to use generic hardware materials, (e.g. Leviton, BerK- Tek, MOI-IAW, Belden, etc.)? Yes Does the City have a pre bid meeting scheduled for this IFS? No, please refer Section 2.2 Pre-Bid/Pre-Proposal Conference. Can the City provide a copy of the last bid tabulation for these services`: Please see the attached document. ALL OTHER TERMS AND CONDITIONS OF TIIE IFB REMAIN THE SAME. AP:vg Cc: Bid File Sincerely, A e Perez. CPPO Director of Procurement TABULATION OF BIDS IFB NO. 360332 - TELECOMMUNICATIONS WIRING AND WIRELESS RADIO AND ANTENNA INSTALLATION SERVICES DuraTech Systems, Inc, Miami Business Telephones Corp Qualify Wiring Inc Item No: Description: Telecommunications Wiring Parts and Services - Laborer/Helper, Regular Hourly Rate (Monday - Friday, 8:00 1 am - 5:00 pm) Telecommunications Wiring Parts and Services- Laborer/Helper, After -Hours Hourly Rate (Monday - Friday, 2 5:00 pm - 8:00 am, Weekends and Holidays) Telecommunications Wiring Parts and Services - Technician, 3 Regular Hourly Rate Telecommunications Wiring Paris and Services - Technician, After -Hours Hourly Rate (Monday - Friday, 5:00 pm - 8:00 am, ., 4 Weekends and Holidays) Telecommunications Wiring Parts and Services - Supervisor, 5 Regular Hourly Rate Telecommunications Wiring Parts and Services - Supervisor, After -Hours Hourly Rate (Monday - Friday, 5:00 prn - 8:00 am,'° 6 Weekends and Holidays) Telecommunications Wiring Parts and Services - 100f1 7 Category 6 Quad Cable, Plenum Telecommunications Wiring Paris and Services - 100ft 8 Category 5e Quad Cable, Plenum Telecommunications Wiring Paris and Services - 100ft 8- 9 Strand 62.5/125 um Optical Fiber Cable, Riser Telecommunications Wiring Parts and Services - 100ft 100- 10 Pair Gel Filled Cable 24 AWG 11 Gel Filled Direct Buried Cable Telecommunications Wiring Parts and Services - 100ft 200- 12 Pair Gel Filled Cable 24 AWG Telecommunications Wiring Parts and Services - 100ft 300- 13 Pair Gel Filled Cable 24 AWG Telecommunications Wiring Parts and Services - 100f14-Pair 14 STP 24 AWG Gel Filled Cat5 Telecommunications Wiring Parts and Services - 100ft 6-Pair 15 Gel Filled Cable Est. Annual • UOM: Unit Price: 23 Hour Extended Extended Extended Amount: :i Unit Price: Amount_ Unit Price: Amount: 23.00 /hr $ 529.00 „ $ 14.00 Ihr $ 322.00 $ 10.00 /hr $ 230.00 4 Hour $ 30.00 /hr $ 120.00 $ 24.00 /hr $ 96.00 ' $ 12.00 /hr $ 48.00 f 3395 Hour $ 40,00 /hr $ 135,800.00 $ 24.50 /hr $ 83,177.50 $ 22.00 /hr $ 74,690.00 24 Hour $ 60.00 !hr $ 1,440 00 $ 35.00 /hr $ 2 .Hour sr $ 40.00 /hr $ 80.00 ! $ 35.00 /hr $ t= 840.00 $ 22.00 /hr $ 528.00 70.00 $ 1.00 /hr $ 2.00 2 i'''Hour ' $ 60.00 /hr $ 120.00 A $ 45.00 thr $ 90.00 ' $ 1.00 /hr $ 2.00 550 Each $ 35.00 /ea $ 19,250.00 $ 108.00 /ea $ 59,400.00 $ 30.00 /ea $ 16,500.00 150 'Each $ 40.00 /ea $ 6,000.00 •i $ 17.00 /ea $ 2,550.00 ' $ 20.00 /ea $ 3,000.00 5 7Each ' ` $ 92.00 /ea $ 460.00 $ 88.00 /ea $ 440.00 $ 30.00 lea $ 150.00 1 i:l:.!Each $ 180.00 lea $ 180.00 $ 297.00 /ea' $ 297.00 $ 50.00 /ea $ 50,00 5 Each 1 $ 38.00 /ea $ 190.00 ,j $ 52.25 Tea $ 261.25 $ 10.00 /ea $ 50.00 is ai 2 Each $ 360.00 /ea $ 720.00 E; $ 577.50 /ea $ 1,155.00 j $ 50.00 Tea $ 100.00 iii 2 ;,,Each t3 $ 320,00 !ea $ 640.00 $ 858.00 /ea $ 1,716.00 , $ 75.00 lea $ 150.00 31 Each ;_` $ 38,00 lea $ 1,178,00 $ 34.10 /ea $ 1,057.10 $ 30.00 /ea $ 930.00 2 Each . $ 30.00 Tea $ 60.00 $ 36.30 !ea $ 72.60 $ 10.00 !ea $ 20.00 Prepared by: Maritza Suarez, 3/25/13 Page 1 of 11 Approva Department Director/Designee Item No: 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 TABULATION OF BIDS IFB NO. 360332 - TELECOMMUNICATIONS WIRING AND WIRELESS RADIO AND ANTENNA INSTALLATION SERVICES Description: Tefecommunications Wiring Parts and Services - 100ft 6- Strand Fiber Optic Cable I/O Telecommunications Wiring Paris and Services - 10011 12- Strand Fiber Optic I/O Telecommunications Wiring Parts and Services - 100ft RG6 Coaxial Cable, Plenum Telecommunications Wiring Parts and Services - 3ft Patch Cord Cat 5E Telecommunications Wiring Parts and Services - 4ft Patch Cord Cat 5E Telecommunications Wiring Parts and Services - 6ft Patch Cord Cat 5E Telecommunications Wiring Cord Cal 5E Telecommunications Wiring Cord Cat 5E Telecommunications Wiring Cord Ca! 5E Telecommunications Wiring Cord Cat 5E Telecommunications Wiring Cord Cat 5E Telecommunications Wiring Cord Cat 6 TelecommunIcations Wiring Cord Cat 6 Telecommunications Wiring Cord Cai 6 Telecommunications Wiring Cord Cat 6 Telecommunications Wiring Parts and Services - 1211 Path Cord Cat 6 Telecommunications Wiring Parts and Services - 1611 Patch Cord Cat 6 Parts and Services - aft Patch Parts and Services - 10ft Patch Parts and Services - 12ft Patch Parts and Services - 16ft Patch Parts and Services - 20ft Patch Parts and Services - 3ft Patch Parts and Services - 6ft Patch Parts and Services - Bft Patch Parts and Services - 10ft Path P Est. ...: Annual ON: UOIVI: 5 Each ti 5 Each l.' . 50 iEach 11 i.n.! I.: H -ma i Each il 50 !)Each i7 F, 50 ;:.Each II 50 ' I Each 77 i .: Each , li 2 Ii'i ; tEach 25 I Each bt t; d i ; ri 25 r'Each it 75 ' i Each P" 75 Each .., . 2 ,• Each ri ...; 100 i-- Each [! 2 Each ; 11 i 25 Each J DuraTech Systems, Inc. it! Miami Business Telephones Corp Extended Extended Unit Price: Amount: Unit Price: Amount: 55 00. /ea $ 275.00 $ 56.10 /ea $ 280.50 115.00 /ea $ 575.00 $ 110,00 /ea $ 550.00 35 00 /ea $ 1,750.00 $ 44.00 /ea $ 2,200.00 2.00 /ea $ 200.00 2 50 /ea $ 3 00 /ea $ 5.00 /ea $ 250.00 7.00 lea $ 539.00 7.00 /ea $ 10.00 lea $ 15 00 /ea $ 4,00 /ea $ 5.00 /ea $ 5.00 /ea $ 8,00 /ea $ 8.00 lea $ 8,00 /ea $ Prepared by: Maritza Suarez, 3/25/13 Page 2 of 11 125.00 150.00 14 00 $ $ 1.1 $ $ 250.00 $ 300.00 $ 1; 375,00 $ $ $ 16.00 ; $ 200,00 $ 375.00 10.00 800 00 0.77 /ea $ 0.99 /ea $ 1.21 lea $ 1.54 /ea $ 1.54 /ea $ 2.03 /ea $ 3.08 /ea $ 3.08 /ea $ 1,04 /ea $ 1.76 /ea $ 2_25 /ea $ 2.25 /ea $ 2.80 /ea $ 5,22 /ea $ Approv 77.00 49 50 60.50 77.00 118.58 4.06 77.00 77.00 78.00 132.00 4.50 225.00 5.60 ; 130.50 Quality Wiring Inc Extended Unit Price: Amount: $ 45.00 /ea $ 80.00 /ea $ $ 30 00 /ea $ $ 1.00 /ea $ $ 1.00 /ea $ $ 1.00 /ea $ 1.00 /ea $ 1.00 /ea $ $ 1.00 /ea $ $ 1.00 lea $ $ 1.00 /ea $ $ 1,00 /ea $ $ 1.00 /ea $ $ 1.00 /ea $ $ 1.00 /ea $ $ 1.00 tea $ 1.00 /ea $ 225.00 400.00 1,500.00 100.00 50.00 50.00 50.00 77.00 2.00 25.00 25.00 75.00 75.00 2.00 100.00 2.00 25.00 ment EYrector/Designee Telecommunications Wiring Parts and Services - 30 meter 44 duplex SC/LC Fiber Optic Patch Cord Telecommunications Wiring Parts and Services - 3ft Patch 45 Cord RG6 Telecommunications Wiring Parts and Services - 6ft Patch 46 Cord RG6 Telecommunications Wiring Parts and Services - 8ft Patch 47 Cord RG6 Telecommunications Wiring Parts and Services - 10ft Patch 48 Cord RG6 Telecommunications Wiring Parts and Services - 12ft Patch 49 Cord RG6 TABULATION OF BIDS IFB NO. 360332 - TELECOMMUNICATIONS WIRING AND WIRELESS RADIO AND ANTENNA INSTALLATION SERVICES PuraTech Systems, Inc. ; Miami Business Telephones CorpQuality Wiring Inc Item No: Description: Telecommunications Wiring Parts and Services - 20ft Patch 33 Cord Cat 6 Telecommunications Wiring Parts and Services -1 meter SC 34 to SC Patch Cord Telecommunications Wiring Paris and Services - 1 meter ST 35 to ST Patch Cord Telecommunications Wiring Parts and Services - 1 meter ST 36 to SC Patch Cord Telecommunications Wiring Parts and Services -1 meter LC 37 to LC Patch Cord Telecommunications Wiring Parts and Services -1 meter LC 38 to SC Patch Cord Est. FIAnnual F ?1 Qty: j UOM: [ II 1 s j 25 Each i li 5 Each Telecommunications Wiring Paris and Services - 10 meter SC s 39 to SC Patch Cord Telecommunications Wiring Parts and Services - 10 meter ST -_; 40 to ST Patch Cord Telecommunications Wiring Paris and Services -1C meter ST` 41 to SC Patch Cord Telecommunications Wiring Parts and Services -10 meter LC 42 to LC Patch Cord f's Telecommunications Wiring Parts and Services - 10 meter LC r 43 to SC Patch Cord t f' 2 Each { $ 2 [.1 Each $ I 5 ;Each $ 5 -Each 2 f'Each 2 11Each 2 1. Each iE 2 i.iEach 5 PiEach i.i 2 i' Each t�! 5 Each 10 Each rs 2 f'Each 2 t. Each ;j 5 j i Each Extended Unit Price: Amount: I` t 8.00 /ea $ 200.00 1 $ i! 35.00 lea $ 175.00 ii $ ii 35.00 /ea $ 70.00 ii$ id 35.00 /ea $ 70.00 1 $ I 35.00 /ea $ 175.00 l >i $ ` $ 35.00 /ea $ 175.00 "$ f $ 40.00 /ea $ 80.00 i! it R $ I=, $ 40.00 /ea $ 80.00 `; $ l $ 40.00 /ea $ 80.00 $ I': $ 40.00 /ea $ 80.00 $ 1 ;1 $ 40.00 /ea $ 200.00 :r $ fi $ 91.00 /ea $ 182.00 $ .i $ 4.00 lea $ 20.00 $ i' $ 5.00 lea $ 50.00 ill $ $ 6.00 /ea $ 12.00 1-1 $ $ 7.00 /ea $ 14.00i$ t` $ 8.00 /ea $ 40.00 $ Prepared by: Maritza Suarez, 3/25/13 Page 3 of 11 Extended Extended Unit Price: Amount: Unit Price: Amount: 5.22 /ea $ 130.50 $ 1.00 /ea $ 25.00 8.52 /ea $ 42.60 $ 10.00 /ea $ 50.00 8.08 /ea $ 16.16 $ 10.00 /ea $ 20.00 7.86 /ea $ 15.72 :' $ 10,00 /ea $ 20.00 9.73 /ea $ 48.65 $ 10.00 lea $ 50.00 9.73 /ea $ 48.65 $ 10.00 /ea $ 50.00 16.85 /ea $ 33.70 ` $ 10.00 /ea $ 20.00 16.85 /ea $ 33.70 t 10.00 /ea $ 20.00 15.67 /ea $ 31.34 $ 10.00 /ea $ 20.00 17.71 /ea $ 35.42 $ 10.00 /ea $ 20.00 16.44 /ea $ 82.20 $ 10.00 /ea $ 50.00 26.40 /ea $ 52.80 l 10.00 /ea $ 20.00 2.75 /ea $ 13.75 t $ 1.00 /ea $ 5.00 3.68 /ea $ 36.80 ; $ 1 00 /ea $ 10.00 3.85 /ea $ 7.70 $ 1.00 /ea $ 2.00 3.85 /ea $ 7.70 $ 1.00 /ea $ 2.00 3.85 /ea $ 19.25 ' $ 1.00 /ea $ 5.00 Approv I� at•tment Director/Designee TABULATION OF BIDS IFB NO. 360332 -TELECOMMUNICATIONS WRING AND WIRELESS RADIO AND ANTENNA INSTALLATION SERVICES Item No: Description: Telecommunications Wiring Paris and Services - RG6 F- 50 Connectors Telecommunications Wiring Parts and Services - 50 Mic. 51 MVITRJ Connectors Telecommunications Wiring Paris and Services - Modular 52 Jack Cat 5e Telecommunications Wiring Parts and Services - Modular 53 Jack Cal 6 Telecommunications Wiring Parts and Services - Modular 54 Face Plate Front Loading Telecommunications Wiring Parts and Services - Furniture 55 Plale Telecommunications Wiring Parts and Sery 55 Plate Telecommunications Wiring Parts and Services - Surface 57 Mount Box Telecommunications Wiring Parts and Services - 7ft X 19inch 58 Relay Rack Telecommunications Wiring Paris and Services - Vertical 59 Cable Management Telecommunications Wiring Paris and Services - Horizontal 60 Cable Management Telecommunications Wiring Paris and Services - 3 5 61 Horizontal Wire Management Panel Telecommunications Wiring Paris and Services - Reusable 62 One -Wrap Cable Ties Telecommunications Wiring Paris and Services - 12inch 63 Ladder Rack (Length 1011) Telecommunications Wiring Parts and Services - 18inch 64 Ladder Rack (Length 10fi) Telecommunications Wiring Parts and Services - 24inch 65 Ladder Rack (Length 10ft) Telecommunications Wiring Parts and Services - 23inch 66 Single Sided Vented Shelf (Black) ces - Wail Phone Est. Annua Qty: DuraTech Systems, Inc. Miami Business Telephones Corp, quality Wiring Inc Extended Extended Extended UOM_ .; Unit Price: Amount: Unit Price: Amount: Unit Price: Amount: 100 Each $ 1.50 lea $ 150.00 r$ 0 27 /ea S 27.00 $ 1.00 lea $ 100.00 20 Each • . $ 0.00 /ea $ 180.00 $ 6.54 lea $ 130.80 . $ 15.00 /ea $ 300.00 100 Each , $ 3.00 lea $ 570.00 $ 1.65 lea $ 313,50 $ 2.00 /ea $ 380.00 240 . Each $ 4.50 lea $ 1,080.00 $ 2.36 lea $ 566.40 $ 3.00 !ea $ 720.00 260 Each ' $ 5.00 /ea $ 1,300.00 $ 0.83 /ea $ 215.80 $ 1.00 /ea $ 260.00 35 Each i $ 5.00 lea $ 175.00 'e' $ 2.75 /ea $ 96.25 $ 1.00 lea $ 35.00 i; 25 Each i $ 5.00 /ea $ 125.00 $ 3.85 lea $ 96.25 : $ 2 00 /ea $ 50.00 1 Each $ 5.00 /ea $ 5.00 $ 2.75 /ea $ 2.75 $ 2.00 lea $ 2.00 1 ''Each $ 173.00 !ea $ 173.00 $ 121.00 /ea $ 121.00 $ 120.00 lea $ 120.00 5 'Each r' $ 160.00 /ea $ 800.00 'i $ 159,50 /ea $ 797.50 $ 100.00 /ea $ 500 00 75.00 /ea $ 375.00 $ 35.20 lea $ 176.00 $ 25.00 /ea $ 125.00 6 Each $ 75.00 /ea $ 450.00 $ 38.50 lea $ 231.00 $ 25,00 /ea $ 150.00 2 Each $ 0.20 lea $ 0.40 $ 2.20 !ca $ 4.40 $ 1.00 /ea $ 2.00 2 ;':Each `! $ 150.00 lea $ 300.00 $ 82.50 /oa $ 165.00 ' $ 60.00 lea $ 120.00 ` 2 ' Each ; $ 150.00 /ea $ 300.00 $ 94.60 tea $ 189.20 $ 70.00 lea $ 140.00 2 Each $ 150.00 lea $ 300.00 $ 112.20 /ea $ 224.40 $ 80.00 lea $ 160.00 2 •t Each $ 80.00 !ea $ 160.00 ', $ 137.50 /ea $ 275.00 $ 35.00 lea $ 70.00 5 Each $ Prepared by: Maritza Suarez, 3/25/33 Page 4 of 11 Approv P irector/Designee ctor/Designee ent TABULATION OF BIDS IFB NO. 360332 - TELECOMMUNICATIONS WIRING AND WIRELESS RADIO AND ANTENNA INSTALLATION SERVICES DuraTech Systems, Inc. i l Est. r r Item ii Annual n'r Extended ' No: Description: ttt j Qty UOM: it Unit Price: Amount: Telecommunications Wiring Parts and Services - 24inch Open �` 67 Swingato Rack 1 Each k'! $ 500.00 /ea $ 500.00 Telecommunications Wiring Parts and Services - 48inch i:i (! il 68 Swing Gate r,i5 ;.`Each l;; $ 400.00 /ea $ 2,000.00 Telecommunications Wiring Parts and Services - Wall Mount `'i = !;� 69 Cabinet 24 X 24 x 24 with Plexiglass Door i 1 Each r $ 450.00 lea $ 450.00 I Telecommunications Wiring Parts and Services - Wall Mount ;:9 ,• it ;'1• 70 Cabinet 36 X 24 x 24 with Plexiglass Door l 5 i'�' Each $ 550.00 /ea $ 2,750.00 Telecommunications Wiring Parts and Services - Wall Mount 71 Cabinet 48 X 24 x 24 with Plexiglass Door 2 . Each $ 650.00 /ea $ 1,300.00 4t Telecommunications Wiring Parts and Services - 19inch 72 Equipment Shelve (i 1 ':'Each $ 75.00 lea $ 75.00 Telecommunications Wiring Paris and Services - Fiber Optic 73 12-36 ST LIU (Rack Mounted) 1 .''.Each ; $ 135.00 fea $ 135,00 Telecommunications Wiring Paris and Services - Fiber Optic fl, 74 12-72 Strand LIU Panel 2 Each '� $ 200.00 /ea $ 400.00 Telecommunications Wiring Parts and Services - Fiber Blank 75 Panel 3 .::Each $ $ 7.00 /ea $ 21.00 Telecommunications Wring Parts and Services - Fiber Optic 6, 76 18 Port Panels Unloaded 4• 2 Each ,, $ 126.00 /ea $ 252.00 Telecommunications Wiring Parts and Services - Fiber Optic 77 SC 6 Pack Panel Duplex 2 'Each $ 33.00 /ea $ 66.00 Telecommunications Wiring Parts and Services - Fiber Optic 78 LC 6 Pack Duplex Conn Panel 2 Each ' € $ 70,00 /ea $ 140.00 Telecommunications Wiring Parts and Services -12 Port 79 Consolidation Point Block Category 5E Telecommunications Wiring Parts and Services -12 Port 80 Consolidation Point Block Category 6 Telecommunications Wiring Parts and Services - 24 Port 81 Patch Panel Category 5E 568 NB Telecommunications Wiring Parts and Services - 48 Port 82 Patch Panel Category 5E 568 NB Telecommunications Wiring Parts and Services - 24 Port 83 Patch Panel Category 6 568 NB Prepared by: Maritza Suarez, 3/25/13 Page 5 of 1 1 Miami Business Telephones Corp` Unit Price: AI II $ 291.50 lea $ $ 396.00 /ea $ tt $ 548.90 /ea $ $ 610.50 /ea $ $ 731.50 lea $ $ 83.60 lea $ ►? $ 137.50 /ea $ $ 181.50 /ea $ $ 5.22 lea $ $ 137.50 /ea $ 275.00 $ $ 56.10 /ea $ 112.20 ! $ $ 64.50 !ea $ 129.00 $ Extended Amount: 291.50 1,980.00 548.90 3,052.50 1,463.00 83.60 137.50 363.00 15.66 1 Each $ 20.00 /ea $ 20.00 $ 37.40 /ea $ 37.40 $ 2 =' Each ; $ 32.00 /ea $ 64.00 ' $ 37.40 /ea $ 74.80 i;± I it7 1 Each $ 50.00 !ea $ 50.00 I? $ 42.90 /ea $ 42.90 l', 3 Each $ 100.00 !ea $ 300.00 1$ $ 62.70 /ea $ 188,10 5 Each . $ 50.00 !ea $ 250.00 ! $ 62.70 tea $ 313. -$7 Appro at ,jlG,( Quality Wiring Inc Extended Unit Price: Amount: 150.00 /ea $ 150 00 180.00 /ea $ 900.00 $ 400.00 /ea $ 400.00 400.00 /ea $ 2,000.00 400.00 /ea $ 800.00 $ 25.00 /ea $ 25.00 $ 110.00 /ea $ 110.00 150.00 /ea $ 300.00 4.00 lea $ 12.00 100.00 /ea $ 200.00 25.00 /ea $ 50.00 30.00 lea $ 60.00 30.00 /ea $ 30.00 40.00 /ea $ 80.00 45.00 /ea $ 45.00 60.00 /ea $ 180 00 50.00 /ea $ 250.00 Department Director/Designee TABULATION OF BIDS IFB NO. 360332 -TELECOMMUNICATIONS WIRING AND WIRELESS RADIO AND ANTENNA INSTALLATION SERVICES Item No: Description: Telecommunications Wiring Parts and Services - 48 Port 84 Patch Pane; Category 6 568 A/B Telecommunications Wiring Parts and Services -110 85 Connecting Block 4-pair Telecommunications Wiring Parts and Services - Cat 5e 50- 86 pair 110 wiring block with legs Telecommunications Wiring Paris and Services - Cat 5e 100- 87 Pair 110 wiring block with legs Telecommunications Wiring Parts and Services - Cat 5e 300- 88 Pair 110 wiring block with legs Telecommunications Wiring Parts and Services - Modular 66 89 Cross Connect Block Telecommunications Wiring Paris and Services - 10ft Non- 90 Metallic Surface Raceway Telecommunications Wiring Paris and Services - 1011 Flexible 91 PVC FloorTrak Telecommunications Wiring Parts and Services - Flush, Fire- 92 Rated Poke -Through Telecommunications Wiring Parts and Services - Pedestal, 93 High -Capacity Fire -Rated Poke -Through Telecommunications Wiring Parts and Services - 10ft EMT 94 1/4inch Conduit Telecommunications Wiring Parts and Services - 10ft EMT 95 1/2inch Conduit Telecommunications Wiring Paris and Services - 10ft EMT 96 3/4inch Conduit Telecommunications Wiring Parts and Services - 10f1 EMT 97 linch Conduit Telecommunications Wiring Parts and Services - 10ft EMT 1 98 1/2inch Conduit Telecommunications Wiring Parts and Services - 10ft EMT 99 2inch Conduit Telecommunications Wiring Parts and Services - 10ft EMT 100 3inch Conduit Prepared by: Maritza Suarez, 3/25/13 .a Est. R� Annual Qty: , UOM: 10 fa OE a c h i $ 2 Each $ 1 1 f Each $ i- is 2 ,Each ` $ 2 Each $ Ef `r 3 Each 1.'; $ 48 11 Each t.l r 2 iiEach 2 .;Each 2 iiEach ii 2 i.iEach li 2 11;Each 35 Each $ 10 lEach i $ 2 ;'Each • $ 30 kEach 4' 2 Each DuraTEch Systems, Inc. i Miami Business Telephones Corp.. Quality Wiring Inc r' i Ii Extended ii Extended Extended Unit Price: Amount: Unit Price: Amount: unit Price: Amount: ii 100,00 /ea $ 1,000.00 1 $ 71.50 a !ea $ 715 00 ' $ 80.00 !ea $ 800.00 li 25.00 /ea $ 50.00 Ei $ 24.20 /ea $ 48.40 $ 1.00 lea $ 2.00 ii 11 50.00 lea $ 50.00 11 $ 7.15 lea $ 7.15 i $ 5.00 lea $ 5.00 i 35.00 !ea $ 70.00 $ 10.45 /ea $ 20.90 , $ 10.00 /ea $ 20.00 130.00 /ea $ 260.00 $ 26.40 /ea $ 52.80 $ 30.00 /ea $ 60.00 rE 25.00 /ea $ 75.00 :`I $ 7.42 /ea $ 22.26 . $ 7.00 lea $ 21.00 d% $ 6.00 /ea $ 288.00 �1i $ 17.60 /ea $ 844.80 ; $ 12.00 !ea $ 576.00 11 $ 30.00 !ea $ 60.00 II $ 2.49 !ea $ 4.98 $ 17.00 /ea $ 34 00 i'+ $ 9.00 !ea $ 18.00 i3 $ 23.53 /ea $ 47.06 $ 112.00 /ea $ 224.00 1 $ 35.00 !ea $ 70.00 i $ 217.80 !ea $ 435.60 ' $ 22.00 !ea $ 44,00 4; $ 2.00 !ea $ 4.00 is $ 1.00 /ea $ 2.00 $ 2.00 lea $ 4.00 1 $ :, 3.00 lea $ 6.00 !i $ 1.76 !ea $ 3.52 $ 2.00 !ea $ 4.00 4.00 !ea $ 140.00 ji $ 3.68 /ea $ 128.80 $ 3.00 /ea $ 105.00 6.50 !ea $ 65.00 1' $ 6.40 /ea $ 64.00 4 $ 6 00 !ea $ 41i 60.00 11.00 lea $ 22.00 1 $ 12.76 !ea $ 25.52 $ 10.00 !ea $ 20.00 il i.:3 $ 13.00 /ea $ 390.00 $ 15.23 lea $ 456.90 ;, $ 12.00 lea $ 360.00 i r.1 .1 -: $ 33.00 lea $ 66.00 li $ 31.09 /ea $ 62.1 B 25.00 lea $ 50.00 ` Approv Page 6 of 11 v ©epartmeat Director/Designee TABULATION OF BIDS IFB NO. 3€0332 - TELECOMMUNICATIONS WIRING AND WIRELESS RADIO AND ANTENNA INSTALLATION SERVICES :.„ fi DuraTech Systems, Inc. Miami Business Telephones Corp Quality Wiring Inc i,. Est L,1 item :, Annual ' ll ,1 No: Description: C. UOM: Telecommunications Wiring Pacts and Services - 1011 EMT if 101 4inch Conduit ii 2 ii• Each i.-i $ !.i.i Telecommunications Wiring Parts and Services - 1011 PVC 102 1/4inch Conduit 2 " Each Telecommunications Wiring Paris and Services - 10ft PVC 103 1/2inch Conduit 2 ilEach 11 $ Telecommunications Wiring Parts and rl Services - 10ft PVC ! il .... 104 3/4inch Conduit 2 Each i'i $ Telecommunications Wiring Paris and Services - 1011 PVC ,i 1i! 105 linch Conduit 30 i:.iEach ii $ Telecommunications Wiring Parts and Services - 109 PVC 1 (1 [1 it 106 1/2inch Conduit ., 2 i Each iiiii $ Telecommunications Wiring Parts and Services - 1011 PVC 107 2inch Conduit i 61 hEach o $ ! Telecommunications Wiring Parts and Services - 10ft PVC :I0 108 3inch Conduit il 2 1 ;Each $ -, Telecommunications Wiring Parts and Services - 10ft PVC , 109 4inch Conduit i, 4 i-1 Each i'• $ Telecommunications Wiring Parts and Services - Fiber Optic 11 , El ,. :.1 1 io PVC Innerduct finch ti t.1 r, 14 ilLinear F, $ Telecommunications Wiring Parts and Services - Fiber Optic 111 PVC Innerduct 1 1/2inch i.i i [ 2 11 L.:Linear ,.' $ ,A Telecommunications Wiring Parts and Services - Fiber Optic 112 Plenum Innerduct linch Ii. I4 -i 221 illinear R $ Telecommunications Wiring Parts and Services - Fiber Optic i l i 113 Plenum Innerduct 1 1/2inch ,.i 2 Linear F $ Telecommunications Wiring Paris and Services - NEMA 12 X i, 114 12 X 6 Box ri H 2 lEach Telecommunications Wiring Paris and Services - NEMA 24 X 115 24 X 8 Box I y 2 'i Each i $ Telecommunications Wiring Parts and Services - Standard Li 115 Box 1.78inch Deep 1 Gang Device Box ri 86 l'i Each $ Telecommunications Wiring Parts and Services - Core drill, 1- `I 117 4 inch 15 ilEach ;.) $ Extended Extended Unit Price: Amount: ' Unit Price: Amount: 44.00 Tea $ 88.00 $ 41.91 /ea $ 2.00 lea $ 4.00 $ 1.00 /ea $ 8 00 /ea $ 16.00 $ 8.99 lea $ 2.00 /ea $ 4.00 $ 10.89 lea $ 2.00 lea $ 60.00 $ 3.19 lea $ 3.00 lea $ 6.00 $ 5.39 lea $ 4.00 /ea $ 244.00 1 $ 6.71 lea $ 10.00 lea $ 20.00 $ 13.86 lea $ 12.00 tea $ 48.00 $ 19.14 /ea $ 1.00 /If $ 14.00 $ 0.33 $ 1.50 $ 3.00 r $ 3.28 /If $ 2.50 /If $ 552.50 $ 1.76 /If $ 3.50 /If $ 7.00 $ 2.03 /If $ 85.00 /ea $ 170.00 $ 125.00 /ea $ 250 00 /ea $ 500.00 $ 402.50 /ea $ 4.00 /ea $ 344.00 $ 2.75 /ea $ 35.00 lea $ 525.00 $ 10.00 /ea $ Prepared by: Maritza Suarez, 3/2 5/13 Page 7 of 11 Approv 83.82 2.00 17.98 $ 21.78 95.70 10.78 409.31 27.72 76.56 4.62 6.56 388.96 4 06 250.00 805,00 236.50 150 00 ' Extended Unit Price: Amount: 35.00 /ea $ 70.00 0.50 /ea $ 1.00 1.00 /ea $ 2.00 1.00 /ea $ 2.00 2.00 !ea $ 60.00 3.00 /ea $ 6.00 4.00 /ea $ 244.00 9.00 /ea $ 18,00 11.00 /ea $ 44.00 0.30 $ 4.20 0.50 /If $ 1.00 1.00 /If $ 221.00 1.50 /If $ 3.00 20.00 /ea $ 40.00 75.00 /ea $ 150.00 6.00 /ea $ 516.00 15.00 /ea $ 225.00 Depart ent TABULATION OF BIDS IFB NO. 3 60332 'TELECOMMUNICATIONS WIRING AND WIRELESS RADIO AND ANTENNA INSTALLATION SERVICES .ii DuraTech Systems, Inc. : Miami Business Telephones Corp! Quality Wiring Inc Est. II Item i..f Annual 9 ..1 if I Extended Extended ,, 1 Extended No: Description: i:' Qty: ii;UOM: Unit Price: Amount: Unit Price: Amount: Unit Price: Amount: Telecommunications Wiring Parts and Services - Directional underground core drilling including installation of conduit and i i , i 118 all related hardware iii -,.. 7 k Linear i 60.00 /if $ 420.00 $ 32.00 /If $ 224.00 $ 2.00 /If $ 14.00 Telecommunications Wiring Parts and Services - Back Board, 0 ...! 119 Flush Mounted, 4 feel X 8 feet, Fire Retardant i 1 Each ;I $ 120.00 /ea $ 120.00 $ 264.00 lea $ 264,00 I $ 50.00 lea $ 50.00 1 Telecommunications Wiring Parts and Services - Back Board, iii' 1.' 120 Flush Mounted, 4 feet X 4 feet, Fire Retardant 4 i i ,Each ,$ 100.00 /ea $ 400.00 $ 148.50 /ea $ 594.00 20.00 /ea $ 80 00 Telecommunications Wiring Parts and Services - Back Board, 121 Flush Mounted, 2 feet X 8 feet, Fire RetardantrJ 1 .Each 1i$ 75.00 /ea $ 75.00 $ 181.50 /ea $ 181.50 50.00 /ea $ 50.00 Wireless Radio & Antenna Paris and Services - Configuration it 122 of Wireless Radio & Testing 1 Hour i! $ 60.00 ihr $ 60 00 $ 38.00 /fir $ 38,00 i. 200.00 /hr $ 200.00 Wireless Radio & Antenna Parts and Services - 4,9 - 5.875 ,i. GHz, Dual Polarity, Slanted (±45') or VIH, 23 dBi Panel ii ,1 123 Antenna it.200.00 8 iiii Each 400.00 /ea $ 3,200.00 ' $ 258.75 /ea $ 2,070.00ii $ 25 00 /ea $ iii Wireless Radio & Antenna Parts and Services - 4.9 - 6.1 GHz, "1 . iii ' Dual Polarity, Slanted (±45°), 17 dBi Sector Antenna - 60 124 degrees .. 8 i?Each 1 $ 834.00 /ea $ 6,672.00 $ 431.25 lea $ 3,450.00 i it! 25.00 lea $ Wireless Radio & Antenna Parts and Services - 5.1 - 6.1 GHz, iii ti: :it 200.00 l Triple Polarization MIMO, Slanted (±45°) and Vertical, 17 dBi ii 1l - 1 ti 125 Panel Antenna i'l I 8 i i Each i $ 1,184.00 /ea $ 9,472.00 $ 1 00 lea $ 8.00 1' 25.00 lea $ 200.00 1 i 1..1 Wireless Radio & Antenna Parts and Services - 4.9 - 6.1 GHz, Triple Polarizations MIMO, Slanted (±45°) and Vedicat, 16 dBi 126 Sector Antenna - 90 degrees ii 8 ii.i Each i $ 1,425.00 /ea $ 11,400.00 $ 1 00 /ea $ 8.00 25.00 lea $ 200.00 fl Wireless Radio & Antenna Paris and Services - 4 9-6G1-1z, ii ,... li Dual Polarity,Vertical /Horizontal,16 5 dBi Sector Antenna - 60 127 degrees.Mounting kit lncd. 8 ' Each i 1 $ 803.00 /ea $ 6,424.00 $ 103 50 /ea $ 828,00 25.00 /ea $ 200.00 Wireless Radio & Antenna Parts and Services - 4,9-5.95GHz, Dual Polarity,Vertical and Horizontal, 14dBi Sector Antenna- 128 90 degrees. Mounting kit Incd. ,4 i 8 i' Each - $ 834.00 tea $ 6,672.00 $ 281.75 /ea $ 2,254.00 25.00 /ea $ 200.00 LI 1 Wireless Radio & Antenna Paris and Services - 4.9 - 6.1 GHz. 129 Dual Polarity, Vertical and Horizontal, 30 dBi Panel Antenna 1. 8 Each $ 1,184.00 /ea $ 9,472.00 $ 402.50 lea $ 3,220.00 25.00 lea $ 200.00 Approya Prepared by: Maritza Suarez, 3/25/13 Page ft of 11 Departure ector/Designee TABULATION OF BIDS IFB NO. 360332 -TELECOMMUNICATIONS WIRING AND WIRELESS RADIO AND ANTENNA INSTALLATION SERVICES iq . 0 DuraTech Systems, Inc. Miami Business Telephones Corp .h Quality Wiring Inc Est. 0 ;1 Item 8 Annual il °I 1, Extended Extended Extended NoDescriptioncIL N UOM: Unit Price: Amount: Unit Price: Amount: Unit Price: Amount: It : : Wireless Radio & Antenna Parts and Services - 5.9-6.425 4 r GHz, Dual Polarity, Vertical & Horizontal, 16 dBi Sector t t :•1 . 130 Antenna - 90 degrees . 8 }Each $ 833.00 !ea $ 6,664,00 I: $ 4,025.00 lea $ 32,200.00 I $ 25.00 lea $ Wireless Radio & Antenna Parts and Services - 5.9-6.425 i :ri 200.00 GHz, Dual Polarity, Vertical & Horizontal, 17 dBi Sector . : A il t, 131 Antenna - 60 degrees 8 eiEach ,'! $ 771.00 !ea $ 6,168.00 $ 4,025.00 /ea $ 32,200.00 i $ 25.00 lea $ 200.00 Wireless Radio & Antenna Parts and Services - 5.9-6.425 , • i il II i GHz, Dual Polarity, Vertical & Horizontal, 24 dBi Panel :..i 132 Antenna i• 8 [lEach $ 455.00 tea $ 3,640.00 . It $ 425.00 lea $ 200.00 Wireless /ea $ 32,200.00 I 1 r 1:i Pi t,I 11 rl '1 li Wireless Radio & Antenna Paris and Services - 2 3-2.7 Gliz, Iil ; Id H 133 Dual Polarity, Vertical & Horizantal, 20 dBi Panel Antenna 8 Each $ 477.00 lea $ 3,816.00 il $ 977 50 lea $ 7,820.00 25.00 /ea $ 200.00 Wireless Radio & Antenna Parts and Services - Super Gland i- AVC connector, cable feed thru ( for new enclosure (NTE) - 134 Pack of 20 8 ; Each H- $ 218.00 /ea $ 1,744.00 il $ 1.00 /ea $ 8.00 . 10.00 lea $ 80.00 li ll Wireless Radio & Antenna Parts and Services - Cable Feed- Through Sealing Cap kits, PACK OF 20 (for 8150-CPE and 1III 1 ri 11 135 MP/OB.11) iZ 8 If4Each !.` $ 235.00 /ea $ ... 1,880.00 $ 86,25 lea $ 690.00 10.00 /ea $ 80.00 136 RJ45 terminated, UV Rated, STP Shielded CAT5e cable Wireless Radi, o & Antenna Parts and Services - 25m outdoor, :: '. 8 I'Each Ll; $ 69.00 !ea $ . • Le I'? . • i 552.00 i; $ 0 58 lea $ 410.00 lea $ 80.00.64 ; [I,Wireless Radio & Antenna Parts and Services - 50m outdoor, I.' 137 1RJ45 terminated, UV Rated, STP Shielded CAT5e cable I.: 8 : Each te $ 103.00 /ea $ 1i i•l 824.00 1 $ 0.58 lea $ 4.64 10.00 /ea $ 80.00 Wireless Radio & Antenna Parts and Services - 75m outdoor, i, i.t ,.., il i. ! q 4 138 RJ45 terminated, UV Rated, STP Shielded CAT5e cable i 8 1..iEach .1 ' $ 195,00 lea $ 1,560.00 ; $ 0.58 tea $ 4.64 10.00 lea $ i • 139 GIGABIT SURGE PROTECTOR WITH SHIELDED RJ45. e 8 il Each I'l $ 91.00 /ea $ 728.00 1/1 $ 40.25 /ea $ 322.00 80.00 Wireless Radio & Antenna Parts and Services - SURGE, N. ir 680.00 i 85.00 /ea $ Wireless Radio & Antenna Parts and Services - 2-6 GHz High ., .:1 Performance Re. Lightning Arrestor, N-Female to N-Male bEach 140 Protected ; 8 I I $ 178.00 lea $ 1,424.00 ' $ 69.00 lea $ 552.00 ; 50.00 /ea $ 400.00 Prepared hy: Maritza Suarez, 3/25/13 Approv Page 9 of 11 en Director/Designee TABULATION OF BIDS IFB NO. 360332 -TELECOMMUNICATIONS WIRING AND WIRELESS RADIO AND ANTENNA INSTALLATION SERVICES 6 t Est. Item Annual No: Description: Qty_ UOM: Wireless Radio & Antenna Paris and Services - 2-6 GHz High Performance RF Lightning Arrestor, N-Female to N-Male 141 Protected !! 8 `e Each Wireless Radio & Antenna Parts and Services - Gigabit , 32W, i F I 142 PoE injector with RJ45 and reload button 8; Each Wireless Radio & Antenna Paris and Services - Outdoor Ii 143 Universal Mounting Kit; i 16 Each Wireless Radio & Antenna Parts and Services - PoE Gigabit 144 48V DC Injector with terminal Jack - 25 pack 1 8 Each Wireless Radio & Antenna Parts and Services - 6 ft Super- E' Low Loss Coaxial Antenna Cable, 0.600?, Standard N-Male to 145 Right Angle N-Male Wireless Radio & Antenna Paris and Services - 15 del 146 Window Antenna - Si-N Female - 5.25 - 5.875 GHz tt 8 Each Wireless Radio & Antenna Parts and Services -18 dBi Panel 147 Antenna - St-N Female - 5.25 - 5 875 GHz Wireless Radio & Antenna Paris and Services - 23 dBi Panel 148 Antenna - St-N Female - 5.725 - 5.875 GHz Wireless Radio & Antenna Parts and Services - 8 dBi Omni 149 Directional Antenna - St-N Femal - 5.47-5,850 GHz I 8 Each Wireless Radio & Antenna Paris and Services - 5054-0A-10 1 10 dBi Omni Directional Antenna - St-N Femal - 5.47-5.850 150 GHz j 8 Each Wireless Radio & Antenna Parts and Services -14 dBi Sector 151 Antenna - St-N Female - 4,9 - 5.875 GHz -120 degrees Wireless Radio & Antenna Parts and Services - 16 d0i Sector 152 Antenna - St-N Female - 4.9 - 6.1 GHz - 90 degrees Wireless Radio & Antenna Parts and Services - 17 dBi Sector 153 Antenna - SI-N Female - 4.9 - 5.875 GHz - 60 degrees 154 Wireless Radio & Antenna Paris and Services - Masi 155 Wireless Radio & Antenna Parts and Services - Brackets 156 Wireless Radio & Antenna Paris and Services - Straps Prepared by: Maritza Suarez, 3/25/13 8 ` Each 8 Each .! 8 Each 8 Each 16 Each 16 ;.Each 16 • Each • 8 Each $ DuraTech Systems, Inc. Unit Price: Extended Amount: Miami Business Telephones Corp Extended Unit Price: Amount: 178.00 /ea $ 1,424.00 { $ 1.00 !ea $ 8.00 iI 91.00 /ea $ 728.00 k; $ 1.00 /ea $ 8.00 12.00 /ea $ 192.00 $ 1.00 /ea $ 16.00 $ 1,600,00 /ea $ 12,800.00 ; $ 34.50 /ea $ 276.00 $ 110.00 lea $ 880.00 `j $ 1.04 lea $ 8.32 $ 86.00 /ea $ 688.00 ' $ 11.50 /ea $ 92.00 $ 155 00 /ea $ 1,240,00 $ 12,65 /ea $ 101.20 8 i,Each $ 140.00 /ea $ 1,120.00 $ 1.00 /ea $ 8.00 it 105.00 /ea $ 840.00 $ 1.00 /ea $ 8 00 : 180.00 lea $ 1,440.00 1,1 $ 1.00 /ea $ 8.00 390.00 lea $ 3,120.00 $ 1.00 /ea $ 8.00 rl 440,00 lea $ 3,520.00 $ 1.00 lea $ 8.00 i1 it 490 00 /ea $ 3,920.00 $ 431.25 /ea $ 3,450.00 50.00 lea $ 800.00 ( $ 425.50 /ea $ 6,808.00 3.00 /ea $ 48.00 $ 431.25 /ea $ 6,900.00 3.00 /ea $ 48.00 LI $ 1.00 /ea $ 16.00 Approve Page 10 of 11 Department Director/Designee Quality Wiring Inc Extended Unit Price: Amount: $ 50.00 lea $ 400.00 $ 85.00 /ea $ 680 00 $ 25.00 !ea $ 400.00 $ 50.00 /ea $ 400.00 $ 10.00 lea $ 80,00 $ 25.00 lea $ 200.00 $ 25.00 /ea $ 200.00 $ 25.00 lea $ 200.00 $ 25.00 /ea $ 200.00 $ 25.00 lea $ 200.00 $ 25.00 tea $ 200.00 $ 25.00 /ea $ 200.00 $ 25.00 /ea $ 200.00 $ 25.00 /ea $ 400.00 $ 25,00 /ea $ 400.00 10.00 lei $ 160.00 Item No: Description: Wireless Radio & Antenna Parts and Services - Point-To- Multipoinl (MP) - Tsunami MP 8150 Subscriber Unil, 300 157 Mbps, MIMO 2x2, 23 dBi integrated antenna - US PoE Wireless Radio & Antenna Parts and Services - Point-To- Muliipoint (MP) - Tsunami MP 8100 Base Station Unit, 300 158 Mbps, MIMO 3x3, Type-N Connectors - US PoE Wireless Radio & Antenna Paris and Services - Point-To- Muitipoint (MP) - Tsunami ID 8200 Base Station Unit, 300 Mbps, MEMO 2x2, 4.9 & 5.8 GHz, Type-N Connectors ? US p. 159 PoE Wireless Radio & Antenna Paris and Services - Point -To- [1 Multipoint (MP) - Tsunami ID 8250 Subscriber Unit, 300 !' c Mbps, MIMO 2x2, 4.9 & 5.8 GHz, 23 dBi, panel antenna ? US 160 PoE i. f: Wireless Radio & Antenna Parts and Services -Point-To-Pointi:) (PP) - Tsunorni QB 8100 Link, 300 Mbps, MIMO 3x3, Type-N 161 Connectors (Two QB-8100-EPA-US) Wireless Radio & Antenna Parts and Services - Point-To-Point"`i 162 (PP) - Tsunami ©uickbridge.11 Model 5054-R-LR Bundle Wireless Radio & Antenna Parts and Services - Point-To-Pointi 163 (PP) -Tsunami QuickBridge.11 Model 5054 R Wireless Radio & Antenna Parts and Services - Wireless LAN (AP) - ORrNOCO AP-8000 US (802.11 afbtg/n Access Point- 164 Dual Radio) Wireless Radio & Antenna Parts and Services - Mesh t'J Networks (MX) - ORiNOGO AP-4000MR-LR Tri-mode, High [a 165 Power Outdoor Mesh Access Point US TABULATION OF BIDS IFB NO. 360332 - TEL[COMMUNICATIONS WIRING AND WIRELESS RADIO AND ANTENNA INSTALLATION SERVICES ( 11 DuraTech Systems, Inc. Miami Business Telephones Corp; ri Est. Ei Annual` Ig Extended Extended II Qtv: i UOM: il Unit Price: Amount: Unit Price: Amount: o rA TOTAL: Prepared by: Maritza Suarez, :3/25/1.3 8 Each $ 493.00 lea $ 3,944.00 $ 1.00 /ea $ 8.00 }: 8 ' Each i $ 1,600.00 lea $ 12,800.00 $ 1.00 lea $ 8.00 8 El Each i1 $ 5,300,00 lea $ 42,400.00 $ 1.00 lea $ 8.00 v I. i 8 {. Each l'' $ 140.00 lea $ 1,120.00 II 8 ' Each $ 3,500.00 lea $ 28,000.00 8 8 Each $ 2,500.00 loa $ 20,000.00 . Each $ 800.00 lea $ 6,400.00 8 Each f $ 400.00 lea $ 3,200.03 8 L.: Each t $ 1,500.00 /ea $ 12,000.00 $ 1.00 lea $ 8.00 $ 1,00 /ea $ 8.00 $ 1.00 /ea $ 8.00 $ 1.00 lea $ 8.00 $ 1.00 /ea $ 8.00 $ 1.00 (ea $ 8.00 $ 441,188.90 $ 311,562,80 Appro Page 11 of 11 Department Director/Designee Quality Wiring Inc Extended Unit Price: Amount: $ 989.00 lea $ 7,912.00 $ 2,969,00 lea $ 23,752.00 $ 3,599.00 lea $ 28,792.00 $ 1,016.00 /ea $ 8,128.00 $ 2,699.00 lea $ 21,592.00 $ 2,780.00 lea $ 72,240.00 $ 2,411,00 /ea $ 19,288.00 $ 386.00 tea $ 3,088.00 $ 25.00 lea $ 200.00 $ 256,030.20 City of Miami Procurement Department Miami Riverside Center 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Web Site Address: w v v rn amogDv corn orn. ,,r r Number: Title: Issue Date/Time: Closing Date/Time: Pre-Bid/Pre-Proposal Conference: Pre-Bid/Pre-Proposal Date/Time: Pre-Bid/Pre-Proposal Location: Deadline for Request for Clarification: Contracting Officer: Hard Copy Submittal Location: Contracting Officer E-Mail Address: Contracting Officer Facsimile: 823382,1 IFB Telecommunication Wiring , Wireless Radio and Antenna Installation Services 14-MAY-2018 05/23/2018 @ 14:00:00 None Friday, May 11, 2018 at 2:00 p.m. Giraldo, Victoria City of Miami - City Clerk 3500 Pan American Drive Miami FL 33133 US VictoriaGiraldo@miamigov.com 305-400-5361 Page 1 of 62 Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (1) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSER NAME ADDRESS - PHONE: FAX EMAIL: CELL(Optional)• SIGNED BY: TITLE: DATE. FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISOUALIFY THIS RESPONSE. Page 2 of 62 Certifications Legal Name of Firm: Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Year Established: Office Location: City of Miami, Miami -Dade County, or Other Business Tax Receipt/ Occupational License Number: Business Tax Receipt/ Occupational License Issuing Agency: Business Tax Receipt/ Occupational License Expiration Date: Will Subcontractor(s) be used? (Yes or No) If subcontractor(s) will be utilized, provide their name, address and the the portion of the work they will be responsible for under this contract (a copy of their license(s) must be submitted with your bid response). If no subcontractor(s) will be utilized, please insert N/A.: Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 7/1/17), If no addendum/addenda was/were issued, please insert N/A. Reference No. 1: Name of Company/Agency for which bidder is currently providing the services/goods as described in this solicitation, or has provided such services/goods in the past: Reference No. 1: Address, City, State, and Zip for above referenced company/agency listed: Page 3 of 62 Reference No. 1: Name of Contact Person and Telephone Number for above referenced no. 1 Reference No. 1: Date of Contract or Sale for above referenced no. 1 Reference No. 2: Name of Company/Agency for which bidder is currently providing the services/goods as described in this solicitation, or has provided such services/goods in the past: Reference No. 2: Address, City, State, and Zip for above referenced company/agency listed: Reference No. 2: Name of Contact Person and Telephone Number for above referenced no. 2 Reference No. 2: Date of Contract or Sale for above referenced no. 2 Reference No. 3: Name of Company/Agency for which bidder is currently providing the services/goods as described in this solicitation, or has provided such services/goods in the past: Reference No. 3: Address, City, State, and Zip for above referenced company/agency listed: Reference No. 3: Name of Contact Person and Telephone Number for above referenced no. 3 Reference No. 3: Date of Contract or Sale for above referenced no. 3 Page 4 of 62 Line: 1 Description: Telecommunications Wiring Parts/ Services - Technician, Regular Hourly Rate I (Monday through Friday 8:00 a.m. - 5:00 p.m.) Category: 91597-00 Unit of Measure: Hour Unit Price: $ Line: 2 Number of Units: 1 Total: $ Description: Telecommunications Wiring Parts/ Services- Technician, After -Hours Hourly Rate II (Monday- Friday, 5:00pm-8:00am, Weekends and Holidays) Category: 91597-00 Unit of Measure: Hour Unit Price: $ Line: 3 Number of Units: 1 Total: $ Description: Telecommunications Wiring Parts/ Services - Supervisor, Regular Hourly Rate I (Monday through Friday 8:00 a.m. - 5:00 p.m.) Category: 91597-00 Unit of Measure: Hour Unit Price: $ Line: 4 Number of Units: 1 Total: $ Description: Telecommunications Wiring Parts/ Services- Supervisor, After-hours hourly Rate II (Monday - Friday, 5:00 pm - 8:00 am, Weekends and Holidays) Category: 91597-00 Unit of Measure: Hour Unit Price: $ Line: 5 Number of Units: 1 Total: $ Page 5 of 62 Description: Telecommunications Wiring Parts/ Services -Electrician, Regular Hourly Rate I (Monday - Friday, 8:00 am - 5:00 pm) Category: 91597-00 Unit of Measure: Hour Unit Price: S Line: 6 Number of Units: 1 Total: $ Description: Telecommunications Wiring Parts/ Services- Electrician, After -Hours Hourly Rate II (Monday - Friday, 5:00 pm - 8:00 am, Weekends and Holidays) Category: 91597-00 Unit of Measure: Hour Unit Price: $ Line: 7 Number of Units: 1 Total: $ Description: 100ft Category 6 Quad Cable, Plenum Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 8 Number of Units: 5 Total: $ Description: 100ft Category 5e Quad Cable, Plenum Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 9 Number of Units: 5 Total: $ Description: 100ft 4-Pair STP 24 AWG Gel Filled Cat5 Page 6 of 62 Category: 91597-00 Unit of Measure_ Each Unit Price: $ Line: 10 Number of Units: 5 Total: $ Description: 100ft 6-Strand Fiber Optic Cable 1/0 Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 11 Number of Units: 5 Total: $ Description: 100ft 12-Strand Fiber Optic 110 Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 12 Number of Units: 5 Total: $ Description: 100ft RGG Coaxial Cable, Plenum Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 13 Number of Units: 5 Total: $ Description: 8ft Patch Cord Cat 5E Category: 91597-00 Unit of Measure: Each Page 7 of 62 Unit Price: $ Line: 14 Number of Units: 5 Total: $ Description: 3ft Patch Cord Cat 6 Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 15 Number of Units: 5 Total: $ Description: 12ft Patch Cord Cat 6 Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 16 Number of Units: 5 Total: $ Description: 1 meter SC to SC Patch Cord Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 17 Number of Units: 5 Total: $ Description: 1 meter ST to SC Patch Cord Category: 91597-00 Unit of Measure: Each Unit Price: $ Number of Units: 5 Total: $ Page 8 of 62 Line: 18 Description: 1 meter LC to SC Patch Cord Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 19 Number of Units: 5 Total: $ Description: 10 meter LC to SC Patch Cord Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 20 Number of Units: 5 Tota[: $ Description: 3ft Patch Cord RG6 Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 21 Description: RG6 F-Connectors Category: 91597-00 Unit of Measure: Each Unit Price: $ Number of Units: 5 Total: $ Number of Units: 5 Total: $ Page 9 of 62 Line: 22 Description: 50 Mic. MTRJ Connectors Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 23 Number of Units: 5 Total: $ Description: Modular Jack Category 5e Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 24 Number of Units: 5 Total: $ Description: Modular Jack Cat 6 Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 25 Number of Units: 5 Total: $ Description: Modular Face Plate Front Loading Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 26 Number of Units: 5 Total: $ Description: 7ft X 19inch Relay Rack Page 10 of 62 Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 27 Number of Units: 5 Total: $ Description: Vertical Cable Management Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 28 Number of Units: 5 Total: $ Description: Horizontal Cable Management Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 29 Number of Units: 5 Total: $ Description: 3.5 Horizontal Wire Management Panel Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 30 Number of Units: 5 Total: $ Description: 12inch Ladder Rack (Length 10ft) Category: 91597-00 Page 11 of 62 Unit of Measure: Each Unit Price: $ Line: 31 Number of Units: 5 Total: $ Description: 24inch Open Swingate Rack Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 32 Description: 48inch Swing Gate Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 33 Number of Units: 5 Total: $ Number of Units: 5 Total: $ Description: Wall Mount Cabinet 24 inches X 24 inches x 24 inches with Plexiglass Door Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 34 Number of Units: 5 Total: $ Description: Wall Mount Cabinet 48 inches X 24 inches x 24 inches with Plexiglass Door Category: 91597-00 Unit of Measure: Each Unit Price: $ Number of Units: 5 Total: $ Page 12 of 62 Line: 35 Description: 19inch Equipment Shelve Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 36 Description: Fiber Blank Panel Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 37 Number of Units: 5 Total: $ Number of Units: 5 Total: $ Description: Fiber Optic 6-18 Port Panels Unloaded Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 38 Number of Units: 5 Total: $ Description: Fiber Optic SC 6 Pack Panel Duplex Category: 91597-00 Unit of Measure: Each Unit Price: $ Number of Units: 5 Total: $ Page 13 of 62 Line: 39 Description: 12 Port Consolidation Point Block Category 5E Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 40 Number of Units: 5 Total: $ Description: 12 Port Consolidation Point Block Category 6 Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 41 Number of Units: 5 Total: $ Description: 24 Port Patch Panel Category 5E 568 A/B Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 42 Number of Units: 5 Total: S Description: 48 Port Patch Panel Category 5E 568 A/B Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 43 Number of Units: 5 Total: $ Page 14 of 62 Description: 24 Port Patch Panel Category 6 568 AIB Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 44 Number of Units: 5 Total: $ Description: 48 Port Patch Panel Category 6 568 A/B Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 45 Number of Units: 5 Total: $ Description: 10ft Non -Metallic Surface Raceway Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 46 Number of Units: 5 Total: $ Description: Pedestal, High -Capacity Fire -Rated Poke -Through Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 47 Number of Units: 5 Total: $ Description: loft EMT 314inch Conduit Page 15 of 62 Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 48 Number of Units: 5 Total: $ Description: loft EMT linch Conduit Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 49 Number of Units: 5 Total: $ Description: loft EMT 2inch Conduit Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 50 Number of Units: 5 Total: $ Description: loft EMT 3inch Conduit Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 51 Number of Units: 5 Total: $ Description: 10ft EMT 4inch Conduit Category: 91597-00 Unit of Measure: Each Page 16 of 62 Unit Price: S Line: 52 Number of Units: 5 Total: $ Description: 10ft PVC 2inch Conduit Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 53 Number of Units: 5 Total: $ Description: Fiber Optic Plenum lnnerduct linch Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 54 Number of Units: 5 Total: $ Description: NEMA 12 X 12 X 6 Box Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 55 Number of Units: 5 Total: $ Description: Standard Box 1.78inch Deep 1 Gang Device Box Category: 91597-00 Unit of Measure: Each Unit Price: $ Number of Units: 5 Total: $ Page 17 of 62 Line:: 56 Description: Core drill, 1-4 inch Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 57 Number of Units: 5 Total: $ Description: Back Board, Flush Mounted, 4 feet X 4 feet, Fire Retardant Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 58 Number of Units: 5 Total: $ Description: Back Board, Flush Mounted, 2 feet X 8 feet, Fire Retardant Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 59 Number of Units: 5 Total: $ Description: Wireless Radio & Antenna Parts and Services - Configuration of Wireless Radio & Testing Category: 91597-00 Unit of Measure: Each Unit Price: $ Number of Units: 5 Total: $ Page 18 of 62 Line: 60 Description: Wireless Radio & Antenna Parts and Services - SURGE, GIGABIT SURGE PROTECTOR WITH SHIELDED R.145. Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 61 Number of Units: 5 Total: $ Description: Wireless Radio & Antenna Parts and Services - Outdoor Universal Mounting Kit; Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 62 Number of Units: 5 Total: $ Description: Wireless Radio & Antenna Parts and Services - 8 dBi Omni Directional Antenna - St-N Femat - 5.47-5.850 GHz Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 63 Number of Units: 5 Total: $ Description: Wireless Radio & Antenna Parts and Services - 16 dBi Sector Antenna - St-N Female - 4.9 - 6.1 GHz - 90 degrees Category: 91597-00 Unit of Measure: Each Unit Price: $ Number of Units: 5 Total: $ Page 19 of 62 Line: 64 Description: Wireless Radio & Antenna Parts and Services - Point-To-Multipoint (MP) - Tsunami ID 8200 Base Station Unit, 300 Mbps, MIMO 2x2, 4.9 & 5.8 GHz, Type-N Connectors US PoE Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 65 Number of Units: 5 Total: $ Description: Wireless Radio & Antenna Parts and Services - Point-To-Multipoint (MP) - Tsunami ID 8250 Subscriber Unit, 300 Pv€bps, MIMO 2x2, 4.9 & 5.8 GHz, 23 dBi, panel antenna US PoE Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 66 Number of Units: 5 Total: $ Description: Wireless Radio & Antenna Parts and Services - Point -To -Point (PP) - Tsunami QB 8100 Link, 300 Mbps, MIMO 3x3, Type-N Connectors (Two QB-8100-EPA-US) Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 67 Number of Units: 5 Total: $ Description: Wireless Radio & Antenna Parts and Services - Wireless LAN (AP) - ORiNOCO AP-8000 US (802.11a/b/g/n Access Point -Dual Radio) Category: 9 1 597-00 Unit of Measure: Each Unit Price: $ Number of Units: 5 Total: $ Page 20 of 62 Line: 68 Description: HANWHA 3MP IP CAMERA OUTDOOR - SAM-SNV-7084R Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 69 Number of Units: 5 Total: $ Description: HANWHA 3MP IP CAMERA INDOOR - SAM-SND-7084R Category: 91597-00 Unit of Measure: Each Unit Price: $ Line: 70 Number of Units: 5 Total: $ Description: HANWHA 16CH NETWORK RECORDER W/POE SWITCH AND 16TB HDD - SAM-XRN-1610S-16T Category: 91597-00 Unit of Measure: Each Unit Price: $ Number of Units: 5 Total: $ Page 21 of 62 823382,1 Table of Contents Terms and Conditions 23 1. General Conditions 23 1.1. GENERAL TERMS AND CONDITIONS 23 2. Special Conditions 43 2.1. PURPOSE 43 2.2. PRE-BID/PRE-PROPOSAL CONFERENCE 43 2.3. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION 43 2.4. MINIMUM QUALIFICATIONS 43 2.5. SUBCONTRACTOR(SYS MINIMUM REQUIREMENTS 43 2,6, LIVING WAGE ORDINANCE 44 2.7. INSURANCE REQUIREMENTS 44 2.8. TERM OF CONTRACT 46 2.9. METHOD OF AWARD 46 2.10. TIE BIDS 46 2.11. CONDITIONS FOR RENEWAL 47 2.12. LICENSES, PERMITS, AND FEES 47 2.13. HOURLY RATE 47 2.14. EQUITABLE ADJUSTMENT 48 2.15. EQUIPMENT/ SUPPLIES MARK-UP/DISCOUNT 48 2.16. EQUAL PRODUCT 48 2.17. SUCCESSFUL BIDDER POINT OF CONTACT 49 2.18. PROJECT MANAGER 49 2.19. WORKMANSHIP AND MATERIALS 49 2.20. WARRANTY 49 2.21. MAINTENANCE AGREEMENT 50 2.22. DEMONSTRATIONS 50 2.23. USE OF PREMISES 50 2.24. PUBLIC CONVENIENCE AND SAFETY 50 2.25. SAFETY MEASURES 51 2.26. DAMAGES TO PUBLIC/PRIVATE PROPERTY 51 2.27. FAILURE TO PERFORM 51 2.28. LIQUIDATED DAMAGES 51 2.29. COMPLETED WORK ...., 52 2.30. METHOD OF PAYMENT 52 2.31, NON -APPROPRIATION OF FUNDS 52 2.32. ADDITIONS/DELETIONS OF ITEMS/PRODUCTS/SERVICES 52 2.33. TERMINATION 52 2.34. ADDITIONAL TERMS AND CONDITIONS .53 3. Specifications 54 3.1. SPECIFICATIONS/SCOPE OF WORK 54 Page 22 of 62 823382,1 Terms and Conditions 1. General Conditions 1.1. GENERAL TERMS AND CONDITIONS Intent: The General Terms and Conditions described herein apply to the acquisition of goods/equipment/services with an estimated aggregate cost of S25,000.00 or more. Definition: A formal solicitation is defined as issuance of an Invitation for Bids, Request for Proposals, Request for Qualifications, or Request for Letters of Interest pursuant to the City of Miami Procurement Code and/or Florida Law, as amended. Formal Solicitation and Solicitation shall be defined in the same manner herein. 1.1. ACCEPTANCE OF GOODS OR EQUIPMENT - Any good(s) or equipment delivered under this formal solicitation, if applicable, shall remain the property of the seller until a physical inspection and actual usage of the good is made, and thereafter is accepted as satisfactory to the City. It must comply with the terms herein and be fully in accordance with specifications and of the highest quality. In the event the goods/equipment supplied to the City are found to be defective or does not conform to specifications, the City reserves the right to cancel the order upon written notice to the Contractor and retum the product to the Contractor at the Contractor's expense. 1.2. ACCEPTANCE OF OFFER - The signed or electronic submission of your solicitation response shall be considered an offer on the part of the bidder/proposer; such offer shall be deemed accepted upon issuance by the City of a purchase order. 1.3. ACCEPTANCE/REJECTION — The City reserves the right to accept or reject any or all responses or parts of after opening. closing date and request re -issuance on the goods/services described in the formal solicitation. In the event of such rejection, the Director of Purchasing shall notify all affected bidders/proposers and make available a written explanation for the rejection. The City also reserves the right to reject the response of any bidder/proposer who has previously failed to properly perform under the terms and conditions of a contract, to deliver on time contracts of a similar nature, and who is not in a position to perform the requirements defined in this formal solicitation. The City further reserves the right to waive any irregularities or minor informalities or technicalities in any or all responses and may, at its discretion, re -issue this formal solicitation. 1.4. ADDENDA — It is the bidder's/proposer's responsibility to ensure receipt of all Addenda. Addenda are available at the City's website at: http://www.ci.miami.fl.us/procurement 1.5. ALTERNATE RESPONSES WILL NOT BE CONSIDERED. 1.6. ASSIGNMENT - Contractor agrees not to subcontract, assign, transfer, convey, sublet, or otherwise dispose of the resulting Contract, or any or all of its right, title or interest herein, without City of Miami's prior written consent. 1.7. ATTORNEY'S FEES - In connection with any litigation, mediation and arbitration arising out of this Contract, each party shall bear their own attorney's fees through and including appellate litigation and any post judgment proceedings. 1.8. AUDIT RIGHTS AND RECORDS RETENTION - The Successful Bidder/Proposer agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers, and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder/Proposer shall maintain and retain any and all of Page 23 of 62 823382,1 the books, documents, papers and records pertinent to the Contract for three (3) years after the City makes final payment and all other pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. 1.9. AVAILABILITY OF CONTRACT STATE-WIDE - Any Governmental, not -for -profit or quasi -governmental entity in the State of Florida, may avail itself of this contract and purchase any and all goods/services, specified herein from the successful bidder(s)/proposer(s) at the contract price(s) established herein, when permissible by federal, state, and local laws, rules, and regulations. Each Governmental, not -for -profit or quasi -governmental entity which uses this formal solicitation and resulting bid contract or agreement will establish its own contract/agreement, place its own orders, issue its own purchase orders, be invoiced there from and make its own payments, determine shipping terms and issue its own exemption certificates as required by the successful bidder(s)/proposer(s). 1.10. AWARD OF CONTRACT: A. The Formal Solicitation, Bidder's/Proposer's response, any addenda issued, and the purchase order shall constitute the entire contract, unless modified in accordance with any ensuing contract/agreement, amendment or addenda. B. The award of a contract where there are Tie Bids will be decided by the Director of Purchasing or designee in the instance that Tie Bids can't be determined by applying Florida Statute 287.087, Preference to Businesses with Drug -Free Workplace Programs. C. The award of this contract may be preconditioned on the subsequent submission of other documents as specified in the Special Conditions or Technical Specifications. Bidder/Proposer shall be in default of its contractual obligation if such documents are not submitted in a timely manner and in the form required by the City. Where Bidder/Proposer is in default of these contractual requirements, the City, through action taken by the Purchasing Department, will void its acceptance of the Bidder's/Proposer's Response and may accept the Response from the next lowest responsive, responsible Bidder or Proposal most advantageous to the City or re -solicit the City's requirements. The City, at its sole discretion, may seek monetary restitution from Bidder/Proposer and its bid/proposal bond or guaranty, if applicable, as a result of damages or increased costs sustained as a result of the Bidder's/Proposer's default. D. The term of the contract shall be specified in one of three documents which shall be issued to the successful Bidder/Proposer. These documents may either be a purchase order, notice of award and/or contract award sheet. E. The City reserves the right to automatically extend this contract for up to one hundred twenty (120) calendar days beyond the stated contract term in order to provide City departments with continual service and supplies while a new contract is being solicited, evaluated, and/or awarded. If the right is exercised, the City shall notify the Bidder/Proposer, in writing, of its intent to extend the contract at the same price, terms and conditions for a specific number of days. Additional extensions over the first one hundred twenty (120) day extension may occur, if, the City and the Successful Bidder/Proposer are in mutual agreement of such extensions. F. Where the contract involves a single shipment of goods to the City, the contract term shall conclude upon completion of the expressed or implied warranty periods. G. The City reserves the right to award the contract on a split -order, lump sum or individual -item basis, or such combination as shall best serve the interests of the City unless otherwise specified. H. A Contract/Agreement may be awarded to the Bidder/Proposer by the City Commission based upon the minimum qualification requirements reflected herein. As a result of a RFP, RFQ, or RFLI, the City reserves the right to execute or not execute, as applicable, an Agreement with the Proposer, whichever is determined to be in the Page 24 of 62 823382,1 City's best interests. Such agreement will be furnished by the City, will contain certain terms as are in the City's best interests, and will be subject to approval as to legal form by the City Attorney. 1.11. BID BOND/ BID SECURITY - A cashier's or certified check, or a Bid Bond signed by a recognized surety company that is licensed to do business in the State of Florida, payable to the City of Miami, for the amount bid is required from all bidders/proposers, if so indicated under the Special Conditions. This check or bond guarantees that a bidder/proposer will accept the order or contract/agreement, as bid/proposed, if it is awarded to bidder proposer. Bidder!Proposer shall forfeit bid deposit to the City should City award contract/agreement to Bidder/Proposer and Bidder/Proposer fails to accept the award. The City reserves the right to reject any and all surety tendered to the City. Bid deposits are returned to unsuccessful bidders/proposers within ten (10) days after the award and successful bidder's/proposer's acceptance of award. If sixty (60) days have passed after the date of the formal solicitation closing date, and no contract has been awarded, all bid deposits will be returned on demand. 1.12. RESPONSE FORM (HARDCOPY FORMAT) - All forms should be completed, signed and submitted accordingly. 1.13. BID SECURITY FORFEITED LIQUIDATED DAMAGES - Failure to execute an Agreement and/or file an acceptable Performance Bond, when required, as provided herein, shall be just cause for the annulment of the award and the forfeiture of the Bid Security to the City, which forfeiture shall be considered, not as a penalty, but in mitigation of damages sustained. Award may then be made to the next lowest responsive, responsible Bidder or Proposal most advantageous to the City or all responses may be rejected. 1.14. BRAND NAMES - If and wherever in the specifications brand names, makes, models, names of any manufacturers, trade names, or bidder/proposer catalog numbers are specified, it is for the purpose of establishing the type, function, minimum standard of design, efficiency, grade or quality of goods only. When the City does not wish to rile out other competitors' brands or makes, the phrase "OR EQUAL" is added. When bidding/proposing an approved equal, Bidders/Proposers will submit, with their response, complete sets of necessary data (factory information sheets, specifications, brochures, etc.) in order for the City to evaluate and determine the equality of the item(s) bid/proposed. The City shall be the sole judge of equality and its decision shall be final. Unless otherwise specified, evidence in the form of samples may be requested if the proposed brand is other than specified by the City. Such samples are to be furnished after formal solicitation opening/closing only upon request of the City. If samples should be requested, such samples must be received by the City no later than seven (7) calendar days after a formal request is made. 1.15. CANCELLATION - The City reserves the right to cancel all formal solicitations before its opening/closing. In the event of bid/proposal cancellation, the Director of Purchasing shall notify all prospective bidders/proposers and make available a written explanation for the cancellation. 1.16. CAPITAL EXPENDITURES - Contractor understands that any capital expenditures that the firm makes, or prepares to make, in order to deliver/perform the goods/services required by the City, is a business risk which the contractor must assume. The City will not be obligated to reimburse amortized or unamortized capital expenditures, or to maintain the approved status of any contractor. If contractor has been unable to recoup its capital expenditures during the time it is rendering such goods/services, it shall not have any claim upon the City. 1.17. CITY NOT LIABLE FOR DELAYS - It is further expressly agreed that in no event shall the City be liable for, or responsible to, the Bidder/Proposer/Consultant, any sub-contractor/sub-consultant, or to any other person for, or on account of, any stoppages or delay in the work herein provided for by injunction or other legal or equitable proceedings or on account of any delay for any cause over which the City has no control. 1.18. COLLUSION —Bidder/Proposer, by submitting a response, certifies that its response is made without previous understanding, agreement or connection either with any person, firm or corporation submitting a response Page 25 of 62 823382,1 for the same items/services or with the City of Miami's Purchasing Department or initiating department. The Bidder%Proposer certifies that its response is fair, without control, collusion, fraud or other illegal action. Bidder/Proposer certifies that it is in compliance with the Conflict of Interest and Code of Ethics Laws. The City will investigate all potential situations where collusion may have occurred and the City reserves the right to reject any and all bids/responses where collusion may have occurred. 1.19. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS - Contractor understands that contracts between private entities and local governments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest, records keeping, etc. City and Contractor agree to comply with and observe all applicable laws, codes and ordinances as that may in any way affect the goods or equipment offered, including but not limited to: A. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client because of race, creed, color, national origin, sex, or age with regard to, but not limited to, the following: employment practices, rate of pay or other compensation methods, and training selection. B. Occupational, Safety and Health Act (OSHA), as applicable to this Formal Solicitation. C. The State of Florida Statutes, Section 287. I33(3)(A) on Public Entity Crimes. D. Environment Protection Agency (EPA), as applicable to this Formal Solicitation. E. Uniform Commercial Code (Florida Statutes, Chapter 672). F. Americans with Disabilities Act of 1990, as amended. G. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this Formal Solicitation. H. National Forest Products Association (NFPA), as applicable to this Formal Solicitation. I. City Procurement Ordinance City Code Section 18, Article III. J. Conflict of Interest, City Code Section 2-611;61. K. Cone of Silence, City Code Section 18-74. L. The Florida Statutes Sections 218.73 and 218.74 on Prompt Payment. Lack of knowledge by the bidder/proposer will in no way be a cause for relief from responsibility. Non-compliance with all local, state, and federal directives, orders, and laws may be considered grounds for termination of contract(s). Copies of the City Ordinances may be obtained from the City Clerk's Office. 1.20. CONE OF SILENCE - Pursuant to Section 18-74 of the City of Miami Code, a "Cone of Silence" is imposed upon each REP, RFQ, RFLI, or IFB after advertisement and terminates at the time the City Manager issues a written recommendation to the Miami City Commission. The Cone of Silence shall be applicable only to Contracts for the provision of goods and services and public works or improvements for amounts greater than S200,000. The Cone of Silence prohibits any communication regarding RFPs, RFQs, RFLI or IFBs (bids) between, among others: Potential vendors, service providers, bidders, lobbyists or consultants and the City's professional staff including, but not limited to, the City Manager and the City Manager's staff; the Mayor, City Commissioners, or their respective staffs and any member of the respective selectionievaluation committee. The provision does not apply to, among other communications: Page 26 of 62 823382, l Oral communications with the City purchasing, staff, provided the communication is limited strictly to matters of process or procedure already contained in the formal solicitation document; the provisions of the Cone of Silence do not apply to oral communications at duly noticed site visits/inspections, pre -proposal or pre -bid conferences, oral presentations before selection/evaluation committees, contract negotiations during any duly noticed public meeting, or public presentations made to the Miami City Commission during a duly noticed public meeting; or communications in writing or by email at any time with any City employee, official or member of the City Commission unless specifically prohibited by the applicable RFP, RFQ, RFLI or IFB (bid) documents (See Section 2.2. of the Special Conditions); or communications in connection with the collection of industry comments or the performance of market research regarding a particular RFP, RFQ, RFLI OR IFB by City Purchasing staff. Proposers or bidders must file a copy of any written communications with the Office of the City Clerk, which shall be made available to any person upon request. The City shall respond in writing and file a copy with the Office of the City Clerk (clerksgmiamigov.com), which shall be made available to any person upon request. Written communications may be in the form of e-mail, with a copy to the Office of the City Clerk. In addition to any other penalties provided by law, violation of the Cone of Silence by any proposer or bidder shall render any award voidable. A violation by a particular Bidder, Proposer, Offeror, Respondent, lobbyist or consultant shall subject same to potential penalties pursuant to the City Code. Any person having personal knowledge of a violation of these provisions shall report such violation to the State Attorney and/or may file a complaint with the Ethics Commission. Proposers or bidders should reference Section 18-74 of the City of Miami Code for fiirther clarification. This language is only a summary of the key provisions of the Cone of Silence. Please review City of Miami Code Section 18-74 for a complete and thorough description of the Cone of Silence. You may contact the City Clerk at 305-250-5360, to obtain a copy of same. 1.21. CONFIDENTIALITY - As a political subdivision, the City of Miami is subject to the Florida Sunshine Act and Public Records Law. If this Contract/Agreement contains a confidentiality provision, it shall have no application when disclosure is required by Florida law or upon court order. 1.22. CONFLICT OF INTEREST — Bidders/Proposers, by responding to this Formal Solicitation, certify that to the best of their knowledge or belief, no elected/appointed official or employee of the City of Miami is financially interested, directly or indirectly, in the purchase of goods/services specified in this Formal Solicitation. Any such interests on the part of the Bidder/Proposer or its employees must be disclosed in writing to the City. Further, you must disclose the name of any City employee who owns, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in your firm. A. Bidder/Proposer further agrees not to use or attempt to use any knowledge, property or resource which may be within his/her/its trust, or perform his/her/its duties, to secure a special privilege, benefit, or exemption for himself%herself/itself, or others. Bidder/Proposer may not disclose or use information not available to members of the general public and gained by reason of his/her/its position, except for information relating exclusively to governmental practices, for his/her/its personal gain or benefit or for the personal gain or benefit of any other person or business entity. B. Bidder/Proposer hereby acknowledges that he/she/it has not contracted or transacted any business with the City or any person or agency acting for the City, and has not appeared in representation of any third party before any board, commission or agency of the City within the past two years. Bidder/Proposer further warrants that he/she/it is not related, specifically the spouse, son, daughter, parent, brother or sister, to: (i) any member of the commission; (ii) the mayor; (iii) any city employee; or (iv) any member of any board or agency of the City. C. A violation of this section may subject the Bidder/Proposer to immediate termination of any professional services agreement with the City, imposition of the maximum fine and/or any penalties allowed by law. Page 27 of 62 823382,1 Additionally, violations may be considered by and subject to action by the Miami -Dade County Commission on Ethics. 1.23. COPYRIGHT OR PATENT RIGHTS — Bidders/Proposers warrant that there has been no violation of copyright or patent rights in manufacturing, producing, or selling the goods shipped or ordered and/or services provided as a result of this formal solicitation, and bidders/proposers agree to hold the City harmless from any and all liability, loss, or expense occasioned by any such violation. 1.24. COST INCURRED BY BIDDER/PROPOSER - All expenses involved with the preparation and submission of Responses to the City, or any work performed in connection therewith shall be borne by the Bi dder(s)/Proposer(s ). 1.25. DEBARMENT AND SUSPENSIONS (Sec 18-107) (a) Authority and requirement to debar and suspend. After reasonable notice to an actual or prospective Contractual Party, and after reasonable opportunity for such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the city attorney, shall have the authority to debar a Contractual Party, for the causes listed below, from consideration for award of city Contracts. The debarment shall be for a period of not fewer than three years. The City Manager shall also have the authority to suspend a Contractual Party from consideration for award of city Contracts if there is probable cause for debarment, pending the debarment determination. The authority to debar and suspend contractors shall be exercised in accordance with regulations which shall be issued by the Chief Procurement Officer after approval by the City Manager, the city attorney, and the City Commission. (b) Causes for debarment or suspension. Causes for debarment or suspension include the following: (1) Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private Contract or subcontract, or incident to the performance of such Contract or subcontract. (2) Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destntction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. (3) Conviction under state or federal antitrust statutes arising out of the submission of Bids or Proposals. (4) Violation of Contract provisions, which is regarded by the Chief Procurement Officer to be indicative of nonresponsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a Contract or to perform within the time limits provided in a Contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. (5) Debarment or suspension of the Contractual Party by any federal, state or other governmental entity. (6) False certification pursuant to paragraph (c) below. (7) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which the violation remains noncompliant. (8) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which a civil penalty or fine is due and owing to the city. (9) Any other cause judged by the City Manager to be so serious and compelling as to affect the Page 28 of 62 823382,1 responsibility of the Contractual Party performing city Contracts. (c) Certification. All Contracts for goods and services, sales, and leases by the city shall contain a certification that neither the Contractual Party nor any of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b)(5). (d) Debarment and suspension decisions. Subject to the provisions of paragraph (a), the City Manager shall render a written decision stating the reasons for the debarment or suspension. A copy of the decision shall be provided promptly to the Contractual Party, along with a notice of said party's right to seek judicial relief. 1.26. DEBARRED/SUSPENDED VENDORS —An entity or affiliate who has been placed on the State of Florida debarred or suspended vendor list may not submit a response on a contract to provide goods or services to a public entity, may not submit a response on a contract with a public entity for the construction or repair of a public building or public work, may not submit response on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. 1.27. DEFAULT/FAILURE TO PERFORM - The City shall be the sole judge of nonperformance, which shall include any failure on the part of the successful Bidder/Proposer to accept the award, to furnish required documents, and/or to fulfill any portion of this contract within the time stipulated. Upon default by the successful Bidder/Proposer to meet any terms of this agreement, the City will notify the Bidder/Proposer of the default and wilt provide the contractor three (3) days (weekends and holidays excluded) to remedy the default. Failure on the contractor's part to correct the default within the required three (3) days shall result in the Contract being terminated and upon the City notifying in writing the contractor of its intentions and the effective date of the termination. The following shall constitute default: A. Failure to perform the work or deliver the goods/services required under the Contract and/or within the time required or failing to use the subcontractors, entities and personnel as identified and set forth, and to the degree specified in the Contract. B. Failure to begin the work under this Contract within the time specified. C. Failure to perform the work with sufficient workers and equipment or with sufficient materials to ensure timely completion. D. Neglecting or refusing to remove materials or perform new work where prior work has been rejected as nonconforming with the terms of the Contract. E. Becoming insolvent, being declared bankrupt, or committing any act of bankniptcy or insolvency, or making an assignment for the benefit of creditors, if the insolvency, bankruptcy, or assignment renders the successful Bidder/Proposer incapable of performing the work in accordance with and as required by the Contract. F. Failure to comply with any of the terms of the Contract in any material respect. All costs and charges incurred by the City as a result of a default or a default incurred beyond the time limits stated, together with the cost of completing the work, shall be deducted from any monies due or which may become due on this Contract. 1.28. DETERMINATION OF RESPONSIVENESS - Each Response will be reviewed to determine if it is responsive to the submission requirements outlined in the Formal Solicitation. A "responsive" response is one which follows the requirements of the formal solicitation, includes all documentation, is submitted in the format outlined in the formal solicitation, is of timely submission, and has appropriate signatures as required on each document. Failure Page 29 of 62 823382,1 to comply with these requirements may deem a Response non -responsive. A. Responsible Bidder shall mean a bidder/proposer who has submitted a bid/prposal and who has the capability, as determined under the City Procurement Ordinance, in all respects to fully perform the contract requirements, and the integrity and reliability of which give reasonable assurance of good faith and performance. 1.29. DISCOUNTS OFFERED DURING TERM OF CONTRACT - Discount Prices offered in the response shall be fixed after the award by the Commission, unless otherwise specified in the Special Terms and Conditions. Price discounts off the original prices quoted in the response will be accepted from successful Bidder(s)/Proposer(s) during the term of the contract. Such discounts shall remain in effect for a minimum of 120 days from approval by the City Commission Any discounts offered by a manufacturer to Bidder/Proposer will be passed on to the City. 1.30. DISCREPANCIES, ERRORS, AND OMISSIONS - Any discrepancies, errors, or ambiguities in the Formal Solicitation or addenda (if any) should be reported in writing to the City's Purchasing Department. Should it be found necessary, a written addendum will be incorporated in the Formal Solicitation and will become part of the purchase agreement (contract documents). The City will not be responsible for any oral instnictions, clarifications, or other communications. A. Order of Precedence — Any inconsistency in this formal solicitation shall be resolved by giving precedence to the following documents, the first of such list being the governing documents. 1) Addenda (as applicable) 2) Specifications 3) Special Conditions 4) General Terms and Conditions 1.31. EMERGENCY / DISASTER PERFORMANCE - In the event of a hurricane or other emergency or disaster situation, the successful vendor shall provide the City with the commodities/services defined within the scope of this formal solicitation at the price contained within vendor's response. Further, successful vendor shall deliver/perform for the city on a priority basis during such times of emergency. 1.32. ENTIRE BID CONTRACT OR AGREEMENT - The Bid Contract or Agreement consists of this City of Miami Formal Solicitation and specifically this General Conditions Section, Contractor's Response and any written agreement entered into by the City of Miami and Contractor in cases involving RFPs, RFQs, and RFLIs, and represents the entire understanding and agreement between the parties with respect to the subject matter hereof and supersedes all other negotiations, understanding and representations, if any, made by and between the parties. To the extent that the agreement conflicts with, modifies, alters or changes any of the terms and conditions contained in the Formal Solicitation and/or Response, the Formal Solicitation and then the Response shall control. This Contract may be modified only by a written agreement signed by the City of Miami and Contractor. 1.33. ESTIMATED QUANTITIES —Estimated quantities or estimated dollars are provided for your guidance only. No guarantee is expressed or implied as to quantities that will be purchased during the contract period. The City is not obligated to place an order for any given amount subsequent to the award of this contract. Said estimates may be used by the City for purposes of determining the low bidder or most advantageous proposer meeting specifications. The City reserves the right to acquire additional quantities at the prices bid/proposed or at lower prices in this Formal Solicitation. 1.34. EVALUATION OF RESPONSES A.Rejection of Responses The City may reject a Response for any of the following reasons: Page 30 of 62 823382,1 1) Bidder/Proposer fails to acknowledge receipt of addenda; 2) Bidder/Proposer mistates or conceals any material fact in the Response ; 3) Response does not conform to the requirements of the Formal Solicitation; 4) Response requires a conditional award that conflicts with the method of award; 5) Response does not include required samples, certificates, licenses as required; and, 6) Response was not executed by the Bidder's/Proposer(s) authorized agent. The foregoing is not an all inclusive list of reasons for which a Response may be rejected. The City may reject and re -advertise for all or any part of the Formal Solicitation whenever it is deemed in the best interest of the City. B. Elimination From Consideration 1) A contract shall not be awarded to any person or firm which is in arrears to the City upon any debt or contract, or which is a defaulter as surety or otherwise upon any obligation to the City. 2) A contract may not be awarded to any person or firm which has failed to perform under the terms and conditions of any previous contract with the City or deliver on time contracts of a similar nature. 3) A contract may not be awarded to any person or firm which has been debarred by the City in accordance with the City's Debarment and Suspension Ordinance. C. Determination of Responsibility 1) Responses will only be considered from entities who are regularly engaged in the business of providing the goods/equipment/services required by the Formal Solicitation. Bidder/Proposer must be able to demonstrate a satisfactory record of performance and integrity; and, have sufficient financial, material, equipment, facility, personnel resources, and expertise to meet all contractual requirements. The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well established entity in line with the best industry practices in the industry as determined by the City. 2) The City may consider any evidence available regarding the financial, technical and other qualifications and abilities of a Bidder/Proposer, including past performance (experience) with the City or any other governmental entity in making the award. 3) The City may require the Bidder(s)/Proposer(s) to show proof that they have been designated as an authorized representative of a manufacturer or supplier which is the actual source of supply, if required by the Formal Solicitation. 1.35. EXCEPTIONS TO GENERAL AND/OR SPECIAL CONDITIONS OR SPECIFICATIONS - Exceptions to the specifications shall be listed on the Response and shall reference the section. Any exceptions to the General or Special Conditions shall be cause for the bid (IFB) to be considered non -responsive. It also may be cause for a RFP, RFQ, or RFLI to be considered non -responsive; and, if exceptions are taken to the terms and conditions of the resulting agreement it may lead to terminating negotiations. 1.36. F.O.B. DESTINATION - Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the bidder/proposer must be F,O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid/proposal price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid/proposal. 1.37. FIRM PRICES - The bidder/proposer warrants that prices, terms, and conditions quoted in its response will be firm throughout the duration of the contract unless otherwise specified in the Formal Solicitation. Such prices will remain firm for the period of performance or resulting purchase orders or contracts, which are to be performed Page 31 of 62 823382,1 or supplied over a period of time. 1.38. FLORIDA MINIMUM WAGE - The Constitution of the State of Florida, Article X, Section 24, states that employers shall pay employee wages no less than the minimum wage for all hours worked in Florida. Accordingly, it is the contractor's and its' subcontractor(s) responsibility to understand and comply with this Florida constitutional minimum wage requirement and pay its employees the current established hourly minimum wage rate, which is subject to change or adjusted by the rate of inflation using the consumer price index for urban wage earners and clerical workers, CPI-W, or a successor index as calculated by the United States Department of Labor. Each adjusted minimum wage rate calculated shall be determined and published by the Agency Workforce Innovation on September 30th of each year and take effect on the following January lst. At the time of responding, it is bidder/proposer and his/her subcontractor(s), if applicable, frill responsibility to determine whether any of its employees may be impacted by this Florida Law at any given point in time during the term of the contract. If impacted, bidder/proposer must furnish employee name(s), job title(s), job description(s), and current pay rate(s). Failure to submit this information at the time of submitting a response constitute successful bidder's/proposer's acknowledgement and understanding that the Florida Minimum Wage Law will not impact its prices throughout the term of contract and waiver of any contractual price increase request(s). The City reserves the right to request and successful bidder/proposer must provide for any and all information to make a wage and contractual price increase(s) determination. 1.39. GOVERNING LAW AND VENUE - The validity and effect of this Contract shall be governed by the laws of the State of Florida. The parties agree that any action, mediation or arbitration arising out of this Contract shall take place in Miami -Dade County, Florida. In any action or proceeding each party shall bear their own respective attorney's fees. 1.40. HEADINGS AND TERMS - The headings to the various paragraphs of this Contract have been inserted for convenient reference only and shall not in any manner be construed as modifying, amending or affecting in any way the expressed terms and provisions hereof. 1.41. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) - Any person or entity that performs or assists the City of Miami with a function or activity involving the use or disclosure of "individually identifiable health information (I1HI) and/or Protected Health Information (PHI) shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the City of Miami Privacy Standards. HIPAA mandates for privacy, security and electronic transfer standards, which include but are not limited to: A. Use of information only for performing services required by the contract or as required by law; B. Use of appropriate safeguards to prevent non -permitted disclosures; C. Reporting to the City of Miami of any non -permitted use or disclosure; D. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to the Bidder/Proposer and reasonable assurances that CIHI/PHI will be held confidential; E. Making Protected Health Information (PHI) available to the customer; F. Making PHI available to the customer for review and amendment; and incorporating any amendments requested by the customer; G. Making PHI available to the City of Miami for an accounting of disclosures; and H. Making internal practices, books and records related to PIII available to the City of Miami for compliance audits. PHI shall maintain its protected status regardless of the form and method of transmission (paper records, and/or electronic transfer of data). The Bidder/ Proposer must give its customers written notice of its privacy information Page 32 of 62 823382,1 practices including specifically, a description of the types of uses and disclosures that would be made with protected health information. 1.42 INDEMNIFICATION - Contractor shall indemnify, hold/save harmless and defend at its own costs and expense the City, its officials, officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract and will indemnify, hold harmless and defend the City, its officials, officers, agents, directors and employees against, any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted work, even if it is alleged that the City, its officials and/or employees were negligent. These indemnifications shall survive the term of this Contract. In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory to City. The Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against City whether performed by Contractor, or persons employed or utilized by Contractor. This indemnity will survive the cancellation or expiration of the Contract. This indemnity will be interpreted under the laws of the State of Florida, including without limitation and which conforms to the limitations of §725.06 and/or §725.08, Fla. Statues, as amended from time to time as applicable. Contractor shall require all Sub -Contractor agreements to include a provision that they will indemnify the City. The Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Contractor in which the City participated either through review or concurrence of the Contractor's actions. In reviewing, approving or rejecting any submissions by the Contractor or other acts of the Contractor, the City in no way assumes or shares any responsibility or liability of the Contractor or Sub -Contractor, under this Agreement. 1.43. FORMATION AND DESCRIPTIVE LITERATURE --Bidders/proposer must furnish all information requested in the spaces provided in the Formal Solicitation. Further, as may be specified elsewhere, each Bidder/Proposer must submit for evaluation, cuts, sketches, descriptive literature, technical specifications, and Material Safety Data Sheets (MSDS)as required, covering the products offered. Reference to literature submitted with a previous response or on file with the Buyer will not satisfy this provision. 1.44. INSPECTIONS - The City may, at reasonable times during the term hereof, inspect Contractor's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods and/or services required to be provided by the Contractor under this Contract conform to the terms and conditions of the Formal Solicitation. Contractor shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and made in accordance with, the provisions of the City of Miami Ordinance No. 12271 (Section 18-79), as same may be amended or supplemented from time to time. 1.45. INSPECTION OF RESPONSE - Responses received by the City pursuant to a Formal Solicitation will not be made available until such time as the City provides notice of a decision or intended decision or within 30 days after bid closing, whichever is earlier. Bid/Proposal results will be tabulated and may be furnished upon request via fax or e-mail to the Sr. Procurement Specialist issuing the Solicitation. Tabulations also are available on the City's Page 33 of62 823382,1 Web Site following recommendation for award. 1.46. INSURANCE - Within ten (10) days after receipt of Notice of Award, the successful Contractor, shall furnish Evidence of Insurance to the Purchasing Department, if applicable. Submitted evidence of coverage shall demonstrate strict compliance to all requirements listed on the Special Conditions entitled "Insurance Requirements". The City shall be listed as an "Additional Insured." Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this Solicitation the Contractor shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the City. If the Contractor fails to submit the required insurance documents in the manner prescribed in this Solicitation within fifteen (15) calendar days after receipt Notice of Award, the contractor shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the Bidder/Proposer may be prohibited from submitting future responses to the City. Information regarding any insurance requirements shall be directed to the Risk Administrator, Department of Risk Management, at 444 SW 2nd Avenue, 9th Floor, Miami, Florida 33130, 305-416-1604. The Bidder/Proposer shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in effect for the duration of the contractual period; including any and all option terms that may be granted to the Bidder/Proposer. 1.47. INVOICES - Invoices shall contain purchase order number and details of goods and/or services delivered (i.e. quantity, unit price, extended price, etc); and in compliance with Chapter 218 of the Florida Statutes (Prompt Payment Act). 1.48. LOCAL PREFERENCE A. City Code Section 18-85, states, "when a responsive, responsible non -local bidder submits the lowest bid price, and the bid submitted by one or more responsive, responsible local bidders who maintain a local office, as defined in Section 18-73, is within fifteen percent (15%) of the price submitted by the non -local bidder, then that non -local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local bidder. Contract award shall be made to the lowest responsive, responsible bidder submitting the lowest best and final bid. In the case of a tie in the best and final bid between a local bidder and a non -local bidder, contract award shall be made to the local bidder." B. City Code Section I8-86, states, "the RFP, RFLI or RFQ, as applicable, may, in the exercise of the reasonable professional discretion of the City Manager, director of the using agency, and the Chief Procurement Officer, include a five (5%) percent evaluation criterion in favor of proposers who maintain a local office, as defined in Section 18-73. In such cases, this five (5%) percent evaluation criterion in favor of proposers who maintain a local office will be specifically defined in the RFP, RFLI or RFQ, as applicable; otherwise, it will not apply. 1.49, MANUFACTURER'S CERTIFICATION -The City reserves the right to request from bidders/proposers a separate Manufacturer's Certification of all statements made in the bid/proposal. Failure to provide such certification may result in the rejection of bid/proposal or termination of contract/agreement,, for which the bidder/proposer must bear full liability. 1.50. 1'MIODIf ICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS - No contract or understanding to modify this Formal Solicitation and resultant purchase orders or contracts, if applicable, shall be binding upon the City unless made in writing by the Director of Purchasing of the City of Miami, Florida through the issuance of a change order, addendum, amendment, or supplement to the contract, purchase order or award sheet Page 34 of 62 823382. 1 as appropriate. 1.51. NO PARTNERSHIP OR JOINT VENTURE - Nothing contained in this Contract will be deemed or construed to create a partnership or joint venture between the City of Miami and Contractor, or to create any other similar relationship between the parties. 1.52, NONCONFORMANCE TO CONTRACT CONDITIONS - Items may be tested for compliance with specifications under the direction of the Florida Department of Agriculture and Consumer Services or by other appropriate testing Laboratories as determined by the City. The data derived from any test for compliance with specifications is public record and open to examination thereto in accordance with Chapter 1 19, Florida Statutes. Items delivered not conforming to specifications may be rejected and returned at Bidder's/Proposer's expense. These non -conforming items not delivered as per delivery date in the response and/or Purchase Order may result in bidder'proposer being found in default in which event any and all re -procurement costs may be charged against the defaulted contractor. Any violation of these stipulations may also result in the supplier's name being removed from the City of Miami's Supplier's list. 1.53. NONDISCRIMINATION —Bidder/Proposer agrees that it shall not discriminate as to race, sex, color, age, religion, national origin, marital status, or disability in connection with its performance under this formal solicitation. Furthermore, Bidder/Proposer agrees that no otherwise qualified individual shall solely by reason of his/her race, sex, color, age, religion, national origin, marital status or disability be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. In connection with the conduct of its business, including performance of services and employment of personnel, Bidder/Proposer shall not discriminate against any person on the basis of race, color, religion, disability, age, sex, marital status or national origin. All persons having appropriate qualifications shall be afforded equal opportunity for employment. 1.54. NON-EXCLUSIVE CONTRACT/ PIGGYBACK PROVISION - At such times as may serve its best interest, the City of Miami reserves the right to advertise for, receive, and award additional contracts for these herein goods andlor services, and to make use of other competitively bid (governmental) contracts, agreements, or other similar sources for the purchase of these goods and/or services as may be available. It is hereby agreed and understood that this formal solicitation does not constitute the exclusive rights of the successful bidder(s)/proposer(s) to receive all orders that may be generated by the City in conjunction with this Formal Solicitation. In addition, any and all commodities, equipment, and services required by the City in conjunction with construction projects are solicited under a distinctly different solicitation process and shall not be purchased under the terms, conditions and awards rendered under this solicitation, unless such purchases are determined to be in the best interest of the City, 1.55. OCCUPATIONAL LICENSE - Any person, firm, corporation or joint venture, with a business location in the City of Miami and is submitting a Response under this Formal Solicitation shall meet the City's Occupational License Tax requirements in accordance with Chapter 31.1, Article I of the City of Miami Charter. Others with a location outside the City of Miami shall meet their local Occupational License Tax requirements. A copy of the license must be submitted with the response; however, the City may at its sole option and in its best interest allow the Bidder/Proposer to supply the license to the City during the evaluation period, but prior to award. 1.56. ONE PROPOSAL - Only one (1) Response from an individual, firm, partnership, corporation or joint venture will be considered in response to this Formal Solicitation. Page 35 of 62 823382,1 1.57. OWNERSHIP OF DOCUMENTS - It is understood by and between the parties that any documents, records, files, or any other matter whatsoever which is given by the City to the successfid Bidder/Proposer pursuant to this formal solicitation shall at all times remain the property of the City and shall not be used by the Bidder/Proposer for any other purposes whatsoever without the written consent of the City. 1.58. PARTIAL INVALIDITY - If any provision of this Contract or the application thereof to any person or circumstance shall to any extent be held invalid, then the remainder of this Contract or the application of such provision to persons or circumstances other than those as to which it is held invalid shall not be affected thereby, and each provision of this Contract shall be valid and enforced to the fullest extent permitted by law. 1.59. PERFORMANCE/PAYMENT BOND —A Contractor may be required to furnish a Performance/Payment Bond as part of the requirements of this Contract, in an amount equal to one hundred percent (100%) of the contract price. 1.60. PREPARATION OF RESPONSES (HARDCOPY FORMAT) —Bidders/Proposers are expected to examine the specifications, required delivery, drawings, and all special and general conditions. All bidiproposed amounts, if required, shall be either typewritten or entered into the space provided with ink. Failure to do so will be at the Bidder's/Proposer's risk. A. Each Bidder/Proposer shall furnish the information required in the Formal Solicitation. The Bidder/Proposer shall sign the Response and print in ink or type the name of the Bidder/Proposer, address, and telephone number on the face page and on each continuation sheet thereof on which he/she makes an entry, as required. B. If so required, the unit price for each unit offered shall be shown, and such price shall include packaging, handling and shipping, and F.O.B. Miami delivery inside City premises unless otherwise specified. Bidder/Proposer shall include in the response all taxes, insurance, social security, workmen's compensation, and any other benefits normally paid by the Bidder/Proposer to its employees. If applicable, a unit price shall be entered in the "Unit Price" column for each item. Based upon estimated quantity, an extended price shall be entered in the "Extended Price" column for each item offered. In case of a discrepancy between the unit price and extended price, the unit price will be presumed correct. C. The Bidder/Proposer must state a definite time, if required, in calendar days for delivery of goods andior services. D. The Bidder/Proposer should retain a copy of all response documents for future reference. E. All responses, as described, must be fully completed and typed or printed in ink and must be signed in ink with the firm's name and by an officer or employee having authority to bind the company or firm by his/her signature. Bids/Proposals having any erasures or corrections must be initialed in ink by person signing the response or the response may be rejected. F. Responses are to remain valid for at least 180 days. Upon award ofa contract, the content of the Successful Bidder's/Proposer's response may be included as part of the contract, at the City's discretion. G. The City of Miami's Response Forms shall be used when Bidder./Proposer is submitting its response in hardcopy format. Use of any other forms will result in the rejection of the response. IF SUBMITTING HARDCOPY FORMAT, THE ORIGINAL AND THREE (3) COPIES OF THESE SETS OF FORMS, UNLESS OTHERWISE SPECIFIED, AND ANY REQUIRED ATTACHMENTS MUST BE RETURNED TO THE CITY OR YOUR RESPONSE MAY BE DEEMED NON -RESPONSIVE. 1.6I. PRICE ADJUSTMENTS — Any price decrease effectuated during the contract period either by reason of Page 36 of 62 823382,1 market change or on the part of the contractor to other customers shall be passed on to the City of Miami. 1.62. PRODUCT SUBSTITUTES - In the event a particular awarded and approved manufacturer's product becomes unavailable during the term of the Contract, the Contractor awarded that item may arrange with the City's authorized representative(s) to supply a substitute product at the awarded price or lower, provided that a sample is approved in advance of delivery and that the new product meets or exceeds all quality requirements. 1.63. CONFLICT OF INTEREST, AND UNETHICAL BUSINESS PRACTICE PROHIBITIONS - Contractor represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Contract and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Contract. 1.64. PROMPT PAYMENT —Bidders/Proposers may offer a cash discount for prompt payment; however, discounts shall not be considered in determining the lowest net cost for response evaluation purposes. Bidders/Proposers are required to provide their prompt payment terms in the space provided on the Formal Solicitation. If no prompt payment discount is being offered, the Bidder/Proposer must enter zero (0) for the percentage discount to indicate no discount. If the Bidder/Proposer fails to enter a percentage, it is understood and agreed that the terms shall be 2% 20 days, effective after receipt of invoice or final acceptance by the City, whichever is later. When the City is entitled to a cash discount, the period of computation will commence on the date of delivery, or receipt of a correctly completed invoice, whichever is later. If an adjustment in payment is necessary due to damage, the cash discount period shall commence on the date final approval for payment is authorized. If a discount is part of the contract, but the invoice does not reflect the existence of a cash discount, the City is entitled to a cash discount with the period commencing on the date it is determined by the City that a cash discount applies. Price discounts off the original prices quoted on the Price Sheet will be accepted from successful bidders/proposers during the term of the contract. 1.65. PROPERTY - Property owned by the City of Miami is the responsibility of the City of Miami. Such property furnished to a Contractor for repair, modification, study, etc., shall remain the property of the City of Miami. Damages to such property occurring while in the possession of the Contractor shall be the responsibility of the Contractor. Damages occurring to such property while in route to the City of Miami shall be the responsibility of the Contractor. In the event that such property is destroyed or declared a total loss, the Contractor shall be responsible for replacement value of the property at the current market value, less depreciation of the property, if any. 1.66. PROVISIONS BINDING - Except as otherwise expressly provided in the resulting Contract, all covenants, conditions and provisions of the resulting Contract shall be binding upon and shall inure to the benefit of the parties hereto and their respective heirs, legal representatives, successors and assigns. 1.67. PUBLIC ENTITY CRIMES - A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a response on a contract to provide any goods or services to a public entity, may not submit a response on a contract with a public entity for the construction or repair of a public building or public work, may not submit responses on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. Page 37 of 62 823382,1 1.68. PUBLIC RECORDS - Contractor understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida Statutes, and City of Miami Code, Section 18, Article III, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable law. Contractor shall additionally comply with the provisions of Section 1 19.0701, Florida Statutes, entitled "Contracts; public records". Contractor's failure or refusal to comply with the provision of this section shall result in the immediate cancellation of this Contract by the City. 1.69. QUALITY OF GOODS, MATERIALS, SUPPLIES, PRODUCTS, AND EQUIPMENT - All materials used in the manufacturing or construction of supplies, materials, or equipment covered by this solicitation shall be new. The items bid/proposed must be of the latest make or model, of the best quality, and of the highest grade of workmanship, unless as otherwise specified in this Solicitation. 1.70. QUALITY OF WORK/SERVICES - The work/services performed must be of the highest quality and workmanship. Materials furnished to complete the service shall be new and of the highest quality except as otherwise specified in this Solicitation. 1.71. REMEDIES PRIOR TO AWARD (Sec. 18-106) - If prior to Contract award it is determined that a formal solicitation or proposed award is in violation of law, then the solicitation or proposed award shall be cancelled by the City Commission, the City Manager or the Chief Procurement Officer, as may be applicable, or revised to comply with the law. 1.72. RESOLUTION OF CONTRACT DISPUTES (Sec. 18-105) (a) Authority to resolve Contract disputes. The City Manager, after obtaining the approval of the city attorney, shall have the authority to resolve controversies between the Contractual Party and the city which arise under. or by virtue of, a Contract between them; provided that, in cases involving an amount greater than S25,000, the City Commission must approve the City Manager's decision. Such authority extends, without limitation, to controversies based upon breach of Contract, mistake, misrepresentation or lack of complete performance, and shall be invoked by a Contractual Party by submission of a protest to the City Manager. (b) Contract dispute decisions. If a dispute is not resolved by mutual consent, the City Manager shall promptly render a written report stating the reasons for the action taken by the City Commission or the City Manager which shall be final and conclusive. A copy of the decision shall be immediately provided to the protesting party, along with a notice of such party's right to seek judicial relief, provided that the protesting party shall not be entitled to such judicial relief without first having followed the procedure set forth in this section. 1.73, RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (Sec. 18-104) (a) Right to protest. The following procedures shall be used for resolution of protested solicitations and awards except for purchases of goods, supplies, equipment, and services, the estimated cost of which does not exceed S25,000. Protests thereon shall be governed by the Administrative Policies and Procedures of Purchasing. 1.Protest of Solicitation. i. Any prospective proposer who perceives itself aggrieved in connection with the solicitation of a Contract may protest to the Chief Procurement Officer, A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within three days after the Request for Proposals, Request for Qualifications or Request for Letters of Interest is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer; or Page 38 of 62 823382,1 ii. Any prospective bidder who intends to contest the Solicitation Specifications or a solicitation may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within three days after the solicitation is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. 2. Protest of Award. i. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the proposer of the notice of the City Manager's recommendation for award of Contract, which will be posted on the City of Miami Purchasing Department website, in the Supplier Comer, Current Solicitations and Notice of Recommendation of Award Section. The notice of the City Manager's recommendation can be found by selecting the details of the solicitation and is listed as Recommendation of Award Posting Date and Recommendation of Award To fields. If "various" is indicated in the Recommendation of Award To field, the Bidder/Proposer must contact the buyer for that solicitation to obtain the suppliers name. It shall be the responsibility of the Bidder/Proposer to check this section of the website daily after responses are submitted to receive the notice; or ii. Any actual Responsive and Responsible Bidder whose Bid is lower than that of the recommended bidder may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the bidder of the notice of the city's determination of non responsiveness or non responsibility. The receipt by bidder of such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. iii. A written protest based on any of the foregoing must be submitted to the Chief Procurement Officer within five (5) days after the date the notice of protest was filed. A written protest is considered filed when received by the Chief Procurement Officer, The written protest may not challenge the relative weight of the evaluation criteria or the formula for assigning points in making an award determination. The written protest shall state with particularity the specific facts and law upon which the protest of the solicitation or the award is based, and shall include all pertinent documents and evidence and shall be accompanied by the required Filing Fee as provided in subsection (f). This shall form the basis for review of the written protest and no facts, grounds, documentation or evidence not contained in the protester's submission to the Chief Procurement Officer at the time of filing the protest shall be permitted in the consideration of the written protest. No time will be added to the above limits for service by mail. In computing any period of time prescribed or allowed by this section, the day of the act, event or default from which the designated period of time begins to run shall not be included. The last day of the period so computed shall be included unless it is a Saturday, Sunday or legal holiday in which event the period shall run until the end of the next day which is neither a Saturday, Sunday or legal holiday. Intermediate Saturdays, Sundays and legal holidays shall be excluded in the computation of the time for filing. (b) Authority to resolve protests. The Chief Procurement Officer shall have the authority, subject to the approval of the City Manager and the city attorney, to settle and resolve any written protest. The Chief Procurement Officer shall obtain the requisite approvals and communicate said decision to the protesting party and shall submit said decision to the City Commission within 30 days after he/she receives the protest. In cases involving more than S25,000, the decision of the Chief Procurement Officer shall be submitted for approval or disapproval thereof to the City Commission after a favorable recommendation by the city attorney and the City Manager. (c) Compliance with filing requirements. Failure of a party to timely file either the notice of intent to file a protest or Page 39 of 62 823382,1 the written protest, together with the required Filing Fee as provided in subsection (f), with the Chief Procurement Officer within the time provided in subsection (a), above, shall constitute a forfeiture of such party's right to file a protest pursuant to this section. The protesting party shall not be entitled to seek judicial relief without first having followed the procedure set forth in this section (d) Stay of Procurements during protests. Upon receipt of a written protest filed pursuant to the requirements of this section, the city shall not proceed further with the solicitation or with the award of the Contract until the protest is resolved by the Chief Procurement Officer or the City Commission as provided in subsection (b) above, unless the City Manager makes a written determination that the solicitation process or the Contract award must be continued without delay in order to avoid an immediate and serious danger to the public health, safety or welfare. (e) Costs. All costs accruing from a protest shall be assumed by the protestor. (f) Filing Fee. The written protest must be accompanied by a filing fee in the form of a money order or cashier's check payable to the city in an amount equal to one percent of the amount of the Bid or proposed Contract. or S5000.00, whichever is less, which filing fee shall guarantee the payment of all costs which may be adjudged against the protestor in any administrative or court proceeding. If a protest is upheld by the Chief Procurement Officer and/or the City Commission, as applicable, the filing fee shall be refunded to the protestor less any costs assessed under subsection (e) above. If the protest is denied, the filing fee shall be forfeited to the city in lieu of payment of costs for the administrative proceedings as prescribed by subsection (e) above. 1.74. SAMPLES - Samples of items, when required, must be submitted within the time specified at no expense to the City. If not destroyed by testing, bidders)/proposer(s) will be notified to remove samples, at their expense, within 30 days after notification. Failure to remove the samples will result in the samples becoming the property of the City, 1.75. SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITIES - Contractor shall not sell, assign, transfer or subcontract at any time during the term of the Contract, or any part of its operations, or assign any portion of the performance required by this contract, except under and by virtue of written permission granted by the City through the proper officials, which may be withheld or conditioned, in the City's sole discretion. 1.76. SERVICE AND WARRANTY —When specified, the bidder/proposer shalt define all warranty, service and replacements that will be provided. Bidders/Proposer must explain on the Response to what extent warranty and service facilities are available. A copy of the manufacturer's warranty, if applicable, should be submitted with your response. 1.77. SILENCE OF SPECIFICATIONS - The apparent silence of these specifications and any supplemental specification as to any detail or the omission from it of detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type, size and design are to be used. All workmanship and services is to be first quality. All interpretations of these specifications shall be made upon the basis of this statement. If your firni has a current contract with the State of Florida, Department of General Services, to supply the items on this solicitation, the bidder/proposer shall quote not more than the contract price; failure to comply with this request will result in disqualification of bid/proposal. 1.78. SUBMISSION AND RECEIPT OF RESPONSES - Responses shall be submitted electronically via the Oracle System or responses may be submitted in hardcopy format to the City Clerk, City Hall, 3500 Pan American Drive, Miami, Florida 33133-5504, at or before, the specified closing date and time as designated in the IFB, RFP, RFQ, or RFLI. NO EXCEPTIONS. Bidders/Proposers are welcome to attend the solicitation closing; however, no Page 40 of 62 823382,1 award will be made at that time. A. Hardcopy responses shall be enclosed in a sealed envelope, box package. The face of the envelope, box or package must show the hour and date specified for receipt of responses, the solicitation number and title, and the name and return address of the Bidder/Proposer. Hardcopy responses not submitted on the requisite Response Forms may be rejected. Hardcopy responses received at any other location than the specified shall be deemed non -responsive. Directions to City hall: FROM THE NORTH: I-95 SOUTH UNTIL IT TURNS INTO US I. US 1 SOUTH TO 27TH AVE., TURN LEFT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT. FROM THE SOUTH: US 1 NORTH TO 27TH AVENUE, TURN RIGHT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT. B. Facsimile responses will not be considered. C. Failure to follow these procedures is cause for rejection of bid/proposal. D. The responsibility for obtaining and submitting a response on or before the close date is solely and strictly the responsibility of Bidder/Proposer. The City of Miami is not responsible for delays caused by the United States mail delivery or caused by any other occurrence. Responses received after the solicitation closing date and time will be returned unopened, and will not be considered for award. E. Late responses will be rejected. F, All responses are subject to the conditions specified herein. Those which do not comply with these conditions are subject to rejection. G. Modification of responses already submitted will be considered only if received at the City before the time and date set for closing of solicitation responses. All modifications must be submitted via the Oracle System or in writing. Once a solicitation closes (closed date and/or time expires), the City will not consider any subsequent submission which alters the responses. H. If hardcopy responses are submitted at the same time for different solicitations, each response must be placed in a separate envelope, box, or package and each envelope, box or package must contain the information previously stated in 1.82.A. 1.79. TAXES - The City of Miami is exempt from any taxes imposed by the State and/or Federal Government. Exemption certificates will be provided upon request. Notwithstanding, Bidders/Proposers should be aware of the fact that all materials and supplies which are purchased by the Bidder/Proposer for the completion of the contract is subject to the Florida State Sales Tax in accordance with Section 212.08, Florida Statutes, as amended and all amendments thereto and shall be paid solely by the Bidder/Proposer. 1.80. TERMINATION —The City Manager on behalf of the City of Miami reserves the right to terminate this contract by written notice to the contractor effective the date specified in the notice should any of the following apply: A. The contractor is determined by the City to be in breach of any of the terms and conditions of the contract. B. The City has determined that such termination will be in the best interest of the City to terminate the contract for Page 41 of 62 823382,1 its own convenience; C. Funds are not available to cover the cost of the goods and/or services. The City's obligation is contingent upon the availability of appropriate funds. 1.81. TERMS OF PAYMENT - Payment will be made by the City after the goods and/or services awarded to a Bidder/Proposer have been received, inspected, and found to comply with award specifications, free of damage or defect, and properly invoiced. No advance payments of any kind will be made by the City of Miami. Payment shall be made after delivery, within 45 days of receipt of an invoice and authorized inspection and acceptance of the goods/services and pursuant to Section 218.74, Florida Statutes and other applicable law. 1.82. TIMELY DELIVERY - Time will be of the essence for any orders placed as a result of this solicitation. The City reserves the right to cancel such orders, or any part thereof, without obligation, if delivery is not made within the time(s) specified on their Response. Deliveries are to be made during regular City business hours unless otherwise specified in the Special Conditions. 1.83. TITLE - Title to the goods or equipment shall not pass to the City until after the City has accepted the goods/equipment or used the goods, whichever comes first. 1.84.TRADE SECRETS EXECUTION TO PUBLIC RECORDS DISCLOSURE- All Responses submitted to the City are subject to public disclosure pursuant to Chapter 119, Florida Statutes. An exception may be made for "trade secrets." If the Response contains information that constitutes a "trade secret", all material that qualifies for exemption from Chapter 1 19 must be submitted in a separate envelope, clearly identified as "TRADE SECRETS EXCEPTION," with your firm's name and the Solicitation number and title marked on the outside. Please be aware that the designation of an item as a trade secret by you may be challenged in court by any person. By your designation of material in your Response as a "trade secret" you agree to indemnify and hold harmless the City for any award to a plaintiff for damages, costs or attorney's fees and for costs and attorney's fees incurred by the City by reason of any legal action challenging your claim. 1.85. UNAUTHORIZED WORK OR DELIVERY OF GOODS- Neither the qualified Bidder(s)/Proposer(s) nor any of his/her employees shall perform any work or deliver any goods unless a change order or purchase order is issued and received by the Contractor. The qualified Bidder(s)/Proposer(s) shall not be paid for any work performed or goods delivered outside the scope of the contract or any work performed by an employee not otherwise previously authorized. 1.86. USE OF NAME - The City is not engaged in research for advertising, sales promotion, or other publicity purposes. No advertising, sales promotion or other publicity materials containing information obtained from this Solicitation are to be mentioned, or imply the name of the City, without prior express written permission of the City Manager or the City Commission. 1.87. VARIATIONS OF SPECIFICATIONS - For purposes of solicitation evaluation, bidders/proposers must indicate any variances from the solicitation specifications and/or conditions, no matter how slight. If variations are not stated on their Response, it will be assumed that the product fully complies with the City's specifications. Page 42 of 62 823382,1 2. Special Conditions 2.1. PURPOSE The purpose of this Solicitation is to establish a contract, for Telecommunications Wiring, Wireless Radio and Antenna Installation, as specified herein, from a source(s), fully compliant with the terms, conditions and stipulations of the solicitation. 2.2. PRE-BID/PRE-PROPOSAL CONFERENCE None 2.3. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION Any questions or clarifications concerning this solicitation shall be submitted by email or facsimile to the Procurement Department, Attn: Victoria Giraldo; fax: (305) 400-5361 or email: VictoriaGiraldogmiamigov.com, and a copy filed with the Office of the City Clerk, pursuant to Section 1.20. Cone of Silence. The solicitation title and number shall be referenced on all correspondence. All questions must be received no later than Friday, May 11, 2018 at 2:00 p.m.. All responses to questions will be sent to all prospective bidders/proposers in the form of an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE, 2.4. MINIMUM QUALIFICATIONS Bids will be considered only from firms that are regularly engaged in the business of providing goods and/or services as described in this Bid; that have a record of performance for five (5) years; and that have adequate financial support, equipment and organization to insure that they can satisfactorily provide the goods and/or services if awarded a Contract under the terms and conditions herein stated. Bidder shall: (1) Not have any member, officer, or stockholder that is in arrears or is in default of any debt or contract involving the City, is a defaulter surety otherwise, upon any obligation to the City, and/or has failed to perform faithfully on any previous contract with the City. (2) Have no record of pending lawsuits or criminal activities, and have never been declared bankrupt within the last three (3) years. (3) Provide a minimum of three (3) Client References as requested in the Certifications Section of this IFB. The City reserves the right to verify and /or visit these client references as part of the evaluation, and shall use the same as a disqualifier concerning the work to be perfomled under this IFB, should the Client References reveal poor performance. (4) Provide a copy of Bidder's General Contracting License from either the Florida Department of Business and Professional Regulations and /or Miami -Dade County. Failure to provide such proof at time of bid submission may result in your bid being non- responsive. 2.5. SUBCONTRACTOR(S)'S MINIMUM REQUIREMENTS Bidder must list any or all subcontractor(s) that may be utilized to assist in the performance of the work specificied Page 43 of 62 823382,1 herein. Any subcontractors) listed must meet the same requirements and submit the same information listed under the Bidder's Minimum Qualifications section. All information required shall be included in the solicitation response. If bidder does not include any subcontractor(s) as part of its bid submittal, it will be construed that bidder will be able to handle the entire workload by itself and will not be allowed to subcontract any of the work unless it request in writing the hiring of subcontractor(s) with the aforementioned requirements attached to its request within seventy two (72) hours of considering hiring subcontractor(s). The City will grant or deny such request in writing within forty-eight (48) hours of receiving said request. 2.6. LIVING WAGE ORDINANCE The City of Miami adopted a Living Wage Ordinance for City Service Contracts with a total Contract value exceeding S100,000.00 annually, and that have been competitively solicited and awarded on, or after January 1, 2017 by the City. "Service Contract" means a Contract to provide services to the City, excluding, however, professional services as defined by the "Consultants Competitive Negotiation Act" set forth in F.S. § 287.055, and Section 18-87 of the City Code, and/or the other exclusions provided by Section 18-557 of the City Code. Section 18-557, City of Miami Living Wage Ordinance, is attached as Attachment A. Please see provisions in Attachment A. If a solicitation requires services, effective on January 1, 2017, Successful Bidder's must pay to all its employees,who provide services, a living wage of no less than S15.00 per hour without health benefits; or a wage of no less than S 13.19 an hour, with health benefits. This language is only a summary of the key provisions of the City of Miami Living Wage Ordinance. Please review Attachment A, attached hereto, for a complete and thorough description of the City of Miami Living Wage Ordinance. 2.7. INSURANCE REQUIREMENTS INDEMNIFICATION Successful Bidder shall indemnify, hold and save harmless, and defend (at its own cost and expense), the City, its officers, agents, directors, and/or employees, from all liabilities, damages, losses, judgements, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Successful Bidder and persons employed or utilized by Successful Bidder in the performance of this Contract. Successful Bidder shall further, hold the City, its officials and employees, indemnify, save and hold harmless for, and defend (at its own cost), the City its officials and/or employees against any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted Work, even if it is alleged that the City, its officials, and/or employees were negligent. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, the Successful Bidder shall, upon written notice from the City, resist and defend such action or proceeding by counsel satisfactory to the City. The Successful Bidder expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by the Successful Bidder shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate the Successful Bidder to defend, at its own expense, to and through trial, administrative, appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at the City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against the City, whether performed by the Successful Bidder, or persons employed or utilized by Successful Bidder. Page 44 of 62 823382,1 These duties will survive the cancellation or expiration of the Contract. This Section will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Sections 725.06 and'or 725.08, Florida Statutes, as applicable and as amended. Successful Bidder shall require all sub -Vendor agreements to include a provision that each sub -Vendor will indemnify the City in substantially the same language as this Section. The Successful Bidder agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Successful Bidder in which the City participated either through review or concurrence of the Successful Bidder's actions. In reviewing, approving or rejecting any submissions by the Successful Bidder or other acts of the Successful Bidder, the City, in no way, assumes or shares any responsibility or liability of the Successful Bidder or sub -Vendor under this Contract. Ten dollars (S 10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Successful Bidder. The Successful Bidder shall furnish to City of Miami, c/o Procurement Department, 444 SW 2nd Avenue, 6th Floor, Miami, Florida 33130, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: Please see attached Insurance Addendum for insurance definitions, requirements, and conditions. (1) Worker's Compensation A. Limits of Liability - Statutory - State of Florida (2) Commercial General Liability (Primary and Non -Contributory): A. Limits of Liability Bodily Injury and Property Damage Liability - Each Occurrence: S 1,000,000 General Aggregate Limit: $2,000,000 Personal and Adv. Injury. Products and Completed Operations and Fire Damage: S 1,000,000. B. Endorsements Required: City of Miami included as an Additional insured. Employees included as insured. Contractual Liability. (3) BusinessAutomobile Liability A. Limits of Liability Bodily injury and property damage liability combined single limits. Any Auto, including hired, borrowed or owned, or non -owned autos used in connection with the work - S 1,000,000 B. Endorsements Required: City of Miami included as an Additional Insured BINDERS ARE UNACCEPTABLE. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the bidder. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The Company must be rated no less than "A" as to management, and no less than "Class V" as to financial strength, Page 45 of 62 823382,1 by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and, or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder. NOTE: CITY BID NUMBER AND/OR TITLE OF BID MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the bidder of his liability and obligation under this section or under any other section of this Agreement. --If insurance certificates are scheduled to expire during the contractual period, the Successful Bidder shall be responsible for submitting new or renewed insurance certificates to the City at a minimum of ten (10) calendar days in advance of such expiration. --In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the City shall: (4) Suspend the contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the Invitation To Bid. (5) The City may, at its sole discretion, terminate this contract for cause and seek re -procurement damages from the Successful Bidder in conjunction with the General and Special Terms and Conditions of the Bid. The Successful Bidder shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to the Successful Bidder. 2.8. TERM OF CONTRACT The Contract shall commence upon the date of notice of award and shall be effective for three (3) years with the option to renew for one (1) additional three (3) year period, subject to the availability of funds for succeeding fiscal years. Continuation of the contract beyond the initial period is a City prerogative; not a right of the Bidder. This prerogative will be exercised only when such continuation is clearly in the best interest of the City. 2.9. METHOD OF AWARD Award of this contract will be made to the lowest responsive and responsible bidder who bids on all line items and who meets Specifications, herein. 2.10. TIE BIDS Whenever two or more Bids which are equal with respect to price, quality and service are received by the City for the procurement of commodities or contractual services, a Bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie Bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: (1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or Page 46 of 62 823382,1 use of a controlled substance is prohibited in the workplace and specifying the action that will be taken against employees for violations of such prohibition. (2) Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in subsection (1). (4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under Bid. the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. (5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. (6) Make a good faith effort to continue to maintain a dnig-free workplace through implementation of this section. 2.11. CONDITIONS FOR RENEWAL Each renewal of this contract is subject to the following: (1) Continued satisfactory performance compliance with the specifications, terms and conditions established herein. (2) Availability of funds 2.12. LICENSES, PERMITS, AND FEES The Successful Bidder shall obtain and pay for all licenses, permits, and inspection fees required for this solicitation, if applicable, and shall comply with all laws, ordinances, regulations, and any other code requirements applicable to the work contemplated herein. Damages, penalties, and or fines imposed on the City or the Successful Bidder for failure to obtain required licenses, permits, or fines shall be borne by the Successful Bidder. However, the Successful Bidder shall not charge the City for man-hours needed to obtain any licenses or permits associated with any particular work request. The City will work with the Successful Bidder to ensure that an efficient process is in place for obtaining required licenses or permits from the City for particular work requests. 2.13. HOURLY RATE The hourly rate quoted shall include full compensation for labor, equipment use, travel time, and any other cost to the bidder. Hourly labor rates are specified as follows: Hourly Labor Rate I- Hourly rate for straight time repairs, i.e., from 8:00 A.M. to 5:00 P.M., Monday through Friday (rate is to include labor and travel, parts are not included). Page 47 of 62 823382,1 Hourly Labor Rate 11- Hourly rate for overtime repairs, i.e., before 8:00 A.M. or after 5:00 P.M., or on weekends or holidays, (rate to include labor and travel, parts not included). 2.14. EQUITABLE ADJUSTMENT The Procurement Department may, in its sole discretion, make an equitable adjustment in the contract terms and/or pricing if pricing or availability of supply is affected by extreme or unforeseen volatility in the marketplace, that is, by circumstances that satisfy all the following criteria: (1) the volatility is due to circumstances beyond the Successful Bidder's control, (2) the volatility affects the marketplace or industry, not just the particular contract source of supply, (3) the effect on pricing or availability of supply is substantial, and (4) the volatility so affects the Successful Bidder that continued performance of the contract would result in a substantial loss. Successful Bidder shall supply documentation to justify any requested percentage increase in cost to the City of Miami. 2.15. EQUIPMENT/ SUPPLIES MARK-UP/DISCOUNT The Successful Bidder shall be limited to a maximum of 10% markup on all equipment/supplies sold to the City of Miami ("City") according to the manufacturers pricing. Successful Bidder shall submit the manufacturers pricing list ("MPL") on an excel spread sheet annually with current SKU or Item Numbers, Description of Item, Manufacturers Price, Markup Percentage/ Discount Percentage, and Contract Price. The discounts/ markups offered as a result of this IFB are for the purchase of individual items. The following is an example of the pricing list: Oriuinal MPL submitted with bid Current as of September 30, 2016 SKU Description Manufacturers Price Markup/ Discount Contract Price A-156958 Ace Staple Remover S3.99 - 40% S2.39 A-156853 Ace Stapler, Model 747 S7.99 + 6 % S8.47 S-74659 Swingline staples S4.99 - 16 % S4.19 Note: Bidder's failure to indicate the percentage discount, mark-up or no discount (zero) offered in the bid may cause the City to deem the offer non -responsive and reject the bid. 2.16. EQUAL PRODUCT Manufacturer's name, brand name and model/style number when used in these specifications are for the sole purpose of establishing minimum requirements of levels of quality, standards of performance and design required and is in no way intended to prohibit the bidding of other manufacturer's brands of equal material, unless otherwise indicated. Equal (substitution) may be bid, provided product so bid is found to be equal in quality, standards of performance, design, etc. to item specified, unless otherwise indicated. Where equal is proposed, bid must be accompanied by complete factory information sheets (specifications, brochures, etc.) and test results of unit bid as equal. Failure to do so at time of bid may deem your bid non -responsive. Page 48 of 62 823382,1 2.17. SUCCESSFUL BIDDER POINT OF CONTACT The Successful Bidder shall provide a single point -of -contact for all administration functions (billing, etc.) and a single point -of -contact (Project Manager) for any and all project -related work. These individuals, which can be one in the same, shall have the authority to act on behalf of the Successful Bidder and respond to all inquiries, problems, and complaints of the proper authority. This individual shall have the authority to make management decisions or address issues of concern by the City. The Successful Bidder shall ensure that the Successful Bidder's Project Manager have a telephone number, and email on file with the City's Project Manager or designee in addition to a telephone number and email address for the Successful Bidder , who will be directed to respond to direct calls from the City's Project Manager and/or designee. The Successful Bidder, or Successful Bidder's Project Manager shall be available via a twenty-four (24) hour, seven (7) day a week accessible telephone number. It is expected that non-scheduled requests for service (emergency calls, etc.) shall be responded to within four (4) hours after the call is made, unless prior arrangements have been agreed to by both the City and the Successful Bidder. 2.18. PROJECT MANAGER Upon award, Successful Bidder shall report and work directly with Hector Pico or designee, who shall be designated as the Project Manager for the City. 2,19. WORKMANSHIP AND MATERIALS All parts installed and materials used in performance of this Contract shall be new and unused (of current design or manufacture). Salvage materials will not be allowed without the written consent of the City. All materials and workmanship shall be of the highest quality and shall conform to all applicable Building Codes, so as to ensure safe and functional operation. The City shall be the sole judge as to parts and workmanship. 2.20. WARRANTY The Successful Bidder will be required to provide a standard warranty for all products provided herein. The Successful Bidder warrants the materials supplied and the work performed under this contract conform to warranty materials provided and work performed for one (1) year from date of completion. In addition to all other warranties that may be supplied by the Successful Bidder, the Successful Bidder shall warrant its products and/or service against faulty labor and/or defective material for a minimum period of one (1) year after the date of acceptance of the labor, materials and/or equipment by the City. This warranty requirement shall remain in force for the full one (1) year period; regardless of whether the Successful Bidder is under contract with the City at the time of any defect. Any payment by the City on behalf of the goods or services received from the Successful Bidder does not constitute a waiver of these warranty provisions. Page 49 of 62 823382,1 The Successful Bidder shall be responsible for promptly correcting any deficiency, at no cost to the City, within five (5) calendar days after the City notifies the Successful Bidder of such deficiency in writing. If the Successful Bidder fails to honor the warranty and/or fails to correct or replace the defective work or items within the period specified, the City may, at its discretion, notify the Successful Bidder, in writing, that the Successful Bidder may be debarred as a City bidder and/or subject to contractual default if the corrections or replacements are not completed to the satisfaction of the City within ten (10) calendar days of receipt of the notice. If the Successful Bidder fails to satisfy the warranty within the period specified in the notice, the City may (a) place the Successful Bidder in defaults of its contract, and/or (b) procure the products or services from another vendor and charge the Successful Bidder for any additional costs that are incurred by the City for this work or items; either through a credit memorandum or through invoicing. The Successful Bidder hereby acknowledges and agrees that all materials/products, except where recycled content is specifically requested, supplied by the Successful Bidder in conjunction with this Bid shall be new, warranted for their merchantability, and fit for a particular purpose. In the event any of the materials/products supplied to the City by the Successful Bidder are found to be defective or do not conform to specifications, the City reserves the right to cancel the order and return such materials/products to the Successful Bidder to replace the materials/products at the Successful Bidder's expense. 2.21. MAINTENANCE AGREEMENT Successful Bidder shall quote a per year cost for full service/parts maintenance agreement to commence at the end of the warranty period, if needed on any project. This agreement will be accepted at the sole discretion of the City of Miami. Maintenance price shall include all parts/labor (including travel time) for the entire systems installed under this bid. Successful Bidder shall also state response time from time of call. This agreement shall be for a minimum of five (5) years, on a year-to-year basis, and may be extended upon mutual agreement of both parties. In addition, the Successful Bidder shall quote an hourly labor rate for repairs in the event the City of Miami elects not to choose the maintenance agreement. 2.22. DEMONSTRATIONS Bidders may be called upon to demonstrate the equipment offered. Such demonstration and inspection shall be by arrangement with the Department of Procurement. 2.23. USE OF PREMISES The Successful Bidder shall confine his/her equipment, apparatus, the storage of materials, and the operation of his/her workmen to the limits indicated by law, ordinances, permits, or direction of the Project Manager, and shall not unreasonably encumber the premises with his/her materials. The Successful Bidder shall take all measures necessary to protect his/her own materials. 2.24. PUBLIC CONVENIENCE AND SAFETY The Successful Bidder shall conduct his work so as to interfere as little as possible with private business or public travel. He shall, at his own expense, whenever necessary or required, maintain barricades, maintain lights, and take Page 50 of 62 823382,1 such other precautions as may be necessary to protect life and property, and he shall be liable for all damages occasioned in any way by his actions or neglect or that of his agents or employees. The Successful Bidder shall meet the following noise abatement performance standards for all construction equipment: Between the hours of 7:00 A.M. and 6:00 P.M. noise levels shall not exceed 80 dBA at the nearest residential or commercial property line. Operation of equipment should be avoided between the hours of 6:00 P.M. and 7:00 A.M., but if required, the noise level shall not exceed 65 dBA. 2.25. SAFETY MEASURES Successful Bidder shall take all necessary precautions for the safety of employees, and shall erect and properly maintain at all times all necessary safeguards for the protection of the employees and the public. Danger signs warning against hazards created by his/her operation and work in progress must be posted. All employees of Successful Bidder shall be expected to wear safety glasses or goggles, appropriate clothing, and hearing protection when and wherever applicable. The Successful Bidder shall use only equipment that is fully operational and in safe operating order. Successful Bidder shall be especially careful when servicing property when pedestrians and/or vehicles are in close proximity - work shall cease until it is safe to proceed. 2.26. DAMAGES TO PUBLIC/PRIVATE PROPERTY The Successful Bidder shall carry out the work with such care and methods as not to result in damage to public or private property adjacent to the work. Should any public or private property be damaged or destroyed, the Successful Bidder, at his/her expense, shall repair or make restoration as is practical and acceptable to the City and/or owners of destroyed or damaged property promptly within a reasonable length of time. (Not to exceed one month from date damage was done). 2.27. FAILURE TO PERFORM Should it not be possible to reach the Successful Bidder and/or should remedial action not be taken within 48 hours of any failure to perform according to specifications, the City reserves the right to declare Successful Bidder in default of the contract or make appropriate reductions in the contract payment. 2.28. LIQUIDATED DAMAGES Failure to complete the project in accordance with the specifications and to the satisfaction of the City within the time stated, shall result in liquidated damages being assessed. The Successful Bidder shall be subject to an assessment of liquidated damages in the amount of S 100 for each and every calendar day the work remains incomplete (not to exceed the total amount of the contract), as compensation due to the City for loss of use and for additional costs incurred by the City due to such noncompletion of the work. The City shall have the right to deduct said liquidated damages from any amount due or that may become due to the Successful Bidder under this agreement or to invoice the Successful Bidder for such damages if the costs incurred exceed the amount due to the Successful Bidder. Page 5 I of 62 823382,1 2.29. COMPLETED WORK The City shall be notified by the Successful Bidder upon completion of work. The City shall inspect and approve completed work before authorizing payment. Work not satisfactorily completed shall be redone by the Successful Bidder at no additional cost to the City, 2.30. METHOD OF PAYMENT Full payment will be made upon receipt and acceptance of a complete unit(s). No down or partial down payments will be made. 2.31. NON -APPROPRIATION OF FUNDS In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract, then the City, upon written notice to the Successful Bidders) or his assignee of such occurrence, shall have the unqualified right to terminate the contract without any penalty or expense to the City. No guarantee, warranty or representation is made that any project(s) will be awarded to any firm(s). 2.32. ADDITIONS/DELETIONS OF ITEMS/PRODUCTS/SERVICES Although this Solicitation identifies specific items/products/services to be provided, it is hereby agreed and understood that any item/product/service may be added/deleted to/from this contract at the option of the City. When an addition to the contract is required, the Successful Bidder(s) under this contract shall be invited to submit price quotes for these new services/items/products. If these quotes are comparable with market prices offered for similar services/items/products, they shall be added to the contract whichever is in the best interest of the City and an addendum and a separate purchase order shall be issued by the City. 2.33. TERMINATION A. FOR DEFAULT If Successful Bidder defaults in its performance under this Contract and does not cure the default within 30 days after written notice of default, the City Manager may terminate this Contract, in whole or in part, upon written notice without penalty to the City of Miami. In such event the Successful Bidder shall be liable for damages including the excess cost of procuring similar supplies or services: provided that if, (1) it is determined for any reason that the Successful Bidder was not in default or (2) the Successful Bidder's failure to perform is without his or his Subcontractor's control, fault or negligence, the termination will be deemed to be a termination for the convenience of the City of Miami. B. FOR CONVENIENCE The City Manager may terminate this Contract, in whole or in part, upon 30 days prior written notice when it is in the best interest of the City of Miami. If this Contract is for supplies, products, equipment, or software, and so terminated for the convenience by the City of Miami the Successful Bidder will be compensated in accordance with an agreed upon adjustment of cost. To the extent that this Contract is for services and so terminated, the City of Page 52 of 62 823382,1 Miami shall be liable only for payment in accordance with the payment provisions of the Contract for those services rendered prior to termination. 2.34. ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included as part of your solicitation response shall be evaluated or considered, and any and all such additional temps and conditions shall have no force or effect and are inapplicable to this solicitation. If submitted either purposely, through intent or design, or inadvertently, appearing separately in transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed that the General Conditions and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the Successful Bidder's authorized signature affixed to the Successful Bidder's acknowledgment form attests to this. Page 53 of 62 823382,1 3. Specifications 3.1. SPECIFICATIONS/SCOPE OF WORK The City of Miami ("City") is soliciting format bids from qualified and experienced Bidders to perform moves, adds, and changes (hereafter and throughout this specification referred to as wiring or cabling) 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. Associated work is to take place at any one or all of the City's facilities. Tasks not specifically denoted shall be applicable to established hourly rates. Award of bid is non-exclusive. The type and magnitude of work that may be requested under this IFB is likely to include, but not be limited to, the following: a) Minor modifications of voice, data, and/or cable television or video wiring in existing facilities to accommodate new offices and modular furniture configurations or to provide increased abilities in existing work spaces. b) Re -wiring of all or a portion of existing facilities to accommodate the implementation of new voice, data, and/or cable television or video technology. c) Wiring or re -wiring for voice, data or cable television or video of new facilities acquired by the City. d) Interconnection of City facilities for enhanced voice, data and/or cable television or video communications. e) Relocation, reconfiguration, and/or maintenance of telephone key systems (primarily Avaya Merlin and Spirit) and installation of associated wiring. The Successful Bidder shall be required to ensure that the requested work is scheduled and completed promptly and within the time frames required (unless superseded by prior agreement between the City and the Successful Bidder). Also, each job shall be performed according to the specifications as detailed within this bid solicitation. 3.2. TECHNOLOGY The City of Miami has a need to continually review new developments in voice, data, and cable television or video technology. It is imperative that the communications infrastructure currently being built position the City to take advantage of new technology. Therefore, any Successful Bidder who is awarded work under the contract is obligated/required to perform the following: 1. Propose products and methodologies that, in terms of functional and technical performance, may be superior to those items being requested by the City. 2. Include in their Bid a price/performance comparison of the current product/methodology and the proposed product/methodology illustrating the anticipated benefit to the City and providing clear and convincing evidence that the proposal meets or exceeds the requested items. 3. Upon request, submit a sample for testing or arrange an on -site inspection to demonstrate the advantages of the proposal. The City, at its sole discretion, may accept or reject any proposed product/methodology. 3.3. PROCEDURE FOR REQUESTING WORK During the duration of this Contract, the City may request a wide variety of jobs in terms of scope and urgency, it is imperative that the City and the Successful Bidder adhere to a uniform policy of requesting work. Unless otherwise agreed to by both parties in writing, the established procedure for requesting work is: 1. The City will identify a wiring need and develop a work plan. For both minor and major jobs, this work plan Page 54 of 62 823382,1 shall be in writing and may contain diagrams to illustrate the work plan. Work plans shall be transmitted to the Successful Bidder by the Project Manager or designee. The Successful Bidder is not to accept work plans or requests for price estimates from individuals other than the Project Manager or designee, unless previously authorized by the Project Manager or designee. In some cases, the complexity of the work plan may require an on -site inspection (walk-thru). If requested by the Project Manager or designee, the Successful Bidder shall be available for this on -site inspection no later than one (1) week following receipt of the request from the City, unless otherwise agreed to by both parties. 2. All work plans shall be approved in writing by all affected groups within the City and shall contain any time constraints or requirements or prerequisites that affect the project. 3. The Successful Bidder shall be contacted to provide a complete price estimate including, wiring, supplies, and labor and a determination of whether the installation time requirements can be reasonably adhered to. 4. The Project Manager or designee will review the estimate and either approves the estimate by sending in writing to the requesting department for further consideration or contacts the Successful Bidder to mediate any discrepancies. Once approved by the Project Manager, the price estimate shall be forwarded to the requesting department for the processing of the purchase requisition/Purchase Order. A Purchase Order ("PO") shall be subsequently faxed or e-mailed to the Successful Bidder. This PO shall serve as formal approval for the Successful Bidder to proceed with the work. In some cases, the Successful Bidder and the City may need to schedule project planning meetings to fitrther define or clarify the written work plan or to discuss the status of the project. 5. If during the performance of the work plan, the Successful Bidder discovers that the scope of the work is greater than originally planned and will increase the cost of the job, the Successful Bidder must obtain written approval to continue from the Project Manager or designee. Verbal approval from the user does not constitute proper approval. 6. Upon acknowledgment and approval by the City that the work has been completed as per specifications and upon receipt of the invoice, the invoice shall be processed for payment. At no time shall the Successful Bidder modify a work plan, except as may be agreed to by the Project Manager or designee. Additionally, at no time shall the Successful Bidder proceed with any project without the issuance and/or receipt of a PO, unless previously authorized by the Project Manager or designee in writing. Failure of the Successful Bidder to adhere to these procedures may result in the City's refusal to pay for the improperly authorized service(s). Materials and work shall meet or exceed the requirements of all industry standards to include, but not limited to, the following: American Insurance Association National Building Code Building Officials and Code Administrators Basic Building Code Institute of Electrical and Electronics Engineers National Electric Safety Code International Conference of Building Officials Page 55 of 62 823382.1 Uniform Building Code National Fire Protection Association Southern Building Code Congress International Standard Building Code Building Industry Consulting Service International Telecommunications Distribution Methods Manual National Electrical Manufacturers Association National Society of Professional Engineers Underwriters Laboratories Electronic Industry Association Telecommunications Industry Association Federal, State, County, and City Codes Manufacturer's Recommendations In the event there is conflicting recommendations, guidelines, codes, etc., the organization representing the highest authority shall prevail and in such instances shall be approved by the proper authority representing the City in the management of this specification and subsequent contract. 3.4. WORK REQUIREMENTS / SPECIFICATIONS Successful Bidder shall: A. GENERAL l . Be on call 24-hours a day, seven days a week and be able to respond to an emergency request within a four (4) hour period. 2. Move obstructions, such as furniture, cabinets, etc., to allow access to the work area. 3. Be responsible for complete site clean-up to include removal of any and all associated debris and vacuuming with Successful Bidder -owned equipment and the cleaning of and replacement of furniture and the like which has been moved to gain access. 4. Be responsible for site repairs/construction work required after any installation -related work; for example, holes in walls shall be repaired and site shall be left in an "as found" condition upon the completion of any installation project. Subcontractors may be used for this purpose but not for installation -related work; the Bidder must utilize only in-house personnel for wiring installation. Exceptions to this policy must be agreed upon by the proper authority prior to the commencement of any work. Nothing in this specification or resulting contract shall be construed as establishing any contractual relationship between any subcontractor and the City. The contractor shall be solely responsible to the City for any acts or omissions of a subcontractor and their employees and for any acts or omissions of persons or entities employed or contracted by a subcontractor. 3.5. SPECIFIC UTP (Unshielded twisted pair) GUIDELINES (Voice and Data) Unless otherwise specified or agreed to by the City and the Successful Bidder, all UTP installations must be either equal to or better than the following specifications. Page 56 of 62 823382,1 1. Horizontal / Vertical Wiring: All UTP wiring should be IEEE 802.3u (100 BASE - Tx) Category 5e or Category 6 compliant and all components (e.g., patch panels, connectors, etc.) must be consistent with the category of wiring used. Typical specifications include the following: • Impedence: Typically 75-165 Ohms for 100 BASE -Tx Networks (100 ohm). • Insertion Loss (Attenuation): Maximum allowable is 24 db at 100 MHz. • Length: Maximum 100 meters (328 feet) • Gauge: 24 AWG • Number of Strands: 4 pair • Fire Rating - Plenum rated. Successful Bidder is encouraged to supply pricing on higher speed wiring types as they become available - example is Mohawk Mega LAN 400 MHz UTP wire. Connections will comply with EIA/TIA 568AorB installation requirements. Product must be from one of the following manufacturers, or approved equal: Berk-Tek Belden Mohawk Comscope All wiring is to be neatly routed and bundled appropriately with proper hardware for same. Appropriate wire management shall be installed above and/or below each wiring termination site. Moves or changes within an existing facility must conform to the appearance of existing installations and must be installed in a manner consistent with these existing installations. Every pair of wires in every sheath is to be tested for continuity, reversals, potential grounds, shorts, opens, and sequence. All wiring must be category 5e or category 6 certified with written test results submitted to the City prior to acceptance by the City of the completed work. The outer sheath must have an identification marker or nomenclature indicating manufacturer's identification, pair, count, gauge, and footage - same is to appear at a minimum of every two (2) feet, Riser cabling shall meet the fine test requirements of UL 1666. Emplacement of wire shall be in compliance with manufacturer's recommendations and per applicable code and fire stopped where required. Any wiring damaged during emplacement operations, new or existing, shall be replaced by the Successful Bidder at no additional cost to the City. 2. Wiring Termination Type (must be consistent with category rating of wiring): a) IDFRack Mount: These patch panels that are Category 5e or Category 6 compliant should use front facing unkeyed R.145 jacks with PCB connections to 110 contacts. The proper authority shall choose the appropriate patch panel for the installation from the list submitted by the Successful Bidder. This list will be compiled by the Successful Bidder during the building inspections. b) IDF Wall Mount: These patch panels that are Category 5e or Category 6 compliant should use front facing unkeyed RJ45 jacks with PCB connections to 110 contacts. The choice of using either a standoff bracket (89D), a hinged wall bracket (for 19" panels), or other configuration shall be made by the proper authority. c) Workstation Outlets: Horizontal wiring should be terminated to 110-type connections feeding through to unkeyed RJ45 jacks that are Category 5e or Category 6 compliant. If outlet types are building specific, the Successful Bidder will compile this list during building inspection. Page 57 of 62 823382,1 3. Racks/Trays/SheiveslEnclosures/Backboards/Wire Management: The Successful Bidder shall supply pricing (with installation included) for racks, trays, shelves, enclosures, and wire management supplies not included in a standard installation. This list will be compiled by the Successful Bidder during the building inspections. Backboards must be painted with fire retardant paint. Plywood, or material rated at a higher quality than plywood, will be not less than'/a inches thick. 4. Wire Molding/Raceways: Any wire molding and/or raceways (used when wall is solid) shall conform to the existing molding and/or raceways currently installed in the facility and should be installed in such a manner as to be as inconspicuous as possible. 5. Station Cables: All drops will have the appropriate number of wall plate to station cables/patch cords and IDF interconnect cables with the total length of the two combined not to exceed 20 feet, unless otherwise specified. 6. Grounding: Grounding shall meet the appropriate NEC requirements and practices. Any and all communications closets shall have an appropriate access to the facility's common ground. 7. Wiring Termination: Price estimates for each job that shall include all parts and labor required to complete the job. S. Vertical Runs / Core Drilling: All vertical erns should, whenever possible, be installed inside existing vertical paths. Pricing for core drilling will be developed on a per job basis 9. Labeling / Identification / Tagging: All wiring entering a common communications closet must be appropriately identified (labeled or tagged). identification plan to be presented to and approved by the proper authority prior to installation. In a facility with existing wiring, identification plan must conform to current methodology. All wiring drops must be uniquely identified. Any abandoned wiring due to the modification or maintenance of a facility must be properly labeled "Abandoned" at the Patch Panel. 10. Installation Of Drops: All drops shall be installed within the following constraints: 1. All wiring shall be installed in a neat professional manner. 2. All wiring shall be properly labeled (identified) in a manner that will be preserved through normal wear. 3. All wiring shall be installed observing any and all electrical and building codes and any applicable standard industry practices. 4. All wiring shall be installed, whenever possible, within the wall cavity (when this is not possible, the appropriate predefined wire molding and box is to be installed). 3.6. FIBER OPTIC GUIDELINES Unless otherwise specified or agreed by the City and the Successful Bidder, all fiber optic installations must be either equal to or better than the following specifications. A. Type: Multimode 62.5/125um (microns) Fiber Optic Cable. Singlemode 8.3/125um (microns) Fiber Optic Cable Page 58 of 62 823382,1 Product must be from one of the following manufacturers, or approved equal: Either must provide a manufacturer's extended warranty: Siecor B. Connections / Wiring Termination: Unless otherwise specified, all fiber optic connecting hardware, cable, etc. shall be installed and terminated according to all applicable standards, codes, and manufacturer's recommendations. Acceptable termination methods are: UV; heat aired; and cam -locking mechanical. Only a decibel (dB) loss of .75 or less per connector or 1.5 dB per connector pair will be acceptable. C. Testing: 1. Multimode Backbone Fiber: Unidirectional Insertion Loss (Power Meter) Attenuation Test at 850nm and 1330nm wavelengths and Unidirectional OTDR (Optical Time Domain Reflectometer) Test at 850nm and 1330nm. wavelengths on each multimode fiber. Furthermore, each fiber shall not exceed 3.75 dB per km and must provide a minimum of 160 MHz of bandwidth per km per at 850 nm. In addition, each fiber shall not exceed 1.5 dB per km and must provide a minimum of 500 MHz of bandwidth per km at 1330 nm. 2. Single Mode Backbone Fiber: Unidirectional Insertion Loss (Power Meter) Attenuation Test at 1300nm and 1550nm wavelengths and Unidirectional OTDR Test at 1300nm and 1550nm wavelengths on each single mode fiber. Furthermore, each fiber shall not exceed 1.5 dB per km at 1300 nm. In addition, each fiber shall not exceed 1.25 dB per km at 1550 nm. Written test results are to be presented to the proper authority prior to the acceptance by the City of the completed work. 3.7. COAXIAL CABLE SPECIFICATIONS - CABLE TV OR VIDEO Unless otherwise specified or agreed to by the City and the Successful Bidder, all cable television or video installations must be either equal to or better than the following specifications. A. Type: RG6 - employing quad shield, foam dielectric, PVC jacket and employing the following construction: bonded foil, 60% braid, non -bonded tape, 42% braid, PVC jacket Recommended manufacturer or approved equal: Comacope F6SSV or F6SSW* *When installed in an air return ceiling or when plenum cable is required. (Must meet NEC Article 820 V rating). B. Connections / Termination: 1. CONNECTOR: Type: EX6 - Universal Compression Fitting for 6 Series Cable Construction: Moisture -tight patented design. Unversal on 60% to Quad Cable. 1 Piece Construction. Recommended manufacturer or approved equal: PPC EX6 2. WALLPLATE: Type: F-81 connector with terminator Construction: Flush mount with a standard F-81 OdB isolation thni connector terminated with a standard "F" type 75-ohm terminator. Recommended manufacturer or approved equal: Passive Devices WP -81 3. CRIMP TOOL: Type: 'All Series' Compression Assembly Tool Construction: Two sets of jaws, precision designed - one set for 59 & 6 connectors. Spring loaded, split jaws Page 59 of 62 823382, position the cable and connector for easy insertion and removal. Recommended manufacturer or approved equal: Cablematic CR-596QL 4. WIRE TERMINATION: All drops must terminate at a wall plate. The originating end is to be connected by the City in the wiring closet or similar point of origin. C. Testing: With an Ohmmeter at originating end, tests must be conducted to ensure 75 Ohm termination. Also, the Successful Bidder must conduct an RF broadband sweep at 5 - 500 MHz and submit printed test results to the City. 3.8. TRENCHING GUIDELINES Successful Bidder should be capable of performing any Trench work necessary for the completion of installation or maintenance of any Telecommunications media. Successful Bidder is responsible entirely for Locating any underground utilities prior to the commencement of any trench work. Successful Bidder is responsible if any disruption of any underground utilities occurs at no additional cost to the City. 3.9. FIRE SAFETY AND QUALITY OF INSTALLATIONS Of particular concern is fire safety and quality with regards to the installation of any and all cabling and associated hardware. Because cabling represents a substantial fire load it is prudent for the City to ensure that any cabling, wiring, and any associated product is of the highest quality and installed in such a way as to preclude or minimize potential hazards. Many times established standards, codes, and the like, are general in nature and, as such, one product line may be superior to another yet both meet the requirements of a concerned industry standard. It shall be the policy that the more favorable product with regards to quality and safety be utilized. It shall be incumbent upon the Successful Bidder to be familiar with the products in use in the industry and to submit quotes for the safest and highest quality product. Fire safety and quality concerns include the method of installation as well as post -installation clean-up operations. A. Installation: All installations must be in accordance with applicable code. When discretion permits more than one alternative, the decision which favors the City and as determined by the proper authority will prevail. For example, in the absence of running distribution wiring in a conduit provided for same, the wiring shall be run along a course which provides maximum access to the associated ceiling space being affected by the installation and precludes, as much as possible, the spread of fire if so affected. Many times wiring is simply strung from one point to the nearest point across a section of ceiling space under the auspices of the "shortest distance between two points is a straight line". In cases where the new wiring supplements existing wiring, the new wiring should be placed in a manner consistent with the existing wiring. In cases where the new wiring replaces existing wiring or in the absence of existing wiring, all applicable codes, City standards, and generally accepted wiring practices shall determine placement of wiring. All wiring and/or cabling shall be bundled at appropriate intervals and labeled at not less than at terminating points on either end of the run. All wiring runs shall be continuous between termination points with no splices. B. Minimum Standards For Horizontal Runs: The city-wide standard for horizontal cabling and/or wiring, also known as distribution cabling and/or wiring, shall meet the following criteria: Communications -Plenum (CMP) as defined in National Fire Protection Agency (NFPA) 262, also known as Underwriters Laboratories (UL) 910, must not be a hybrid or composite construction of which would include wiring in which all pairs are not insulated (e.g., "2 by 2" where two pairs out of four are not insulated, etc.). Wiring must be CMP "4 by 0" (all four pairs are insulated) Category 5e with 100% Fluorinated Ethylene Page 60 of 62 823382,1 Propylene (FEP) Wire Insulation and Jacketing Materials rated 200 degrees Centigrade by UL and be in full compliance with NFPA 90A. C. Minimum Standards For Vertical Runs: The city-wide standard for vertical cabling and/or wiring, also known as riser or back -bone cabling and/or wiring, will meet the following criteria: Communications -Riser as defined in UL 1666. Wiring must be installed in steel conduit and fire -stopped where it enters wiring closets. D. Hardware Installation Standard: All wiring shall terminate in wall plates or surface mount boxes as per work plan, except where specified otherwise. The type of wall plate or surface mount box should be consistent in appearance and functionality with existing hardware, where applicable. Faceplates and the like must be installed straight and the use of a level may be required for same. All mounting hardware will be utilized - for example, a faceplate that provides four (4) access holes for mounting screws must in fact be mounted with all four (4) screws rather than less than the prescribed four (4). Unless otherwise specified, surface mounted hardware must use screws for attachment; not adhesive. E. Testing: All installation work must be tested to ensure proper operation. Of particular concern is the testing of telephone -type wiring in that pairs can easily be cross -connected thereby providing a sounding signal but not a proper and required dial tone. In some cases, the Successful Bidder may be required to conduct complete or partial testing or re -testing in the presence of the Project Manager and/or designee at no additional cost to the City. In cases where the connection of the equipment to the wiring installation occurs after the wiring installation, the Successful Bidder will be required to return and resolve any problems that may be discovered at no additional cost to the City. F. Clean -Up: Emphasis on clean-up must be stressed. The Successful Bidder is expected to have on site, personally owned vacuum cleaning -type equipment capable of removing dust and other debris left as a result of any work performed. The Successful Bidder will remove from City property all recyclable materials, waste, dust, trash, debris, and garbage (waste) associated with any work activity at no additional cost to the City. If a trash bin (dumpster) is required, same will also be at no cost to the City. The Successful Bidder is cautioned that areas which would normally be out of sight are to be cleaned -up as well and as such wire stripping and the like is not to be left in telephone rooms, ceiling spaces, etc. When it is necessary to remove ceiling tiles it will be the policy that same are to be removed for only a short period of time considering that the proper placement of ceiling tiles are an integral part of the facility's smoke evacuation and I-1VAC systems. The removal of these tiles adversely affects safety, comfort, and energy costs. Should a project require the removal of ceiling tiles for a period longer than a normal working day period, all removed tiles will be replaced at the end of the working day. 3.10. SMOKING AND TOBACCO USE When on or in City property, the employees of the successful Bidder shall not smoke or use tobacco -related products when engaged in their work. The use of tobacco products may only be used in designated areas and only when on a scheduled break. 3.11. SECURITY CLEARANCES Any employee of the Successful Bidder who, in the course of their work, is on or in City property must have successfully completed and passed, at no expense to the City, a local law enforcement agency background check. Records of same must be provided to the proper authority and under no circumstances shall an employee who has not passed such a check be permitted on or in City property. The proper authority shall be notified of any employee of the Successful Bidder who leaves the company for any Page 61 of 62 823382,1 reason and who is assigned to perform work under this contract during the duration of the contract. 3.12. WORK DOCUMENTATION It is imperative that all work is documented properly for not only accurate billing purposes but for reasons of establishing an accurate history of any facility and identifying work for repair, upgrade, or alteration purposes. Applicable blue prints or other documents as approved by the appropriate authority may be provided to the Successful Bidder prior to the commencement of any work and same will be annotated by the Successful Bidder to reflect any installation, modification, or removal. Such annotated documentation shall be provided to the proper authority not later than thirty (30) days after completion of any concerned work with the understanding that payment for same will not be made until such documentation is provided. 3.13. STORAGE OF MATERIALS The Successful Bidder will not store tools, materials, wiring, cabling, and other supplies on or in any City property without expressed permission of the proper authority. The Successful Bidder shall always make provision to accommodate any supplies, regardless of the scope of work or the anticipated time for completion. 3.14. APPAREL AND IDENTIFICATION The employees of a Successful Bidder must be appropriately dressed at all times while on or in City property. Shirts or jump suits reflecting the Successful Bidder's logo are encouraged. Open -toed shoes, shorts, body shirts, and T-shirts with inappropriate language, as determined by proper authority, are not permitted. It is required that an employee ID be wom in such a way that it can readily be seen and identified. In addition, the City may require that a temporary City ID be worn as well. Appropriate safety equipment to be worn at all times when specified by the City and/or the Successful Bidder and/or code, law, or regulation. The employees of a Successful Bidder, on an individual basis, must sign -in upon entering City property and sign -out when leaving City property where such a provision is made. Page 62 of 62