Loading...
HomeMy WebLinkAboutASE Telecom & Data, Inc.INVITATION FOR BIDS PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05/06 BID OPENING: NOVEMBER 3, 2005 AT 3:00 P.M. Gus Lopez, CPPO, Procurement Director PROCUREMENT DIVISION 1700 Convention Center Drive, Miami Beach, FL 33139 www.miamibeachfl.gov F:\PURC\$ALL\MARTA\Bids\05-O6\ITB 04-05-06 wiring.doc CITY CLERK ~ MiAMiBEACH CITY OF MIAMI BEACH CERTIFICATION OF CONTRACT TITLE: CONTRACT NO.: EFFECTIVE DATE(S): SUPERSEDES: cONTRACTOR(S): PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES 04-05/06 Three (3) years from date of execution of this agreement with three (3) additional one (1) year renewal options None ASE Telecom and Data Inc. (Primary) Jade Communications Inc. (Secondary) m. B, Co D, mo F, AUTHORITY - Upon affirmative action taken by the City Commission and City Clerk of the City of Miami Beach, Florida, on December 7, 2005, a contract has been approved for award and subsequent execution between the City of Miami Beach Florida and ASE Telecom and Data Inc. (Primary) and Jade Communications Inc. (Secondary). EFFECT - This contract was entered into to provide supply and installation of telephone, coax, data and fiber optic communications cable and accessories at various City of Miami Beach facilities, on an as needed basis. Therefore, all required services shall be made under the terms, prices and conditions of this contract, Bid No. 04-05/06, all addenda thereto, and ASE Telecom and Data Inc. and Jade Communications Inc. bid responses. ORDERING INSTRUCTIONS - All standing orders shall be issued in accordance with the City of Miami Beach Procurement Division policies and procedures, at the prices indicated, exclusive of all Federal, State and local taxes. All Standing Orders shall show the City of Miami Beach contract number (04-05/06). CONTRACTOR PERFORMANCE - City of Miami Beach Departments shall report any vendor failure to perform according to the requirements of this Contract to the Information Technology Administrator 305-673-7040. INSURANCE CERTIFICATE(S) - The Contractor shall file Insurance Certificates, as required, and they must be signed by a Registered Insurance Agent licensed in the State of Florida and approved by the City of Miami Beach Risk Manager. ASSIGNMENT AND PERFORMANCE - Neither this Contract nor any interest herein shall be assigned, transferred, or encumbered by either party. In addition, CONTRACTOR shall not subcontract any portion of the work required by this Contract. CONTRACTOR represents that all persons delivering the services required by this Page 2 Certification of Contract Contract have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently perform the duties, obligations, and services set forth in the Scope of Work and to provide and per/bnn such services to CITY's satisfaction for the agreed compensation. CONTRACTOR shall perform its duties, obligations, and services under this Contract in a skillful and respectable manner. The quality of CONTRACTOR's performance and all interim and final product(s) provided to or on behalf of CITY shall be comparable to the best local and national standards. G, H, SERVICE EXCELLENCE STANDARDS- Excellent Customer Service is the standard' of the City of Miami Beach. As contract employees of the City, CONTRACTOR employees will be required to conduct themselves in a professional, courteous and ethical manner at all times and adhere to the City's Service Excellence standards. Training will be provided by the City's Organizational Development and Training Specialist. PUBLIC ENTITY CRIMES - In accordance with the Public Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the CITY, may not submit a bid on a contract with the CITY for the construction or repair of a public building or public work, may not submit bids on leases of real property to the CITY, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the CITY, and may not transact any business with the CITY in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Contractor shall result in cancellation of the CITY purchase and may result in Contractor debarment. INDEPENDENT CONTRACTOR - CONTRACTOR is an independent contractor under this Contract. Services provided by CONTRACTOR pursuant to this Contract shall be subject to the supervision of CONTRACTOR. In providing such services, neither CONTRACTOR nor its agents shall act as officers, employees, or agents of the CITY. This Contract shall not constitute or make the parties a partnership or joint venture. THIRD PARTY BENEFICIARIES Neither CONTRACTOR nor CITY intends to directly or substantially benefit a third party by this Contract. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract. Page 3 Certification of Contract Ko Lo Mo NOTICES - Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand-delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For CITY: Procurement Division 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Gus Lopez, Procurement Director With copies to: City Attorney City of Mimni Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: ASE Telecom and Data Inc. Attn: Javier Perez 8545 NW 29th Street Doral, Florida 33122 MATERIALITY AND WAIVER OF BREACH - CITY and CONTRACTOR agree that each requirement, duty, and obligation set forth in these Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. CITY's failure to enforce any provision of this Contract shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. SEVERANCE - In the event a portion of this Contract is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless CITY or CONTRACTOR elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. Page 4 Certification of Contract N, APPLICABLE LAW AND VENUE - This Contract shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enlbrcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Contract, CONTRACTOR and CITY hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Project. CONTRACTOR, shall specifically bind all subcontractors to the provisions of this Contract. Oo AMENDMENTS - No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the Board and CONTRACTOR. Po All documents shall be executed satisfactorily to said City and until Insurance (~ertificates have been filed and approved, this Contract Agreement shall not be effective. Qo The Contract Documents which comprise the entire Agreement between City and Contractor are attached to this Agreement and made a part hereof. The Contract Documents may only be amended, modified or supplemented as provided. Page 5 Certification of Contract AGREEMENT THIS AGREEMENT made this day of 20 ., A.D. between the CITY OF MIAMI BEACH, a Florida municipal corporation, hereinafter called the City, which term shall include its'successors and assigns, party of the one part, and ASE Telecom and Data Inc. 8545 NW 29th Street Doral, Florida 33122 Estimated Annual Contract Amount $90,000.00. IN WITNESS WHEREOF the said City has caused this Certification Agreement to be signed by the Mayor of the City of Miami Beach, Florida and its corporate seal to be affixed, attested by the City Clerk of the City of Miami Beach and the said Contractor has caused this Agreement to be signed it its name. ASE Telecom & Data, Inc. Contractox. (A~r~-z~d l~or~e Officer) Title (SEAL) F:\PURCXSALL\MARTA\Bids\05-06\ITB 04-05-06 agreement ASE.doc CITY OF MIAMI BEACH By ~/~ 'Ce- Mayor ATTEST: City, Clerk Robert Parcher APPROVED A~ TO FORM & LANGUAGE & FOR EXECUTION dityXt[orney I~r~ Date ACORD. CERTIFICATE OF LIABILITY INSURANCE DA,E,--O ,01/06/06 PRODUCER THIS CERTIFICATE 18 ISSUED AS A MAi ir,.R OF INFORMATION Bro~m & Brotm, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 5900 N. &ndrew$ &ye. #300 HOLDER. THIS CERTIFICATE DOES NOTAMEND, EXTEND OR ALTER THE COVERAGE AFFORDEO BY THE POLICIES BELOW. P.O. Box 5127 Ft. Lauderdale EL 33310-5727 Phone: 954-776-2222 Fax: 9.54-776-4446 INSURERS AFFORDING COVERAGE NAIC f/ INSURED INSURER ,',: ...o,,.. ~__;_.*~=.,, ::...~.,.o co 36064 iNSURERS: fla~over Insurance Co. * 22292 AS~. Teleco~ & Data/ Inc. INSURERC 8545 NW 29th Street ~SURERO~ Doral FL 33122 INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSUREO NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANOING AHY REOUIREMEHT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THiS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDfflONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLNIMS. POLICY E:FF~CTIVE POUCY EXPIRATION INSR ADD'L LIMITS LTR INSR[ IYPE OF IHSURANCE POLICY NUMBER DATE [MWDD/YY) :OATE {MWDD/YYI GENERAL LIABILITY EACH OCCURRENCE S 10 0 0 0 0 0 ~ PREMISES (.Ee o~cumnce) A X X COMM~RC~LGE~RALUAmLrTY g~-J8173949 09/:14/05 09/14/06 $100000 I X OCCUR MEDEXP (AI~y~I:~rS~) $ 5000 C[^lUS MADE I PE.SONA~ ~ ^OVI.JURY $ 1000000 GENERAL AGGREGATE $ 2000000 ..... PRODUCTS-COMPIOPAGG $ 2000000 GENt. AGGREGATE LIMIT APPLIES PER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $1000000 & X ,~ ,,,,u m &~,.T81"/3 944 09/14/05 09/14/06 AU. OWNEO AUTOS ~ BODILY INJURY $ ~ HIRED AUTOS BODILY INJURY $ -- (Pm' accidenl} --~ NON-OWNED AUTOS ~f/~)%,~ "~/0~ll PROPER. O--GE(per aocidaftt, $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT -~ ANY AUf0 OTHER THAN EAACC $ AUTO ONLY: AGG $ EXCES~/UMBREU. A LIABIUTY EACH OCCURRENCE S 1 ~ 000 ~, 000 B ~OCCUR I'"q CLAIMS MADE UHJ8175522 09/14/05 09/14/06 AGGREGATE $1,000,000 I DEDUCTIBLE RETENTION $ I WC ~TAIU- I OTI'J- WORKERS COMPENSATION AND J TORY LIMITSI ER EMPLOYEI~' LIABILITY E.L. EACH ACCIDENT ANY pROPRIETOR/PARTNER/EXECUTIVE OFFICER~,tEMBER EXCLUOEO'; E L DISEASE - EA EMPLOYEE $ I¥~ gMactibe umlM E.L DISEASE - POLICY LIMIT SPECIAL PROVISIONS OTHER DESCRUmCm OF OPE~A~ONS ~ ,DEACONS ~ VEHICLES ~ EXCLUSIO,B ADDED SY ENOO~ENT ~ m'ECW PROW~ONS Certificate Holder is listed additionaZ insured with respects to generaZ liability as required by written contract. BID 04-05/06-Purchase and installation of telephone, coax, data, and f-iber optic communications cable and accessories. CERTIFICATE HOLDER CANCELLATION CITYOFM City of Miami Beach 1700 Covention Center Drive Miami Beach FL 33139 ACORD 25 (2001108} SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXFiR&TI(;N DATE THEREOF, THE ISsuING IN~URER WILL ENDEAVOR TO MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPREBENTATIVES. AU TH OR~.EI:}~RES E~ATIVE © ACORO CORPORATION 1988 .~,r II II I IIIIII T ' 11 11111 INVITATION FOR BIDS PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05/06 BID OPENING: NOVEMBER 3, 2005 AT 3:00 P.M. Gus Lopez, CPPO, Procurement Director PROCUREMENT DIVISION 1700 Convention Center Drive, Miami Beach, FL 33139 www.miamibeachfl.gov F:\PURC\$ALL\MARTA\Bids\O5-O6\ITB 04-05-06 wiring.doc CITY CLERK ~ MiAMIBEACH CITY OF MIAMI BEACH CERTIFICATION OF CONTRACT TITLE: CONTRACT NO.: EFFECTIVE DATE(S): SUPERSEDES: cONTRACTOR(S): PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES 04-05/06 Three (3) years from date of execution of this agreement with three (3) additional one (1) year renewal options None ASE Telecom and Data Inc. (Primary) Jade Communications Inc. (Secondary) A, B, C, Do Eo Fo AUTHORITY - Upon affirmative action taken by the City Commission and City Clerk of the City of Miami Beach, Florida, on December 7, 2005, a contract has been approved for award and subsequent execution between the City of Miami Beach Florida and ASE Telecom and Data Inc. (Primary) and Jade Communications Inc. (Secondary). EFFECT - This contract was entered into to provide supply and installation of telephone, coax, data and fiber optic communications cable and accessories at various City of Miami Beach facilities, on an as needed basis. Therefore, all required services shall be made under the terms, prices and conditions of this contract, Bid No. 04-05/06, all addenda thereto, and ASE Telecom and Data Inc. and Jade Communications Inc. bid responses. ORDERING INSTRUCTIONS - All standing orders shall be issued in accordance with the City of Miami Beach Procurement Division policies and procedures, at the prices indicated, exclusive of all Federal, State and local taxes. All Standing Orders shall show the City of Miami Beach contract number (04-05/06). CONTRACTOR PERFORMANCE - City of Miami Beach Departments shall report any vendor failure to perform according to the requirements of this Contract to the Information Technology Administrator 305-673-7040. INSURANCE CERTIFICATE(S) - The Contractor shall file Insurance Certificates, as required, and they must be signed by a Registered Insurance Agent licensed in the State of Florida and approved by the City of Miami Beach Risk Manager. ASSIGNMENT AND PERFORMANCE - Neither this Contract nor any interest herein shall be assigned, transferred, or encumbered by either party. In addition, CONTRACTOR shall not subcontract any portion of the work required by this Contract. CONTRACTOR represents that all persons delivering the services required by this Page 2 Certification of Contract Contract have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently perform the duties, obligations, and services set forth in the Scope of Work and to provide and pertbnn such services to CITY's satisfaction for the agreed compensation. CONTRACTOR shall perform its duties, obligations, and services under this Contract in a skillful and respectable manner. The quality of CONTRACTOR's performance and all interim and final product(s) provided to or on behalf of CITY shall be comparable to the best local and national standards. Go SERVICE EXCELLENCE STANDARDS - Excellent Customer Service is the standard' of the City of Miami Beach. As contract employees of the City, CONTRACTOR employees will be required to conduct themselves in a professional, courteous and ethical manner at all times and adhere to the City's Service Excellence standards. Training will be provided by the City's Organizational Development and Training Specialist. Ho PUBLIC ENTITY CRIMES - In accordance with the Public Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the CITY, may not submit a bid on a contract with the CITY for the construction or repair of a public building or public work, may not submit bids on leases of real property to the CITY, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the CITY, and may not transact any business with the CITY in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Contractor shall result in cancellation of the CITY purchase and may result in Contractor debarment. J, INDEPENDENT CONTRACTOR - CONTRACTOR is an independent contractor under this Contract. Services provided by CONTRACTOR pursuant to this Contract shall be subject to the supervision of CONTRACTOR. In providing such services, neither CONTRACTOR nor its agents shall act as officers, employees, or agents of the CITY. This Contract shall not constitute or make the parties a partnership or joint venture. THIRD PARTY BENEFICIARIES Neither CONTRACTOR nor CITY intends to directly or substantially benefit a third party by this Contract. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract. Page 3 Certification of Contract Ko Lo Mo NOTICES - Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand-delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For CITY: Procurement Division 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Gus Lopez, Procurement Director With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: ASE Telecom and Data Inc. Attn: Javier Perez 8545 NW 29th Street Doral, Florida 33122 MATERIALITY AND WAIVER OF BREACH - CITY and CONTRACTOR agree that each requirement, duty, and obligation set forth in these Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. CITY's failure to enforce any provision of this Contract shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. SEVERANCE - In the event a portion of this Contract is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless CITY or CONTRACTOR elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. Page 4 Certification of Contract N, APPLICABLE LAW AND VENUE - This Contract shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the entbrcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Contract, CONTRACTOR and CITY hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Project. CONTRACTOR, shall specifically bind all subcontractors to the provisions of this Contract. O. AMENDMENTS - No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the Board and CONTRACTOR. Po All documents shall be executed satisfactorily to said City and until Insurance (~ertificates have been filed and approved, this Contract Agreement shall not be effective. Qo The Contract Documents which comprise the entire Agreement between City and Contractor are attached to this Agreement and made a part hereof. The Contract Documents may only be amended, modified or supplemented as provided. Page 5 Certification of Contract AGREEMENT THIS AGREEMENT made this day of 20~, A.D. between the CITY OF MIAMI BEACH, a Florida municipal corporation, hereinafter called the City, which tem~ shall include its' successors and assigns, party of the one part, and ASE Telecom and Data Inc. 8545 NW 29th Street Doral, Florida 33122 Estimated Annual Contract Amount $90,000.00. IN WITNESS WHEREOF the said City has caused this Certification Agreement to be signed by the Mayor of the City of Miami Beach, Florida and its corporate seal to be affixed, attested by the City Clerk of the City of Miami Beach and the said Contractor has caused this Agreement to be signed it its name. ASE Telecom & Data, Inc. Contractox. (A~f{rfz~d ~o~e ~)fficer) Title (SEAL) F:\PURCXSALL\MARTA\Bids\05-06\ITB 04-05-06 agreement ASE.doc CITY OF MIAMI BEACH By /~ 'E e- Mayor ATTEST: City, Clerk Robert Parcher ,~PPROVED A~ TO FORM & LANGUAGE & FOR EXECUTION -- C~ity~,t~omey%~ Date ACORD. CERTIFICATE OF LIABILITY INSURANCE ? THIS CER¥iFICATE I$ ISSUED AS A .-u..a-T i eR OF PRODUCER ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 5900 N. Andrews Ave #300 HOLDER. THIS CERTIFICATE DOES NOTAMENO, EXTEND OR · ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box 5727 Ft. Lauderdale EL 33310-5727 Phone: 954-776-2222 Fax: 954-776-4446 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: ..,o~, ' .c., z.,,.~. Co 36064 i~URERB: Savorer Insurance Co. * 22292 AS~. Telecom & Data. Inc. INSURER C 8545 t~l 29t51 Street ,NSURERU~ DDt'al fiT., 33122 INSURERE: COVERAGES THE POUCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POUCY EFFECTIVE POLICY EXPII~TION INSR ADD'L POLICY NUMD-'=R DATE IMM/DD/YY} OATE ~MU/DD/YY) MMITS LTR INBRC TYPE OF INSURANCE GEI~RAL LIABILIT7 EACH OCCURRENCE $1000000 A X X COMMERC~LGENERALUAB~Li1Y g~.J8173949 09/14/05 09/14/06 u~ -- PR~M~ES (~e o~cu~c.) $100000 { { X OCCUR MEDEXP (Any~pers~) $ ~000 PERS~ ~ ^OVI~RY $1000000 ~E.E~AG~G^TE $ 2000000 GEI~"L AGGREGATE LIMIT APPLIES PER: PRODUCTS- COMPIOP AGG $ 2 000000 AUTOMOBILE LIABILITY COMSINED SINGLE LIMIT $10 0 0 0 0 0 A X ~o AZJ8173944 09/14/05 09/14/06 (£'~id"l) _ ALL OWNED A~TOS ~ BO~LY INJURY $ -~ ,,.EO ~TOS SOO,~Y,NJURY $ __ (Per accidml) ., l , AUTO ONLY - EA ACCIDENT $ GARAGE LIABILITY ~-~ ANY AUTO OTHER THAN EAACC AUTO ONLY: AGG $ EACH OCCURRENCE S 1,000,000 EXCE'~BRELLA LIABILITY ~ occur ~ C[A~SMADE UHJ8175522 09/14/05 09/14/06 AGGREGATE $ 1,000,000 $ JI wc 51alu- j °I"' $ DEDUCTIBLE $ RETENTION $ WORKER5 COMPENSATION ANO TORY LIMITS , ER EMPLOYERS* LIABILITY E.L EACH ACCIDENT ANY PR OPRIE TOR,'PAR TNB R/EXECUT NE OFFICER/MEMBER EXCLUDE0'" E L DISEASE - EA EMPLOYEE $ I¥.. ~ umlm E.L. DISEASE - POLICY LIMIT SPECIAL PROVISIONS OTHER DESCRIPTION OF OPERATIONS/LOCATIONS t VEHICLES/EXCLUSIONS ADDED aY ENOORSEMEN11 SPECIAL PROV~SiOi~S Certificate HoZder is Zisted additional insured with respects to generaZ liability as required by written contract. ~ID 0/4-05/06- Purchase and installation of telephone, coax, data, and fiber optic communications cable and accessories. CE~FICATE HOLDER CANCELLATION CITYOFM City of Miami Beach 1700 Covention Center Drive Miami Beach FL 33139 ACORD 25 (2001106) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATiON DATE THEREOF. THE ISSUING INSURER W1LL ENDEAVOR TO MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, 11'5 AGENTS OR REPRE$ENTATIVES. AUTHO~EB E~ATIVE © ACORO CORPORATION 1986 A_C_ RD. CERTIFICATE OF LIABILITY INSURANCE P~0DUcrm (561) 998'1570 FAX (561)998-244? THIS CERTIFICATE IS ISSUED AS A MATYER OF INFORMATION ONLY AND CONFER8 NO RIGHTS UPON THE CERTIFICATE Mack G~O~, Inc. HOLDER. THIS CERTIFICATE DOE~ NOT AMEND, EXTEND OR 1900 ~ Corporate Blvd, ALTER,THE COVERAGE AFFORDED BY THE POLICIeS.BELOW. Buite 101 E BOCa ~aCon F~ 33431 INS~ERS AFFORDING COVERAGE NA~,~ INSURED INSURER A: g~ffe~tel~ InS. Co. ABE TeZecom G Da~a ZnC 8545 ~ 29Ch ~t, INSURERC~. INSURER D: .... COVERAGES THE I~OLIOIES OF INSURANCE LISTED BELOW I-I~VP..'~EN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING'/~Y' REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLH:IES DESCRIBED HEREIN IS $UDJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICES. AGGR, EGATE LIMITS SHO~N MAY HAVE BEEN REDU,~CE, O BY PAID CLAIMS. NSR AOO'L P'OLI¢¥EPP~CTIYP POLICYEXI;iRATION I. TNINSRI] TYPe OF I#~URkNOE POLICY HUMBER DATE (MMIDDJYY..}. . .DATE tMMIOD/YY) LIMITS ..... GEN~R4L LIABILITY EACH OCCURRENCE $ iii ~1 i DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY PREMISES (el occurrence! S · . I cc-us nDE LJ occuR: uEo ExP c,~y ~?.~. p,monJ ,_ ,PERSONAL & A~)V INJL~Y $ GENERAL AGGREGATE S ......... GEN'L AGGREX}ATE LIMIT APPLIES PER: PRODUCTS. COMP/DP AGG S I,oLIcY I---I CT"RO' I---I AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT ANY AUTO (Ea aCC~deht) ALL OWNED AUTOG BODILY INJURY SCHEDULED AUTOS (Per per, oh) ti .... HIRED AUTOS BODILY INJURY NON-OWNED AUTOS (Per Kcidehi) ~ PROPERTY DAMAGE (Per accieeM) I ii ! ,,i i GARAGE I,IABItITY AU¥O ONLY- F.A ACCIDENT $ · . . ANYAUTO OTHER THAN EA ACC $ .. AUTO ONLY: AGO $ GXCESSNMBREt. LA LIABILITY ;AC. nC.(':.,RRFJ,~C~ "~ OCOUR ~ CLAIMS MADE AGGREGATE $ I DEDUCTIBLE S I~.TENTIOH $ S ...... ~ WC.ST^TU. 15~k. ~ WORKERS COMPENSATION AMD ]~ ~ TORYLIMIr3 ~ I EMPLOYERS' LIABILITY ! ANY PROP~I£TOP~PA~N~C~UTIVE EL· EACH ACCIDENT !$ 1 · 000 ~ 000 OFFICER/MEMBER EXCLUDED? 830-28550 2/1/2005 2/1/2006 E.L. DISG~E - EA EMPLOYE! I! yes. (lesc~0e un(let ~.. SP~ECIAL f'AOVI$1ONS b.(,.Ip.w. ..... CL. DISEAS.~.:.POLICY L~4IT $ 1,0 0 0,0 0 0 OTHER EEC RIPTiOH OF OPERATIONSILO¢~I~NENEHIC LEI/EXCLt/BIONG RODEO IY E#DOR$1-:MENT/~'~AL PROVI~IOHE ..... BID 0/,-05/06- Purchase and installat±on of telephone, coax, data, and fiber optic communications cable and accessories. ~. ~.., . :ERTIFICATE HOLDER CITY OF MIAMx BEACH 1700 CONVENT/ON CF. NTER DRIVE MXAM! BEACR, FL 33139 CORD Z$ (2001108) S02S (oloo).06 AMS CANCELLATION SHOULD ANY OF THE A~OVE DESCRIBED POLICIES BE CANCELLED IEFORE THE -EXPIRATION DATE THEREOF, THE IGGUING IHGURER WILL ENDEAVOR TO MAIL ~L0 DAYS WRITTEN NOTICE TO THE CERTIt=ICATE HOLDER NAMED TO THE LEFT0 BUT FAILURE TO 00 ~O EHALL IMPOSE NO OBUG~T~O# OR UABIUTY OF ANY KIHD UPOH THE INSURER. ITS AGRNTG OR REPRESENTA11VEB, AUTHORIZED REPRE~EHTATIVE Jay Mack VMP Mortgage Sdulimr. ,nc. ($00)327.0545 ~ ACORD CORPORATION 1988 Pdai I of 2 PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05~06 COMPANY NAME: ASE TELECOM & DATA, INC. Bid Proposal Page 1 of 7 SPECIFIC ITEMS LIST (SECTION 3.4.0) We propose to furnish all labor, tools, equipment, transportation, permits, licenses, services and incidentals necessary in order to furnish and install telephone, coax, data and fiber optic communications cable for the City of Miami Beach, in accordance with Bid Specifications, as follows: Item (A) Length Description (B) (C) (B+C) x A No. No. of of Run Material Labor Extended Runs Cost per Cost per Cost Run Run 1. 5 ea 100 ft. Plastic Jacket Backbone Cable, 50 pair 70.00 35. O0 505.00 _ 2. 3 ea 200 ft. Plastic Jacket Backbone Cable, 50 pair 140.00 52.50 190.50 3. 5 ea 100 ft. Plastic Jacket Backbone Cable, 100 pair 140..00 35.00 875.00 4. 3 ea 200 ft. Plastic Jacket Backbone Cable 100 pair 280. OO 52.50 1,662.50 5. 3 ea 200 ft. Plastic Jacket Backbone Cable, 200 pair 550. O0 52.50 1,807.50 6. 3 ea 200 ft. Direct Burial Shielded Cable, 50 pair 200.00 35. O0 705.00 7. 4 ea 200 ft. Direct Burial Shielded Cable, 100pair 320. O0 35. O0 I, 420.00 8. 3 ea 200 ft. Direct Burial Shielded Cable, 200 pair 600.00 35.00 ' 1,905.00 9. 50 ea Up to Category 5E, Plenum Rated 150 ft. Station Cable, 4 Pair, 24 ga. 2 1,0 0 70. 0 0 4 5,5 0 10. 50 ea Up to Category 5E, Plenum Rated 295 ft Station Cable, 4 Pair,. 24 ga. 4 2,00 7 0,0 0 5,6 0 0,00 11. 100ea 10 ft Cross Connect, 1 P air, 24 ga ,5 0 ,5 0 1 00.00--' 12. 200ea 10 ft. Cross Connect, 2 Pair, 24 ga. .50 ,50 200.00-' 13. 5 ea 100ft 6 strand Multi-Mode fiber optic cable 70.00 35. O0 525,00 14. 5 ea 100ft 12 strand Multi-Mode Fiber Optic cable, for duct/aerial Installations. Loose buffer, 1 30 00 52 50 91 2 50 jacket rating MDPE. ' ' ' Core/Cladding 62.5/125. 15. 5 ea lO0ft 24 strand Multi-Mode Fiber Optic cable, for duct/aerial installations. Loose buffer, 220. O0 70. O0 i, 450. O0 jacket rating M DPE. Core/Cladding 62.5/125. November 4, 2005 (Amended) Cily of Miami Beach Bi(/No 04-05/06 26 Of 37 PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05~06 COMPANY NAME: ASE TELECOM & DATA, INC. Bid Proposal Page 2 of 7 Item (A) Description (B) (C) (B+C) x A No. Estimated Unit Unit Annual Quantity Material Labor Extended Cost Cost Cost 16. 6ea Entrance Surge Suppression Terminal- 50 Pair. 245. O0 35. O0 I, 680. O0 17. 6ea Entrance Surge Suppression Terminal- 100 Pair. 350. O0 35.00 2,310.00 18. 6ea Entrance Surge Suppression Terminal- 200 Pair. 350. O0 35. O0 2,310. O0 19. 40ea BNC Male Connector Crimp-on for Thin-net RG58. .50 1.00 60. O0 20. 25ea DB25M Connector, Crimp Pins. .10 i. O0 27.50 21. 25ea DB25F Connector, Crimp Pins. .10 1. O0 27.50 22. 25ea DB9M Connector, Crimp Pins. . ] 0 1 o O0 27.50 23. 25ea DB9F Connector, Crimp Pins. o 10 1. O0 27 o 50 24. 10ea Type N Male Ethernet connector for RG-8 Plenum .50 1. O0 1 5.O0 25. 10ea Type N Female 50 Ohm Terminator .7 5 1. O 0 1 7.5 0 26. 100ea Category 5E R J45 Jack, 110, UTP 2- 95 3. O0 595. O0 27. 50ea Category 5E R J14 Jack, 110, UTP. 1. O0 1. O0 100.00 28. 50ea Cat 5E Patch Cord - Stranded 7 ft. 2.00 1.00 150. O0 29. 50ea Cat 5E Patch Cord - Stranded 3.00 1.00 200.00 14ft. 30. 50ea Cat 5E Patch Cord - Stranded 5,50 1, O0 325, O0 25ff. 31. 5ea Cat 5E Patch Panel' 96 p°rts 300.00' 35.00 [,675.00 568B 32. Sea Cat 5E Patch Panel, 48 ports 568B !60.00 35.00 925.00 33. Sea Cat 5E Patch Panel, 24 ports 568B 95.0£ 35.00 650.00 34. 5ea Hinged Wall Bracket for 96 Port Patch Panel. 1 0o0£ 10o O0 100, O0 35. 5ea Hinged Wall Bracket for 48 Port 45.0£ 35.00 400.00 Patch Panel. 36. 5ea Hinged Wall Bracket for 24 Port 40.0£ 3 5.00 3 75. O0 Patch Panel. November 4, 2005 (Amended) Bid No: 04-05106 Cily of Miami Beach 27 of 37 PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05106 COMPANY NAME: ASE TELECOM & DATA~ INC. Bid Proposal Page 3 of 7 (A) Estimated Annual Quantit 10ea 10ea 10ea 10ea 10 ea 10 ea 10ea 10ea 10ea ,~-46.-~-t 10ea 10ea Description 110 Block, 25 Pair 110 Block, 50 Pair Fiber Optic Duplex Patch Cable, 4 ST to Mini-BNC Connector. Fiber Optic Duplex Patch C able, 8 ST to Mini-BNC Connector. Fiber Optic Duplex Patch Cable, 4 SC to SC Connector. Fiber Optic Duplex Patch Cable, 8 SC to SC Connector. Fiber Optic Duplex Patch Cable, 4 ST to ST Connector. Fiber Optic Duplex Patch Cable, 8 ST to ST Connector. Fiber Optic Duplex Patch Cable, . Custom Length, Price per foot, Cable Only. Termination for Custom Length Duplex Patch Cord, ST to Mini-BNC, Price per cable (4 connectors Installed) Termination for Custom Length Duplex Patch Cord, ST to ST, Price _per cable(4 connectors Installed (B) Unit Material Cost 15.00 2.00 2.00 18.00 25.00 18.00 (c) Unit Labor Cost 5.00 10.00 2.00 2.00 5.00 5.00 5.00 25 O0 5.00 .30 1.00 5.00 5.00 8.00 5.00 (B+C) x A Extended Cost 2oo. 40.00 40.00 230.00 300.00 230.00 300.00 13.00 100.00 130.00 SPECIFIC ITEM LIST TOTAL (Items 1 thru 47): $ 36,297.50 October 1 1, 2005 City of Miami Beach Bid No: 04-05/06 28 of 37 PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05~06 COMPANY NAME: ASE TELECOM & DATA, INC. Bid Proposal Page 4 of 7 Bidders shall list the manufacturer(s) of telephone, coax, data and fiber optic communications cable and accessories they propose to furnish. (Please print on the lines below and if you need more lines, please provide the information as an attachment). Description Manufacturer SEE ATTACHED BROCHURE October 11,2005 Bid No~ 04-05/06 City o~' Miami Beach 29 of 37 PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05~06 COMPANY NAME: ASE TELECOM & DATA, INC. Bid Proposal Page 5 of 7 HOURLY LABOR RATES (Sections 2.16 and 3.3.3) Should the City request that the successful bidder install City provided material, we propose to provide the work at the following not to exceed rates: .,_ Item Estimated Description Not to Exceed No. Annual Hourly Labor Rate Quantity 48. Labor, Regular hours -8:00AM to 5:00PM 35.00 Monday thru Friday. For Installation of copper cables and accessories not included above. -49. Labor, Overtime. For installation of copper cables and accessories not included above. .5 2, .5 0 Other than regular hours. ' 50. Labor, Regular hours -8:00AM to 5:00PM Monday thru Friday. For Installation of Fiber optic 38,00 cables and accessories not.included above. 51. Labor, Overtime. For installation of Fiber-optic cables and accessories not included above. .5 7 o 00 Other than regular hours. 52. Hourly rate for installation of other City provided 3 5,0 0 Materials THE CITY RESERVES THE RIGHT TO NEGOTIATE THESE NOT TO EXCEED (NTE) HOURLY LABOR RATES FROM THE SUCCESSFUL BIDDER(S). October 11,2005 Cily of Miami Beach Bid No: 04-05106 30 of 37 PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05~06 COMPANY NAME: ASE TELECOM & DATA, INC. Bid Proposal Page 6 of 7 PARTS AND SUPPLIES (Section 2.'13) We propose to furnish additional materials, to be installed at the discretion of the City, at the following price: Item Description Part Number Proposed Price No PIN Each 53. Four Gang plate CFPE41W NK4FIW 1.65 54, Six Gang Plate CFPE61W i. 6 5 55. Surface Box JB11WA SM4-02 7.00 56. Faceplate blanks CMBIW - X NKBIW .25 57. Twenty-Four port 110 Mod patch DP24588110B panel NKSEPP24 95.00 58. Forty-Eight port 110 Mod patch DP48588110B panel NK5EPP4~ 185.00 59. 24 port mini-com patch panel for 19" CP24BL for rack jacks S AM E 4 2. O0 60. 48 port mini-com patch panel for 19" CP48BL for rack jacks S AM E 4 2.00 61. Rack CPI T" X19" Anixter#167074 55053-71.0 125.00 62. Wall one rack space swing out WBH-1 SAME 50.00 63. Wall two rack space swing out WBH-2 SAME 50.00 64. One Piece latch duct LD101W8-A SAME 2.00P/F~ 65. Horizontal 19" rack wire WMPHF-2 WMPH2E 65.00 management 66. Vertical 84" rack wire management WMPVS-45 side WMPV45E 195. O0 67. Vertical 84" rack wire management WMPVC-45 center WMPV45E 195.00 68. Fire Caulk Nelson 106296 SAME 25.00 69. Fire putty Nelson 094956 SAME 25. O0 , , _ 70. Buffer tube fan out kit - Corning fan BT24-06 6 strand SAME 1 5.00 71. MINI-COM ST adapter CMSTIW SAME 4. O0 72. Six position wall mount fiber box CBXF61W-A SAME 1 2. O0 73. ST-Uni-cam composite 4tp Anixter #170002 ;)5~-000-4£ 15.00 74. Rack Mount12/24 MINI - COM fiber FMT24 FRME 2 180.00 75. Panduit 6 port panel w/ST adapters FAP6WST ~APBUDSC 4 5. O0 % Discount Cost + % 76. Provision of materials not included on this list. Provide percentage of 1 5 % discount OR Cost Plus Percentage. November 4, 2005 (Amended) Bid No: 04-05106 City of Miami Beach 31 o! 37 PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05~06 Bid Proposal Page 7 of 7 PAYMENT TERMS' NET 30. If other, specify here 270 10 NET 30 ANY LETTERS, ATTACHMENTS, OR ADDITIONAL INFORMATION TO BE CONSIDERED PART OF THE BID MUST BE SUBMITTED IN DUPLICATE. SUBMITTED BY: JAVIER PEREZ COMPANY NAME: SIGNED: ASE TEL~ECO~ DATA INC. ' (I cert rized to execute this proposal comr~ the bid~m) Bidders must acknowledge receipt of addendum (if applicable). Addendum No. 1:1 0 / 2 7 / 05 Insert Date Addendum No. 3: Insert Date and Addendum No. 2:1 1/04/05 Insert Date Addendum No. 4: Insert Date NAM E/TITLE(Print): ADDRESS: CITY/STATE: TELEPHONE NO: FACSIMILE NO: JAVIER PEREZ DIRECTOR OF OPERATIONS 8545 NW 29 ST,, DORAL, FL ZIP: 33122 305-471-9888 305-470-9666 59-2456131 FEDERAL I.D.#: October 11. 2005 Bid No: 04-05/06 City o1' Miami Beach 32 o1' 37 PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05~06 COMPANY NAME: ASE TELECOM & DATA, INC. CONTRACTOR'S QUESTIONNAIRE NOTE: Information supplied in response to this questionnaire is subject to verification. Inaccurate or incomplete answers may be grounds for disqualification from award of this bid. Submitted to The Mayor and City Commission of the City of Miami Beach, Florida: By. ASE TELECOM & DATA, INC. PrincipalOffice 8545 NW 29TH STREET, DORAL, FL 33122 How many years has yOur organization been in business under your present business name? 2 1 Provide title (job classification) and number ofs~nflo~e.e4s in each classification currently on staff? SEE SECTION II PA - Does your organization have current occupational licenses entitling it to do the work/service contemplated in this Contract? YES Please state license(s) type and number' ES-0000243 Include copies of above licenses and certificates with proposal. · Are you willing to provide services as secondary vendor on an as needed basis for individual projects at the prices submitted on this Invitation to Bid? YES Have you ever had a contract terminated due to failure to comply with contractual specifications? N O If so, where and why? In what other lines of business are you financially interested or engaged?~ Give references as to experience, ability, and financial standing V ANK WESTON COMMONS FINANCIAL~CENTER November 4, 2005 (Amended) Cily o1' Miami Beach Bid No: 04-05106 36 o! 37' PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05106 CONTRACTOR'S QUESTIONNAIRE (CONTD.) Vendor a. Campaign Contri bution(s): You must provide the names of all individuals or entities (including your sub-consultants) with a controlling financial interest. The term "controlling financial interest" shall mean the ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any corporation or a direct or indirect interest of 10% or more in a firm. The term "firm" shall mean any corporation, partnership, business trust or any legal entity other than a natural person. JUAN F. PEREZ PRESIDENT MARIA E. PEREZ SECRETARY/TREASURER b. Individuals or entities (including our sub-consultants) with a controlling financial interest: ~have X× have not contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Please provide the name(s) and date(s) of said contributions and to whom said contribution was made. I HEREBY~ERTIF~h~he above answers are true and correct. ,~ / / ! /./i.~. qr' !:~,~,'~.~./~... /~ ~, , ~ -- ".~~ /,/, __(SEAL) __(SEAL) October 11,2005 City of Miami Beach Bid NO 04-05/06 37 of 37 ASE Nc. TELECOM & DATA STRUCTURED CABLING SYSTEMS V. Personnel 'l'ralnlng 649182-5 ~ Hl~i ~5 NL)I A I~ILL-[JO NOT PAY RENEYAL BUSINESS NAME / ~ ~ ~ 39B759- 2 ASE TELECOH I DATA INC STATEI E50000263 8S~5 NH 29 ST 33122 DORAL ASE TELECOH & DATA 1~ 196 SPECZALTY ELECTRZCAL CONTRACT ~ M ~ ~ ~ ~ N~ FO~ARD ~. ~ · ~ · ASE TELECO~ I DATA ~K ~ ~ JUAN F PEREZ PRES ~ 8S~5 N~ 29 ST HZ~Z FL 55122 09/09/2005 09~001 , ~ ,~ ~, ~ , ~ ,,, . SEE milER ~E ................................ WORKER/S 2005-2006 OCCUPATIONAL LICENSE 2005-2289 196ELECS SPECIALTY ELECTRICAL CONTRACTOR i :~:~.. ::. ~. $30.00 ASE TELECOM AND DATA INC 854S NW 29 STREET DORAL, FLORIDA 33122 '11 SEQ~Lo4o625oo63g AC, :~ 4 6 3 6 8 5 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ELECTRICAL CONTRACTORS LICENSING BOARD 106/25/2004 1030747680 1ES0000243 /~e SPECIALTY ELECTRICAL CONTRACTOR' Named below IS CERTIFIED Under the provisions of Chapter 489 rS. Expiration date: AUG 31, 2006 AS A LIMITED ENERGY SYSTEMS SPECIALIST PEREZ, JUAN FELIPE ASE TELECOM & DATA INC 2330 NW 102 AVE. BAY #2 MIAMI FL 33172 JEB BUSH DIANE CARR GOVERNOR DISPLAY AS REQUIRED BY LAW SECRETARY Voice * Data * Fiber Optic 2 8545 N.W. 29th Street. Miami, FL 33122 · Tel. (305) 471-9888 · Toll Free: 1-800-466-5211. Fax: (305) 470-9666 · www. asetelecom.com MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www. miamibeachfl.gov COMMISSION MEMORANDUM TO: FROM: DATE: SUBJECT: Mayor David Dermer and Members of the City Commission City Manager Jorge M. Gonzalez December 7, 2005 REQUEST FOR APPROVAL TO AWARD CONTRACTS TO ASE TELECOM & DATA, INC. AS PRIMARY VENDOR,' AND JADE ' TELECOMMUNICATIONS, INC. AS SECONDARY VENDOR, PURSUANT TO INVITATION TO BID NO. 04-05/06, FOR THE PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES IN THE ESTIMATED' ANNUAL AMOUNT OF $90,000. ADMINISTRATION RECOMMENDATION Approve the Award of contracts. BID AMOUNT AND FUNDING $ 90,000 Funding is available from the IT Department Account Number 550-1751-000485 KEY INTENDED OUTCOME SUPPORTED Process improved through information technology ANALYSIS The purPose of Invitation to Bid No. 04-05/06 (the "Bid) is to establish a contract, by means of sealed bids, for the purchase and installation of telephone, coax, data, and fiber optic communications cable and accessories at various City of Miami Beach facilities, on an as needed basis. This contract shall remain in effect for (3) three years from date of contract execution by the Mayor and City Clerk, and may be renewed by mutual agreement for three (3) additional years, on a year to year basis. The Bid was issued on October 11, 2005, with an opening date of November 16, 2005. BidNet issued bid notices to 51 prospective bidders. Additionally, the Procurement Division sent the bid announcement to the Blue Book online bidding system "B-Bid", thus inviting another 50 prospective bidders. The notices resulted in the receipt of seven (7) bids. 'For the purposes of tabulation, the Bid provides a "SPECIFIC ITEMS LIST" (items 1-47) that was used by the City in basing its cost projections (see Attachment "A"). The Specific Item List contains material costs and the labor cost associated with the installation of the material. The City may also require the Contractor to install City provided cable and materials, not included in the "Specific Items List".. In such instances, December 7, 2005 Commission Memorandum ITB 04-05/06 the not to exceed hourly labor rate specified on the bid tabulation shall apply (items 48- 52). If acceptable to both parties, the City and Contractor may set a fixed fee, per job, for installations of City provided materials. The total amount of both the specific item list and installation of City provided material is estimated at $90,000 based on previous year's expenses. The lowest and best bid was received from ASE Telecom & Data, Inc. This vendor has been in business for over 21 years as a specialty electrical contractor. The secondary vendor, Jade Telecom, Inc. has been in business for over 18 years. ASE has provided services to the City of Miami Beach under their State of Florida contract during the last five years. The Information Technology Department is satisfied with their level of performance and quality of work. Additionally, the procurement Division secured satisfactory references on Jade Communications, Inc. CONCLUSION Based on the analysis of the bids received, The Administration recommends that the City award contracts to ASE TELECOM & DATA, INC. as primary vendor and JADE COMMUNICATIONS, INC. as secondary vendor.' BID TABULATION ,, Line Items Une Item 48 Une Item 49 Line Item 50 Line Item 51 Line Item 52 1-47 Company Names * Labor * Labor * Labor * Labor * Labor Specific Regular Overtime Regular Overtime Other Items Mst Copper Cable Copper Cable Fiber-Optic F!ber-Opflc Materials ASE Telecom & Data $36,080.50 $35.00/hr $52.50/hr $38.00/hr $57.00/hr $35.00/hr Jade Communications $40,560.83 $40.45/hr $60.67/hr $40.45/hr $60.67/hr $40.45/hr Gisnet Telecom Inc. $43,042.90 $40.00/hr $55.00/hr $50.00/hr $55.00/hr $40.00/hr Miami Business Telecom $44,163.20 $35.00/hr $50.00/hr $35.00/hr $50.00/hr $35.00/hr Telecom Engineering $59,653.79 $35.00/hr $52.00/hr $35.00/hr $52.00/hr $35.001hr Black Box $59,906.90 . $45.00/hr $67.59/hr $45.00/hr $67.50/hr $45.00/hr Cable Technologies' $93,667.75 $55.00/hr $87.50/hr $65.00/hr $97.59/hr $55.00/hr * The City reserves the dght to negotiate these not to exceed Houdy Labor Rates. T:~GENDA~2(X)5~Dec0705~:;onsent~ITB 04-05.06 Wiring MEMO. doc , , 0 ~ · . ~ -- ~ ~c~c ~ - , ,, ,, ~ ,' . .... MIAMIBEACH CJly Of Miami I~¢1¢h, 1700 Convention Center Drive, Miami Beach, Florida 33139, wv,~v.miamibeachfl.gov PROCUREMENT DIVISION Tel: 305-673-7490, Fax: 305-673-7851 INVITATION TO BID NO. 04-05/06 ADDENDUM NO. 2 November 4, 2005 PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES is amended as follows: I. Bid opening is changed from November 10 to November 16, 2005 at 3:00 p.m. I1. REPLACE pages 26, 27, 31 and 36 of the Bid Documents with the attached amended pages. Amended pages reflect revised line items 9, 10, 26 through 33, and 70 of the bid form, and revised questionnaire. Please submit the above amended pages with your bid, or your bid may be considered non-responsive. III. REPLACE language in Section 2.3 Method of Award, page 17 of the Bid Documents with the following language: Award of this contract may be made to the primary and secondary lowest and best bidders, as defined in General Conditions 1.38, whose bid will be most advantageous to the City of Miami Beach. Award will be based on the grand total amount of the Specific Items List (line items 1 through 47). Secondary vendor will be awarded a contract under two circumstances: a. Should the primary vendor fail to comply with the terms and conditions of the contract the City reserves the right to award the contract to the secondary vendor, if it is deemed to be in the best interest of the City. bo Should new projects develop, where the primary vendor is unable to meet the required installation schedule due to existing City of Miami Beach workload/projects, the City reserves the right to award individual project(s) to the secondary vendor, provided the secondary vendor will extend the pricing submitted under this invitation to bid. Declining a project by the primary vendor under these conditions shall not be considered a non-performance issue. IV. ADD language to Section 3.2.1 as follows: 3.2.1.1 Emergency Repairs Contractor shall be available to provide emergency repairs at all times. Contractor shall respond via telephone within one hour of all emergency calls from the City's IT Director or designated representative, and commence with the service/repair within four (4) hours. ITB 04-05/06 Addendum No. 2 Page 2 V. ADD language to Liquidated Damages Section 2.12 (language in italics denotes added language): LIQUIDATED DAMAGES: Failure to complete work orders within the specified time may result in the successful bidder being assessed as liquidated damages $100/day over the agreed upon completion schedule and/orthe additional cost incurred by the Cityt ' "-l '-' "" "' ,'-' "'/ l ln : li~'~'~'l~.f~ for any and all costs associated with the service performed by a secondary vendor. VI. VII. VIII. DELETE the following language in section 3.3.0.9: "The Category 3 cable runs shall be tested for conformance to the specifications of EIA/TIA 568A Category 3". The following information relative to issues raised or discussed at the pre-bid conference is hereby incorporated and made part of Bid No. 04-05106: A. a. C. D. El Fi Secondary vendor. Award to a secondary vendor will occur under the two circumstances as described 'in paragraph II above. However, for purposes of liquidated damages, where the awarded vendor fails to complete the work within the specified time, the City may request the services of the secondary vendor, or another company, at the discretion of the City, to complete the work, which may result in the primary vendor being assessed the additional cost incurred by the City. Parts and supplies. Vendors shall provide the cost of materials only on page 31 of the bid documents (page 6 of 7 of the proposal form). Estimated Annual Budget varies from year to year, ranging from $100,000 to $400,000 depending on projects. The City owns 33 facilities approximately. Permits. Successful Bidder will be required to pull permits for projects. Permit fees are the responsibility of the successful bidder. Waiver of permit fees, if any, shall be solely determined by the Building Department. 24-hr response time as stated in section 3.2.1 is required for maintenance work where a permit is not required. For projects that require a permit, successful bidder will work with the IT department regarding commencement of work based on issuance of a permit. Background check as required by section 3.2.6 will be performed by the City at no charge. The following are answers to questions submitted by prospective bidders: Q. Is there a procedure where time and experience in the trade is taken into consideration in lieu of the 3 years in business? A. The Bid requires that the Bidder, which has been defined as the company and not individuals employed by the company, must have a minimum of three years experience, and provide at least three (3) references of clients or government organizations for which the bidder is currently furnishing, or has furnished similar type, size and complexity of work as specified by this invitation to bid. Therefore, any Bidder (company) which does not meet the minimum requirements of three years, will be disqualified as non- responsive and receive no further consideration. are commi#ed to p;oviding excellent public service and safe','),: ;o al! who five, ~,ork, and p/ay' in ouz v:'brc;n!., trop'cci fu'Sto~i,: corr!munir>,. ITB 04-05/06 Addendum No. 2 Page 3 Pursuant to the City's Bid Protest Ordinance, you may protest the Bid specifications, requirements, and/or terms within three (3) business days (other than Saturday, Sunday, or national holiday), from the time the facts become known, and, in any case, at least two (2) business days prior to the opening of the Bid. Such protest must be made in writing, and such. protest shall state the particular grounds on which it is based and shall include all pertinent documents and evidence. Failure to timely protest bid specifications, requirements and/or terms is a waiver of the ability to protest the specifications, requirements and/or terms. Bidders are reminded to please acknowledge receipt of this addendum on page 58 of the Bid Documents or the bid may be considered non-responsive. CITY OF MIAMI BEACH Gus Lopez, CPPO Procurement Director mf ~,~,/e are commilted to providing ex'cel`lent public service and safely to all who live, work, and play in our vibrant, tropical, historic community. PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05~06 COMPANY NAME: Bid Proposal Page 1 of 7 SPECIFIC ITEMS LIST (SECTION 3.4.0) We propose to furnish all labor, tools, equipment, transportation, permits, licenses, services and incidentals necessary in order to furnish and install telephone, coax, data and fiber optic communications cable for the City of Miami Beach, in accordance with Bid Specifications, as follows: Item (A) Length Description (B) (C) (B+C) x A No. No. of of Run Material Labor Extended Runs Cost per Cost per Cost Run Run 1. 5 ea 100 ft. Plastic Jacket Backbone Cable, 50 pair 2. 3 ea 200 ft. Plastic Jacket Backbone Cable, 50 pair 3. 5 ea 100 ft. Plastic Jacket Backbone Cable, 100 pair 4. 3 ea 200 ft. Plastic Jacket Backbone Cable, 100 pair 5. 3 ea 200 ft. Plastic Jacket Backbone Cable, 200 pair 6. 3 ea 200 ft. Direct Burial Shielded Cable, 50 pair 7. 4 ea 200 ft. Direct Burial Shielded Cable, 100pair 8. 3 ea 200 ft. Direct Burial Shielded Cable, 200 pair , 9. 50 ea Up to Category 5E, Plenum Rated 150 ft. Station Cable, 4 Pair, 24 ga. 10. 50 ea UP to Category 5E, Plenum Rated 295 ft Station Cable, 4 Pair, 24 ga. 11. 100ea 10 ft Cross Connect, I Pair, 24 ga 12. 200ea 10 ft. Cross Connect, 2 Pair, 24 ga. 13. 5 ea 100ft 6 strand Multi-Mode fiber optic cable 14. 5 ea 100ft 12 strand Multi-Mode Fiber Optic cable, for duct/aerial installations. Loose buffer, jacket rating MDPE. Core/Cladding 62.5/125. 15. 5 ea 100ft 24 strand Multi-Mode Fiber Optic cable, for duct/aerial installations. Loose buffer, jacket rating MDPE. Core/Cladding 62.5/125. November 4.2005 (Amended) Bid No: 04-05/06 City of Miami Beach 26 of 37 PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05106 COMPANY NAME: Bid Proposal Page 2 of 7 Item (A) Description (B) (C) (B+C) x A No. Estimated Unit Unit Annual Quantity Material Labor Extended Cost Cost Cost 16. 6ea Entrance Surge Suppression Terminal- 50 Pair.. 17. 6ea Entrance Surge Suppression Terminal- 100 Pair. 18. 6ea Entrance Surge Suppression Terminal - 200 Pair. 19. 40ea BNC Male Connector Crimp-on for Thin-net RG58. 20. 25ea DB25M Connector, Crimp Pins. 21. 25ea DB25F Connector, Crimp Pins. 22. 25ea DB9M Connector, Crimp Pins. 23. 25ea DB9F Connector, Crimp Pins. 24. 10ea Type N Male Ethernet connector for RG-8 Plenum 25. 10ea Type N Female 50 Ohm Terminator 26. 100ea Category 5E R J45 Jack, 110, UTP 27. 50ea Category 5E R J14 Jack, 110, UTP. 28. 50ea Cat 5E Patch Cord - Stranded 7 ff. 29. 50ea Cat 5E Patch Cord - Stranded 14ft. 30. 50ea Cat 5E Patch Cord - Stranded 25 ft. 31. 5ea Cat 5E Patch Panel, 96 ports 568B 32. 5ea Cat 5E Patch Panel, 48 ports 568B 33. 5ea Cat 5E Patch Panel, 24 ports 568B 34. 5ea Hinged Wall Bracket for 96 Port Patch Panel. 35. 5ea Hinged Wall Bracket for 48 Port Patch Panel. 36. 5ea Hinged Wall Bracket for 24 Port Patch Panel. November 4, 2005 (Amended) Bid No: 04-05/06 City of Miami Beach 27 of 37 PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05106 COMPANY NAME: Bid Proposal Page 6 of 7 PARTS AND SUPPLIES (Section 2.13) We propose to furnish additional materials, to be installed at the discretion of the City, at the following price: Item Description Part Number Proposed Price No PIN Each 53. Four Gang plate CFPE41W 54. Six Gang Plate CFPE61W - 55. Surface Box JB11WA 56. Faceplate blanks CMBIW - X 57. Twenty-Four port 110 Mod patch DP24588110B panel 58. Forty-Eight port 110 Mod patch DP48588110B panel 59. 24 port mini-com patch panel for 19" CP24BL for rack jacks 60. 48 port mini-com patch panel for 19" CP48BL for rack jacks 61. Rack CPI 7" X 19" Anixter #167074 62. Wall one rack space swing out WBH-1 63. Wall two rack space swing out WBH-2 64. One Piece latch duct LD101W8-A 65.. Horizontal 19" rack wire WMPHF-2 management 66. Vertical 84" rack wire management WMPVS-45 side 67. Vertical 84" rack wire management WMPVC-45 center 68. Fire Caulk Nelson 106296 69. Fire putty Nelson 094956 70. Buffer tube fan out kit - Corning fan BT24-06 6 strand 71. MINI-COM ST adapter CMSTIW 72. Six position wall mount fiber box CBXF61W-A 73. ST-Uni-cam composite 4tp Anixter #170002 74. Rack Mount 12/24 MINI-COM fiber FMT24 75. Panduit 6 port panel w/ST adapters FAP6WST % Discount Cost + % 76. Provision of materials not included on this list. Provide percentage of discount OR Cost Plus Percentage. November 4, 2005 (Amended) Bid No: 04-05/06 City of Miami Beach 31 of 37 PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05~06 COMPANY NAME: CONTRACTOR'S QUESTIONNAIRE NOTE: Information supplied in response to this questionnaire is subject to verification. Inaccurate or incomplete answers may be grounds for disqualification from award of this bid. Submitted to The Mayor and City Commission of the City of Miami Beach, Florida: By Principal Office How many years has your organization been in business under your present business name? Provide title (job classification) and number of employees in each classification currently on staff? Does your organization have current occupational licenses entitling it to do the work/service contemplated in this Contract? Please state license(s) type and number: Include copies of above licenses and certificates with proposal. Are you willing to provide services as secondary vendor on an as needed basis for individual projects at the prices submitted on this Invitation to Bid? Have you ever had a contract terminated due to failure to comply with contractual specifications? If so, where and why? In what other lines of business are you financially interested or engaged? Give references as to experience, ability, and financial standing November 4, 2005 (Amended) Bid No: 04-05/06 City of Miami Beach 36 of 37 MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DIVISION Tel: 305-673-7490, Fax: 305-673-7851 INVITATION TO BID NO. 04-05/06 ADDENDUM NO. I October 27, 2005 PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES is amended as follows: II. Bid opening is changed from November 3 to November 10, 2005 at 3:00 p.m. Subsequent addenda will follow. Inasmuch as this change does not materially affect the bid document, bidders are not required to acknowledge this addendum to be deemed responsive. CITY OF MIAMI BEACH Gus Lopez, CPPO Procurement Director mf MIAMIBE:ACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, ww~v.miamibeachfl.gov PROCUREMENT DIVISION Tel: 305-673-7490, Fax: 305-673-7851 PUBLIC NOTICE Invitation to Bid No. 04-05106 Sealed bids will be received by the City of Miami Beach Procurement Director, 3rd Floor, 1700 Convention Center Drive, Miami Beach, Florida 33139, until 3:00 p.ml on the 3rd day of November, 2005 for: PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES At time, date, and place above, bids will be publicly opened. Any bids or proposals received after time and date specified will be returned to the bidder unopened. The responsibility for submitting a bid/proposal before the stated time and date is solely and strictly the responsibility of the bidder/proposer. The City is not responsible for delays caused by mail, courier service, including U.S. Mail, or any other occurrence. Purpose: The purpose of this bid is to establish a contract, by means of sealed bids, with a qualified vendor for the supply and installation of telephone, coax, data, and fiber optic communications cable and accessories at various City of Miami Beach facilities, on an as needed basis. This contract shall remain in effect for (3) three years from date of contract execution by the Mayor and City Clerk, and may be renewed by mutual agreement for three (3) additional years, on a year to year basis. Minimum Requirements: Prospective bidders must have been in business for a minimum of 3 years and must submit with their bids, or within five (5) calendar days upon receipt of a request from the Procurement office, a minimum of three (3) references of clients or government organizations for which the bidder is currently furnishing, or has furnished similar type, size and complexity of work as specified herein. A pre-bid conference will be held on October 19th, 2005 at 2:00 p.m. at the City of Miami Beach City Hall, 4th Floor, City Manager's Small Conference Room, located at 1700 Convention Center Drive, Miami Beach Florida 33139. Attendance at the Prebid Conference is highly encouraged and recommended as a source of information but is not mandatory. The City of Miami Beach has contracted with BidNet and has begun utilizing a new central bid notification system created exclusively for state and local agencies located in South Florida. Created in conjunction with BidNet(r), this new South Florida Purchasing system has replaced the DemandStar system and allow vendors to register online and receive notification of new bids, amendments and awards. Vendors with Internet access should review the registration options at the following website: www..qovbids.com/scriptslsouthflodda/publiclhomel .asp. If you do not have Internet access, please call the BidNet(r) support group at 800-677-1997 extension # 214. Any questions or clarifications concerning this Bid shall be submitted in writing by mail or facsimile to the Procurement Division, 1700 Convention Center Drive, Miami Beach, FL 33139, or FAX: (305) October 11, 2005 Bid No: 04-05/06 City of Miami Beach 2 of 37 673-7851. The Bid title/number shall be referenced on all correspondence. All questions must be received no later than ten (10) calendar days prior to the scheduled Bid opening date. All responses to questions/clarifications will be sent to all prospective bidders in the form of an addendum. The City of Miami Beach reserves the right to accept any proposal or bid deemed to be in the best interest of the City of Miami Beach, or waive any informality in any proposal or bid. The City of Miami Beach may reject any and all proposals or bids. YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE "CONE OF SILENCE, "IN ACCORDANCE WITH ORDINANCE NO. 2002-3378. A COPY OF ALL WRITTEN COMMUNICATION(S) REGARDING THIS BID MUST BE FILED WITH THE CITY CLERK. YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE "CODE OF BUSINESS ETHICS" ("CODE"), IN ACCORDANCE WITH RESOLUTION NO. 2000-23879. YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE CITY OF MIAMI BEACH DEBARMENT ORDINANCE NO. 2000-3234. YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE BID SOLICITATION PROTEST ORDINANCE NO. 2002-3344. YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE CITY OF MIAMI BEACH LOBBYIST FEES DISCLOSURE ORDINANCE NO. 2002-3363. YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR BID IS SUBJECT TO THE CAMPAIGN CONTRIBUTIONS BY VENDORS ORDINANCE NO. 2003-3389. YOU ARE HEREBY ADVISED THAT THIS BID SOLICITATION IS SUBJECT TO THE LOCAL PREFERENCE ORDINANCE NO. 2003-3413. RESPONSIVE AND RESPONSIBLE MIAMI BEACH- BASED VENDORS THAT ARE WITHIN 5% OF THE LOWEST AND BEST BIDDER, WILL BE GIVEN AN OPPORTUNITY OF PROVIDING SAID GOODS OR GENERAL SERVICES CONTAINED HEREIN, FOR THE LOWEST RESPONSIVE BID AMOUNT. Detailed representation of all these ordinances can be found on the City of Miami Beach VVebSite at http://www.miamibeachfl.gov/newcity/depts/purchase/bidintro.asp Sincerely, Gus Lopez, CPPO Procurement Director October 11, 2005 Bid No: 04-05106 City of Miami Beach 3 of 37 MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DIVISION Tel: 305-673-7490, Fax: 305-.673-7851 NOTICE TO PROSPECTIVE BIDDERS NO BID If not submitting a bid at this time, please detach this sheet from the bid documents, complete the information requested, and return to the address listed above. NO BID SUBMITTED FOR REASON(S) CHECKED AND/OR INDICATED: Our company does not handle this type of product/service. We cannot meet the specifications nor provide an alternate equal product. Our company is simply not interested in bidding at this time. Due to prior commitments, I was unable to attend pre-proposal meeting. OTHER. (Please specify) We do m do not m want to be retained on your mailing list for future bids for the type or product and/or service. Signature: Title: Company: Note: Failure to respond, either by submitting a bid o__r this completed form, may result in your company being removed from the City's bid list. October 11,2005 Bid No: 04-05/06 City of Miami Beach 4 of 37 1.0 PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05~06 GENERAL CONDITIONS 1.1 SEALED BIDS: Original copy of Bid Form as well as any other pertinent documents must be returned in order for the bid to be considered for award. All bids are subject to the conditions specified hereon and on the attached Special Conditions, Specifications and Bid Form. The completed bid must be submitted in a sealed envelope clearly marked with the Bid Title to the City of Miami Beach Procurement Division, 3rd floor, 1700 Convention Center Drive, Miami Beach, Florida 33139. Facsimile or e-mailed bids will not be accepted. 1.2 EXECUTION OF BID: Bid must contain a manual signature of an authorized representative in the space provided on the Bid Form. Failure to properly sign bid shall invalidate same and it shall NOT be considered for award. All bids must be completed in pen and ink or typewritten. No erasures are permitted. If a correction is necessary, draw a single line through the entered figure and enter the corrected figure above it. Corrections must be initialed by the person signing the bid. Any illegible entries, pencil bids or corrections not initialed will not be tabulated. The original bid conditions and specifications CANNOT be changed or altered in any way. Altered bids will not be considered. Clarification of bid submitted shall be in letter form, signed by bidders and attached to the bid. 1.3 NO BID: If not submitting a bid, respond by returning the enclosed bid form questionnaire, and explain the reason. Repeated failure to bid without sufficient justification shall be cause for removal of a supplier's name from the bid mailing list. 1.4 PRICES QUOTED: Deduct trade discounts and quote firm net prices. Give both unit price and extended total, when requested. Prices must be stated in units of quantity specified in the bidding specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise stated in special conditions). Discounts for prompt payment. Award, if made, will be in accordance with terms and conditions stated herein. Each item must be bid separately and no attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in determination of award of bid(s). 1.5 TAXES: The City of Miami Beach is exempt from all Federal Excise and State taxes. State Sales Tax and Use Certificate Number is 04-00097-09-23. 1.6 MISTAKES: Bidders are expected to examine the specifications, delivery schedules, bid prices and extensions and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk. October 11, 2005 Bid No: 04-05~06 City of Miami Beach 5 of 37 1.7 CONDITION AND PACKAGING: It is understood and agreed that any item offered or shipped as a result of this bid shall be the lateSt new and current model offered (most current production model at the time of this bid). All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. 1.8 UNDERWRITERS' LABORATORIES: Unless otherwise stipulated in the bid~ all manufactured items and fabricated assemblies shall be U.L. listed or re-examination listing where such has been established by U.L. for the item(s) offered and furnished. 1.9 1.10 BIDDER'S CONDITIONS: The City Commission reserves the right to waive irregularities or technicalities in bids or to reject all bids or any part of any bid they deem necessary for the best interest of the City of Miami Beach, FL. EQUIVALENTS: If bidder offers makes of equipment or brands of supplies other than those specified in the following, he must so indicate on his bid. Specific article(s) of equipment/supplies shall conform in quality, design and construction with all published claims of the manufacturer. Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides as to a standard of acceptable product quality level only and should not be construed as an endorsement or a product limitation of recognized and legitimate manufacturers. Bidders shall formally substantiate and verify that product(s) offered conform with or exceed quality as listed in the specifications. Bidder shall indicate on the bid form the manufacturer's name and number if bidding other than the specified brands, and shall indicate ANY deviation from the specifications as listed. Other than specified items offered requires complete descriptive technical literature marked to indicate detail(s) conformance with specifications and MUST BE INCLUDED WITH THE BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS DATA. Lacking any written indication of intent to quote an alternate brand or model number, the bid will be considered as a bid in complete compliance with the specifications as listed on the attached form. 1.11 NON-CONFORMANCE TO CONTRACT CONDITIONS: Items may be tested for compliance with specifications. Item delivered, not conforming to specifications, may be rejected and returned at vendor's expense. These items and items not delivered as per delivery date in bid and/or purchase order may be purchased on the open market. Any increase in cost may be charged against the bidder. Any violation of these stipulations may also result in: A) B) Vendor's name being removed from the vendor list. All departments being advised not to do business with vendor. 1.12 SAMPLES: Samples of items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the bidder's expense. Bidders will be responsible for the removal of all samples furnished within (30) days after bid opening. All samples will be. disposed of after thirty (30) days. Each individual sample must be labeled with bidder's name. Failure of bidder to either deliver required samples or to clearly identify samples may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the Procurement Division, 1700 Convention Center Drive, Miami Beach, FL 33139. October 11, 2005 City of Miami Beach Bid No: 04-05/06 6 of 37 1.13 1.14 DELIVERY: Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time may become a basis for making an award. Delivery shall be within the normal working hours of the user, Monday through Friday, excluding holidays. I NTERPRETATIO NS: Unless otherwise stated in the bid, any questions concerning conditions and specifications should be submitted in writing to the Procurement Director, 1700 Convention Center Drive, Miami Beach, FL 33139. Fax (305) 673-7851. 1.15 1.16 BID OPENING: Bids shall be opened and publicly read on the date, time and place specified on the Bid Form. All bids received after the date, time, and place shall be returned, unopened. INSPECTION, ACCEPTANCE & TITLE: Inspection and acceptance will be at destination unless otherwise provided. Title to/or risk of loss or damage to all items shall be the responsibility of the successful bidder until acceptance by the buyer unless loss or damage result from 'negligence by the buyer. If the materials or services supplied to the City are found to be defective or not conform to specifications, the City reserves the right to cancel the order upon written notice to the seller and return product at bidder's expense. 1.17 PAYMENT: Payment will be made by the City after the items awarded to a vendor have been received, inspected, and found to comply with award specifications, free of damage or defect and properly invoiced. 1.18 DISPUTES: In case of any doubt or difference of opinion as to the items to be furnished hereunder, the decision of the City shall be final and binding on both parties. 1.19 1.20 1.21 October 11,2005 City of Miami Beach LEGAL REQUIREMENTS: Federal, State, county and city laws, ordinances, rules and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the bidder will in no way be a cause for relief from responsibility. PATENTS & ROYALTIES: The bidder, without exception, shall indemnify and save harmless the City of Miami Beach, Florida and its employees from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by The City of Miami Beach, Florida. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. OSHA: The bidder warrants that the product supplied to the City of Miami Beach, Florida shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970, as amended, and the failure to comply with this condition will be considered as a breach of contract. Any fines levied because of inadequacies to comply with these requirements shall be borne solely by the bidder responsible for same. Bid No: 04-05/06 7 of 37 1.22 1.23 SPECIAL CONDITIONS: Any and all Special Conditions that may vary from these General Conditions shall have precedence. ANTI-DISCRIMINATION: The bidder certifies that he/she is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. 1.24 AMERICAN WITH DISABILITIES ACT: To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, and/or any accommodation to review any document or participate in any city-sponsored proceeding, please contact 305-604-2489 (voice), 305- 673-7524 (fax) or 305-673-7218 (TTY) five days in advance to initiate your request. TTY users may also call 711 (Florida Relay Service). 1.25 QUALITY: All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new. The items bid must be new, the latest model, of the best quality, and highest grade workmanship. 1.26 LIABILITY, INSURANCE, LICENSES AND PERMITS: Where bidders are required to enter or go onto City of Miami Beach property to deliver materials or perform work or services as a result of a bid award, the successful bidder will assume the full duty, obligation and expense of obtaining all necessary licenses, permits and insurance and assure all work complies with all applicable Miami-Dade County and City of Miami Beach municipal code requirements as well as the Florida Building Code. The bidder shall be liable for any damages or loss to the City occasioned by negligence of the bidder (or agent) or any person the bidder has designated in the completion of the contract as a result of his or her bid. 1.27 BID GUARANTY: NIA 1.28 DEFAULT: Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before such award is made, may result in forfeiture of that portion of any bid surety required equal to liquidated damages incurred by the City thereby, or where surety is not required, failure to execute a contract as described above may be grounds for removing the bidder from the bidder's list. 1.29 CANCELLATION: In the event any of the provisions of this bid are violated by the contractor, the Procurement Director shall give written notice to the contractor stating the deficiencies and unless deficiencies are corrected within ten (10) days, recommendation will be made to the City Commission for immediate cancellation. The City Commission of Miami Beach, Florida reserves the right to terminate any contract resulting from this invitation at any time and for any reason, upon giving thirty (30) days prior written notice to the other party. 1.30 BILLING INSTRUCTIONS: Invoices, unless otherwise indicated, must show purchase order numbers and shall be submitted in DUPLICATE to the City of Miami Beach, Accounts Payables Department, 1700 Convention Center Drive, Miami Beach, Florida 33139. October 11, 2005 Bid No: 04-05~06 City of Miami Beach 8 of 37 1.31 1.32 1.33 1.34 1.35 1.36 NOTE TO VENDORS DELIVERING TO THE CITY OF MIAMI BEACH: Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M. to 5:00 P.M. SUBSTITUTIONS: The City of Miami Beach, Florida WILL NOT accept substitute shipments of any kind. Bidder(s) is expected to furnish the brand quoted in their bid once awarded. Any substitute shipments will be returned at the bidder's expense. FACILITIES: The City Commission reserves the right to inspect the bidder's facilities at any time with prior notice. BID TABULATIONS: Bidders desiring a copy of the bid tabulation may request same by enclosing a self- addressed stamped envelope with the bid. PROTEST PROCEDURES: Bidders that are not selected may protest any recommendation for .Contract award in accordance with City of Miami Beach Ordinance No. 2002-3344, which establishes procedures for resulting protested bids and proposed awards. Protest not timely pursuant to the requirements of Ordinance No. 2002-3344 shall be barred. CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS: If any person contemplating submitting a Bid under this Solicitation is in doubt as to the true meaning of the specifications or other Bid documents or any part thereof, the Bidder must submit to the City of Miami Beach Procurement Director at least ten (10) calendar days prior to scheduled Bid opening, a request for clarification. All such requests for clarification must be made in writing and the person submitting the request will be responsible for its timely delivery. Any interpretation of the Bid, if made, will be made only by Addendum duly issued by the City of Miami Beach Procurement Director. The City shall issue an Informational Addendum if clarification or minimal changes are required. The City shall issue a Formal Addendum if substantial changes which impact the technical submission of Bids is required. A copy of such Addendum shall be sent by BidNet~ via e-mail or facsimile to each Bidder receiving the Solicitation that is a subscriber to the Bidnet(E) notification system. Bidders who are not subscribers to the Bidnet(E) system are responsible for ensuring that they have received all addenda. In the event of conflict with the original Contract Documents, Addendum shall govern all other Contract Documents to the extent specified. Subsequent addendum shall govern over prior addendum only to the extent specified. The Bidder shall be required to acknowledge receipt of the Formal Addendum by signing in the space provided on the Bid Proposal Form. Failure to acknowledge Addendum shall deem its Bid non-responsive; provided, however, that the City may waive this requirement in its best interest. The City will not be responsible for any other explanation or interpretation made verbally or in writing by any other city representative. 1.37 October 11, 2005 . City of Miami Beach DEMONSTRATION OF COMPETENCY: 1) Pre-award inspection of the Bidder's facility may be made prior to the award of contract. Bids will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this Bid. Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial support, equipment and organization to insure that they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. The terms "equipment and organization" as used herein shall be construed to mean a fully Bid No: 04-05/06 9 of 37 equipped and well established company in line with the best business practices in the industry and as determined by the City of Miami Beach. 2) The City may consider any evidence available regarding the financial, technical and other qualifications and abilities of a Bidder, including past performance (experience) with the City in making the award in the best interest of the City. 3) The City may require Bidders to show proof that they have been designated as' authorized representatives of a manufacturer or supplier which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supplies to the City through the designated representative. Any conflicts between this material information provided by the source of supply and the information contained in the Bidder's Proposal may render the Bid non-responsive. 1.38 1.39 1.40 4) The City may, during the period that the Contract between the City and the successful Bidder is in force, review the successful Bidder's record of performance to insure that the Bidder is continuing to provide sufficient financial support, equipment and organization as prescribed in this Solicitation. Irrespective of the Bidder's performance on contracts awarded to it by the City, the City may place said contracts on probationary status and implement termination procedures if the City determines that the successful Bidder no longer possesses the financial support, equipment and organization which would have been necessary during the Bid evaluation period in order to comply with this demonstration of competency section. DETERMINATION OF AWARD The City Commission shall award the contract to the lowest and best bidder. In determining the lowest and best bidder, in addition to price, there shall be considered the following: a. The ability, capacity and skill of the bidder to perform the Contract. b. Whether the bidder can perform the Contract within the time specified, without delay or interference. Co The character, integrity, reputation, judgement, experience and efficiency of the bidder. do The quality of performance of previous contracts. The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. ASSIGNMENT: The contractor shall not assign, transfer, convey, sublet or otherwise dispose of this contract, including any or all of its right, title or interest therein, or his or its power to execute such contract to any person, company or corporation without prior Written consent of the City of Miami Beach. LAWS, PERMITS AND REGULATIONS: The bidder shall obtain and pay for all licenses, permits and inspection fees required for this project; and shall comply with all laws, ordinances, regulations and building code requirements applicable to the work contemplated herein. October 11, 2005 Bid No: 04-05/06 City of Miami Beach 10 of 37 1.41 OPTIONAL CONTRACT USAGE: As provided in Section 287.042 (17), Florida Statutes, other State agencies may purchase from the resulting contract, provided the Department of Management Services, Division of Procurement, has certified its use to be cost effective and in the best interest of the State. Contractors have the option of selling these commodities or services certified by the Division to the other State agencies at the agencies option. 1.42 SPOT MARKET PURCHASES: It is the intent of the City to purchase the items specifically listed in this bid from the awarded vendor. However, items that.are to be a Spot Market Purchased may be purchased by other methods, i.e. Federal, State or local contracts. 1.43 ELIMINATION FROM CONSIDERATION This bid solicitation shall not be awarded to any person or firm which is in arrears to the City upon any debt, taxes or contracts which are defaulted as surety or otherwise upon any obligation to the City. 1.44 WAIVER OF INFORMALITIES The City reserves the right to waive any informalities or irregularities in this bid solicitation. 1.45 ESTIMATED QUANTITIES Estimated quantities or estimated dollars, if provided, are for City guidance only. No guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The City is not obligated to place any order for a given amount subsequent to the award of this bid solicitation. Estimates are based upon the City's actual needs and/or usage during a previous contract period. The City for purposes of determining the Iow bidder meeting specifications may use said estimates. 1.46 COLLUSION Bids from related parties. Where two (2) or more related parties each submit a bid or proposal for any contract, such bids or proposals shall be presumed to be collusive. The foregoing presumption may be rebutted by presentation of evidence as to the extent of ownership, control and management of such related parties in the preparation and submittal of such bids or proposals. Related parties mean bidders or proposers or the principals thereof which have a direct or indirect ownership interest in another bidder or proposer for the same contract or in which a parent company or the principals thereof of one (1) bidder or proposer have a direct or indirect ownership interest in another bidder or proposer for the same contract. Bids or proposals found to be collusive shall be rejected. Bidders or Proposers who have been found to have engaged in collusion may be considered non- responsible, and may be suspended or debarred, and any contract resulting from collusive bidding may be terminated for default. 1.47 DISPUTES In the event of a conflict between the documents, the order of priority of the documents shall be as follows: · Any agreement resulting from the award of this Bid (if applicable); then · Addenda released for this Bid, with the latest Addendum taking precedence; then · The Bid; then · Awardee's Bid. 1.48 REASONABLE ACCOMMODATION In accordance with the Title II of the Americans with Disabilities Act, any person requiring an accommodation at the Bid opening because of a disability must contact Heidi Johnson Wright at the Public Works Department at (305) 673-7080. October 11, 2005 Bid No: 04-05/06 City of Miami Beach 11 of 37 1.49 1.50 1.51 1.52 1.53 1.54 1.55 1.56 GRATUITIES Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this proposal. SIGNED BID CONSIDERED AN OFFER The signed bid shall be considered an offer on the part of the bidder or contractor, which offer shall be deemed accepted upon approval by the City Commission of the City of Miami Beach, Florida and in case of default on the part of successful bidder or contractor, after such acceptance, the City may procure the items or services from other sources and hold the bidder or contractor responsible for any excess cost occasioned or incurred thereby. TIE BIDS: Please be advised that in accordance with Florida Statues Section 287.087, regarding identical tie bids, preference will be given to vendors certifying that they have implemented a drug free work place program. A certification form will be required at the time of Bid submission. PUBLIC ENTITY CRIMES (PEC): A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real .property to public entity, may not be awarded or perform work as a contractor, supplier, sub- contractor, or consultant under a contract with a public entity , and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. DETERMINATION OF RESPONSIVENESS: Determination of responsiveness will take place at the time of bid opening and evaluation. In order to be deemed a responsive bidder, your bid must conform in all material respects to the requirements stated in their Bid. DELIVERY TIME: Vendors shall specify on the attached Bid Form, the guaranteed delivery time (in calendar days) for each item. It must be a firm delivery time, no ranges will be accepted, i.e.; 12-14 days. CONE OF SILENCE This invitation to bid is subject to the "Cone of Silence" in accordance with Ordinance No. 2002-3378. A copy of all written communication(s) regarding this bid must be filed with the city clerk. TERMINATION FOR DEFAULT If through any cause within the reasonable control of the successful bidder, it shall fail to fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or stipulations material to the Agreement, the City shall thereupon have the right to terminate the services then remaining to be performed by giving written notice to the successful bidder of such termination which shall become effective upon receipt by the successful bidder of the written termination notice. October 11, 2005 Bid No: 04-05/06 City of Miami Beach 12 of 37 1.57 1.58 In that event, the City shall compensate the successful bidder in accordance with the Agreement for all services performed by the bidder prior to termination, net of any costs incurred by the City as a consequence of the default. Notwithstanding the above, the successful bidder shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the Agreement by the bidder, and the City may reasonably withhold payments to the successful bidder for the purposes of set off until such time as the exact amount of damages due the City from the successful bidder is determined. TERMINATION FOR CONVENIENCE OF CITY The City may, for its convenience, terminate the services then remaining to be performed at any time without cause by giving written notice to successful bidder of such termination, which shall become effective thirty (30) days following receipt by bidder of such notice, in that event, all finished or unfinished documents and other materials shall be properly delivered to the City. If the Agreement is terminated by the City as provided in this section, the City shall compensate the successful bidder in accordance with the Agreement for all services actually performed by the successful bidder and reasonable direct costs of successful bidder for assembling and delivering to City all documents. No compensation shall be due to the successful bidder for any profits that the successful bidder expected to earn on the balanced of the Agreement. Such payments shall be the total extent of the City's liability to the successful bidder upon a termination as provided for in this section. INSURANCE AND INDEMNIFICATION: (See Check List for applicability to this contract) The contractor shall be responsible for his work and every part thereof, and for all materials, tools, appliances and property of every description, used in connection with this particular project. He shall specifically and distinctly assume, and does so assume, all risks of damage or injury to property or persons used or employed on or in connection with the work and of all damage or injury to any person or property wherever located, resulting from any action or operation under the contract or in connection with the work. It is understood and agreed that at all times the contractor is acting as an independent contractor. The contractor, at all times during the full duration of work under this contract, including extra work in connection with this project shall meet the following requirements: Maintain Automobile Liability Insurance including Property Damage covering all owned, non-owned or hired automobiles and equipment used in connection with the work. No change or cancellation in insurance shall be made without thirty (30) days written notice to the City of Miami Beach Risk Manager. Ali insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and these companies must have a rating of at least B+:VI or better per Best's Key Rating Guide, latest edition. Original signed Certificates of Insurance, evidencing such coverages and endorsements as required herein, shall be filed with and approved by the City of Miami Beach Risk Manager before work is started. The certificate must state Bid Number and Title. Upon expiration of the required insurance, the contractor must submit updated certificates of insurance for as long a period as any work is still in progress. October 11, 2005 Bid No: 04-05/06 City of Miami Beach 13 of 37 It is understood and agreed that all policies of insurance provided by the contractor are primary coverage to any insurance or self-insurance the City of Miami Beach possesses that may apply to a loss resulting from the work performed in this contract. All policies issued to cover the insurance requirements herein shall provide full coverage from the first dollar of exposure. No deductibles will be allowed in any policies issued on this contract unless specific safeguards have been established to assure an adequate fund for payment of deductibles by the insured and approved by the City's Risk Manager. The liability insurance coverage shall extend to and include the following contractual indemnity and hold harmless agreement: "The contractor hereby agrees to indemnify and hold harmless the City of Miami Beach, a municipal corporation, its officers, agents, and employees from all claims for bodily injuries to the public in and up to the amount of $1,000,000.00 for each occurrence and and for all damages to the property of others in and up to the amount of $1,000,000.00 for each occurrence per the insurance requirement under the specifications including costs of investigation, all expenses of litigation, including reasonable attorney fees and the cost of appeals arising out of any such claims or suits because of any and all acts of omission or commission of any by the contractor, his agents, servants, or employees, or through the mere existence of the project under contract". The foregoing indemnity agreement shall apply to any and all claims and suits other than claims and suits arising out of the sole and exclusive negligence of the City of Miami Beach, its officers, agents, and employees, as determined by a court of competent jurisdiction. The contractor will notify his insurance agent without delay of the existence of the Hold Harmless Agreement contained within this contract, and furnish a copy of the Hold Harmless Agreement to the insurance agent and carrier. The contractor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the City of Miami Beach under the Hold Harmless Agreement from any and all claims arising out of this contractual operation. The contractor will secure and maintain policies of subcontractors. All policies shall be made available to the City upon demand. Compliance by the contractor and all subcontractors with the foregoing requirements as to carrying insurance and furnishing copies of the insurance policies shall, not relieve the contractor and all subcontractors of their liabilities and obligations under any Section or Provisions of this contract. Contractor shall be as fully responsible to the City for the acts and omissions of the subcontractor and of persons employed by them as he is for acts and omissions of persons directly employed by him. Insurance coverage required in these specifications shall be in force throughout the contract term. Should any awardee fail to provide acceptable evidence of current insurance within seven days of receipt of written notice at any time during the contract term, the City shall have the right to consider the contract breached and justifying the termination thereof. If bidder does not meet the insurance requirements of the specifications; alternate insurance coverage, satisfactory to the Risk Manager, may be considered. October 11, 2005 Bid No: 04-05/06 City of Miami Beach 14 of 37 It is understood and agreed that the inclusion of more than one insured under these policies shall not restrict the coverage provided by these policies for one insured hereunder with respect to a liability claim or suit by another insured hereunder or an employee of such other insured and that with respect to claims against any insured hereunder, other insureds hereunder shall be considered members of the public; but the provisions of this Cross Liability clause shall apply only with respect to liability arising out of the ownership, maintenance, use, occupancy or repair of such portions of the premises insured hereunder as are not reserved for the exclusive use of occupancy of the insured against whom claim is made or suit is filed. October 11, 2005 City of Miami Beach Bid No: 04-05/06 15 of 37 INSURANCE CHECK LIST XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability $1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). XXX 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. ~ 4. Excess Liability - $ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: Builders Risk completed value Liquor Liability Fire Legal Liability Protection and Indemnity Employee Dishonesty Bond Other $ .00 $. .oo $. .oo $ .oo $. .oo $. .oo XXX 7. Thirty (30) days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the bid number and title BIDDER AND INSURANCE AGENT STATEMENT: We understand the Insurance Requirements of these specifications and that evidence of this insurance may be required within five (5) days after bid opening. Bidder Signature of Bidder October 11, 2005 Bid No: 04-05106 City of Miami Beach 16 of 37 2.0 PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05~06 SPECIAL CONDITIONS 2.1 PURPOSE: The purpose of this bid is to establish a contract, by means of sealed bids, with a qualified vendor for the supply and installation of telephone, coax, data, and fiber optic communications cable and accessories at various City of Miami Beach facilities, on an as needed basis. 2.2 TERM OF CONTRACT: This contract shall remain in effect for a period of (3) three years from date of contract execution by the Mayor and City Clerk, and may be renewed by mutual agreement for three (3) additional years. 2.2.1 2.2.2 Orders will be placed to vendors on an as-needed basis to meet City usage requirements. Providing the successful bidder will agree to maintain the same price, terms and conditions of the current contract, this contract could be extended for an additional three (3) years, on a year to year basis, if mutually agreed upon by both parties. 2.3 METHOD OF AWARD Award of this contract may be made to the primary and secondary lowest and best bidders, as defined in General Conditions 1.38, whose bid will be most advantageous to the City of Miami Beach. Should the primary vendor fail to comply with the Terms and Conditions of this Contract, the City reserves the right to award to the secondary vendor, if it is deemed to be in the best interest of the City. Award will be based on the grand total amount of the Specific Items List (line items 1 through 47). 2.4 PAYMENT: Invoices for payment will be submitted after completion of service for each work order for the duration of the contract. Invoices will be subject to verification and approval by the Department's designated representative. 2.5 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT: If the bidder'is awarded a contract under this bid solicitation, the prices quoted by the bidder on the Bid Form shall remain fixed and firm during the term of this contract; provided, however, that the bidder may offer incentive discounts from this fixed price to the City at any time during the contractual term. 2.6 SHIPPING TERMS: Prices shall include freight to City's premises, and shall be F.O.B. Destination. Vendor shall hold title to the goods until such time as they are delivered to, and accepted by, an authorized City representative. 2.7 PRE-BID CONFERENCE/SITE INSPECTION: N/A A non-mandatory pre-bid conference will be held on October 19t~, 2005 at 2:00 p.m. at the City of Miami Beach City Hall, 4th Floor, City Manager's Small Conference Room, located at 1700 Convention Center Drive, Miami Beach Florida 33139. October 11, 2005 Bid No: 04-05/06 City of Miami Beach 17 of 37 2.8 2.9 2.10 2.11 2.12 2.13 VENDOR APPLICATION The City of Miami Beach has contracted with BidNet and has begun utilizing a new central bid notification system created exclusively for state and local agencies located in South Florida. Created in conjunction with BidNet~, this new South Florida Purchasing system has replaced the DemandStar system and allow vendors to register online and receive notification of new bids, amendments and awards. Vendors with Internet access should review the registration options at the following website: www.govbids.comlscriptslsouthfloridalpubliclhomel.asp. If you do not have Internet access, please call the BidNet(r) support group at 800-677-1997 extension # 214. CONTACT PERSON: The contact person for this Invitation to Bid is Marta Fernandez. The contact person may be reached by phone: 305.673.7490; fax: 305.673.7851; or e-mail: martafernandezrubio@miamibeachfl.gov. Communications between a proposer, bidder, lobbyist or consultant and Procurement Staff is limited to matters of process or procedure. Requests for additional information or clarifications must be made in writing to the contact person, with a copy to the City Clerk, no later than ten (10) calendar days prior to the scheduled Bid opening date. The City will issue replies to inquiries and any other corrections or amendments it deems necessary in written addenda issued prior to the deadline for responding to the Bid. Bidders should not rely on representations, statements, or explanations other than those made in this Bid or in any written addendum to this Bid. Bidders should verify with the Procurement Division prior to submitting a proposal that all addenda have been received. YOU MUST FAMILIARIZE YOURSELF WITH GENERAL CONDITION 1.66, ENTITLED CONE OF SILENCE, WHICH SETS FORTH THE POLICIES AND PROCEDURES RELATIVE TO ORAL AND WRITTEN COMMUNICATIONS. SAMPLES: N/A DELIVERY TIME/RESPONSE TIME: As Work Orders are identified substantial completion times will be mutually agreed upon between the successful contractor and the City. LIQUIDATED DAMAGES: Failure to complete work orders within the specified time may result in the successful bidder being assessed the additional cost incurred by the City (liquidated damages) for any and all costs associated with the service performed by a secondary vendor. PERCENTAGE ABOVE VENDOR COST/DISCOUNTS (From published Price lists): Bids for parts and supplies not listed in the bid documents shall be submitted at a percentage above vendor cost o_[r discount from a manufacturer's published price list(s) (line Item 76 of the Bid proposal form). Evidence of said costs shall be submitted with invoice, for each repair or service call. Proof of costs shall be printed, properly identified, and dated as to issuance and effectiveness. Published price list(s) must be common to, and accepted by, the industry in general. The lists must be printed, properly identified, and dated as to issuance and effectiveness. Revised published prices list(s) may be used as a means of price adjustments. However, all bids are to be firm for a period of 365 calendar days after the bid opening date and revised price list(s) will not be accepted by the City until after that date. Revised published price list(s) will be accepted only in the event of an industry-wide price change, as evidenced by the issuance of revised price lists by the manufacturer. Revised prices will not become effective until revised list(s) are submitted to the City under the vendor cover letter identifying the applicable bid number. Vendor cover letter and pricing list(s) must be dated, signed and submitted to the Procurement Director. October 11, 2005 Bid No: 04-05/06 City of Miami Beach 18 of 37 2.14 2.15 2.16 2.17 2.18 2.19 2.20 2.21 2.22 ESTIMATED QUANTITIES: Quantities stated are for bidders' guidance only and no guarantee is given or implied as to quantities that will be used during the contract period. Estimated quantities are based upon previous needs and estimated usage for a one (1) year period. Said estimated quantities may be used by the City for the purpose of evaluating the Iow bidder meeting specifications. HOURLY RATE: The hourly rate quoted is for installation work performed with City provided materials (refer to section 3.3.3) and shall include full compensation for labor, equipment use, travel time, and any other cost to the bidder. Bidders are requested to provide regular and overtime hourly labor rates in the bid proposal form. WARRANTY: Refer to section 3.6.0 of the bid documents. PRODUCT/CATALOG INFORMATION: Upon request, bidders must submit specifications and/or samples on the product(s) they propose to furnish on this bid. The City, after evaluation of the documentation submitted (specs and/or samples), will determine if product is approved as equal to specified. REFERENCES (PROVIDE REFERENCES, IN THE CUSTOMER REFERENCE FORM) Each bid must be accompanied by a minimum of three (3) references, of clients or government organizations for which the contractor is currently furnishing, or has furnished similar type, size and complexity of work as specified herein. Reference shall include the name of the company, a contact person and the telephone number. NO BID WILL BE CONSIDERED WITHOUT THIS LIST. COMPLETE PROJECT REQUIRED: These specifications describe the various items or classes of work required, enumerating or defining the extent of same necessary, but failure to list any items or classes under scope of the several sections shall not relieve the contractor from furnishing, installing or performing such work where required by any part of these specifications, or necessary to the satisfactory completion of the project. FACILITY LOCATION: Various locations within Miami Beach city limits. BIDDER QUALIFICATIONS: In order for bids to be considered, bidders must submit with their bid, evidence'that they are qualified to satisfactorily perform the specified service. Evidence shall include all information necessary to certify that the bidder: maintains a permanent place of business; has not had just or proper claims pending against him or his firm; and has provided similar type, size and complexity of such work. The evidence will consist of listing of contracts for similar materials that have been provided to public and private sector clients, within the last three (3) years. Refer to section 3 for contractor qualifications. LATE BIDS: At time, date, and place above, bids will be publicly opened. Any bids or proposals received after time and date specified will be returned to the bidder unopened. The responsibility for submitting a bid/proposal before the stated time and date is solely and strictly the responsibility of the bidder/proposer. The City is not responsible for delays caused by mail, courier service, including U.S. Mail, or any other occurrence. October 11. 2005 Bid No: 04-05/06 City of Miami Beach 19 of 37 2.23 2.24 2.25 2.26 2.27 EXCEPTIONS TO SPECIFICATIONS: Exceptions to the specifications shall be listed on the Bid Form and shall reference the section. Any exceptions to the General or Special Conditions shall be cause for the bid to be considered non-responsive. COMPLETE INFORMATION REQUIRED ON BID FORM: All bids must be submitted on the attached Bid Form and all blanks filled in. To be considered a valid bid, the ORIGINAL AND ONE COPY of the Bid Form pages and all required submittal information must be returned, properly completed, in a sealed envelope as outlined in the first paragraph of General Conditions. MAINTENANCE AGREEMENT: NIA EQUAL PRODUCT: NIA CUSTOMER SERVICE: Excellent customer service is the standard of the City of Miami Beach. As contract employees of the City, all employees will be required to adhere to the City's "Service Excellence" standards and expected to conduct themselves in a professional, courteous and ethical manner in all situations. The successful bidder's employees must work as a cooperative team of well-trained professionals, and must serve the public with dignity and respect. All business transactions with the City will be conducted with honesty, integritY, and dedication. October 11,2005 Bid No: 04-05/06 City of Miami Beach 20 of 37 3.0 PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05106 MINIMUM SPECIFICATIONS 3.1.0 Contractor Qualifications: 3.1.1 Contractor shall be proficient in all phases of telephone and data communications work and follow current Telecommunications Industry Standards related to cabling and wiring architectures, telephone equipment, computer rooms, and user work station areas. 3.1.2 Licensing and Certification Requirements: Contractor must possess a Iow voltage electrical license valid in Dade County. License shall be maintained as current for the duration of this contract. Bidders shall submit proof of same with their .bid response to be considered for this ITB. 3.1.3 Contractor must have a Registered Communications Distribution Designer on staff assigned to supervise the City's account. This registration must have been issued no less than two (2) years prior to this bid. Proof of certification shall be submitted with bid documents, or within (5) five days upon receipt of a request from the Procurement Office. 3.2.0 Technical Requirements: 3.2.1 Contractor shall commence work on all work-order requests within twenty-four (24) hours of receipt from the City. Extended response times may be permitted at the discretion of the City. 3.2.2 All work shall be performed in accordance with National Electrical Code, BICSI, ANSI/TIA/EIA 568A, 569, 606 and 607, TSB 67, 72, 75, ANSI/TIA/EIA 526-14 specifications and all applicable State and Local Codes as amended to date. 3.2.3 The Contractor shall be familiar with all Federal, State and Local Laws, Ordinances, Code Rules and Regulations that in any way may affect the work. Ignorance on the part of the Contractor shall in no way relieve them from responsibility. 3.2.4 The Contractor shall obtain all licenses and permits required for the electrical portions of those projects for which they are responsible. The Contractor shall comply with all Laws, Ordinances, regulations and Building code requirements applicable to the scope of work included herein. Permits required are Electrical Low Voltage. The fee current at the time of the work shall apply. 3.2.5 Contractor must have the ability to provide test equipment generated documentation certifying Category 5 and fiber optic wiring installations. All installed cable must be media certified for throughput with printout results, as required to maintain manufacturer warranty as installed. 3.2.6 Upon award of the contract, the successful Contractor shall provide the City with a list of technicians that will be entering City of Miami Beach property. This list shall contain their name, date of birth, race, social security number, address and driver's license number. A background check will then be conducted on each person. Any person failing the background check will be prohibited from entering City property. 3.2.7 Site Cleanup The contractor is responsible for removing all trash and debris to outside garbage containers on a daily basis by the end of each day or as needed during the course of the day to maintain a neat, clean and orderly work environment. October 11, 2005 Bid No: 04-05/06 City of Miami Beach 21 of 37 3.2.7.1 3.2.7.2 3.2.7.3 When working over a desk or other office furniture the contractor shall protect those surfaces from falling debris with a drop cloth or other appropriate means. Care shall be exercised to minimize disruption of the work environment while performing assigned tasks. At the completion of the installation of the wiring in either the communications rooms or at the workstations, the contractor will provide complete and immediate clean up of the locations. The procedure shall include vacuuming of the floor surfaces, vacuuming under the raised floors, cleaning of the racks, panels, boards, desktop, etc. As each workstation outlet is installed, all wire and other debris generated shall be properly removed to maintain a neat, clean and orderly work environment. 3.3.0' Common Wiring Standards and Practices: 3.3.0.1 Both telephone and data wiring is to be run inside walls wherever practical. Stubbing out conduits may be either rigid EMT or Flexible Metal conduit. Conduits shall terminate in the appropriate junction boxes attached to the wall structure. The stub end shall be smooth and free of sharp edges. 3.3.0.2 Where inside wall wiring is not practical, surface mounted plastic duct may be installed. Plastic duct must meet the requirements of the South Florida Building Code and other applicable requirements. Surface mount junction boxes shall be attached to the wall with screws. Double sided tape is not acceptable as the sole means of securing the box. 3.3.0.3 The user end of both data and telephone cables shall be terminated with R J-45 connectors, or other connectors as requested by the City. The use of a media type wall plate with facilities for multiple jacks is desired. 3.3.O.4 All grounding and bonding shall meet the National Electrical Code (NEC(E)) as well as local codes, which may specify additional grounding and/or bonding requirements. Local codes may or may not be more restrictive; at all times the more restrictive codes shall apply and be adhered to. Minimum 6 AWG [4.1 mm (0.16 in)] insulated copper bonding conductors (part of the Telecommunications Bonding Backbone [TBB]) are installed through every major telecommunications pathway (backbone pathway) and directly bonded to a Telecommunications Grounding Bus bar (TGB) in each telecommunications equipment location. According to ANSI/TINEIA-607, consideration should be given to sizing conductors as large as 3/0 AWG [10 mm (0.39 in)]. 3.3.0.5 Power Separation The Contractor shall not place any distribution cabling alongside power lines, or share the same conduit, channel or sleeve with electrical apparatus. 3.3.0.6 3.3.0.7 Miscellaneous Materials The Contractor shall provide any necessary tie wraps, straps, clamps, mounting screws, anchors, D-rings, J hooks, wire molding (MC/MDF & TC/IDF locations), labels, miscellaneous grounding and support hardware, etc., necessary to facilitate the installation of the System, and labor to install horizontal and patch cables, dress, test, certify, and label these completed cable drops. This includes cable management (i.e. routing and dressing of cables) on the port side as well as the punch down side of the patch panel and/or punch down block (110). Termination Materials The Contractor shall provide any necessary termination materials. This includes but is not limited to equipment racks, ladder rail, cable management- both horizontal and vertical, patch panels, and 110 Blocks. October 11, 2005 Bid No: 04-05/06 City of Miami Beach 22 of 37 3.3.0.8 3.3.0.9 3.3.0.10 3.3.0.11 Special Equipment and Tools It shall be the responsibility of the Contractor to furnish any special installation equipment or tools necessary to properly complete the System. This may include, but is not limited to, tools for terminating cables, testing and splicing equipment for copper and fiber cables, communication devices, jack stands for cable reels, and cable wenches. Testing of all copper wiring shall be performed prior to system cut over. 100 percent of the horizontal and riser wiring pairs shall be tested for opens, shorts, polarity reversals, transposition and presence of AC voltage. Telecommunications and data horizontal wiring pairs shall be tested from the information outlet (jack) to the TC. The Category 3 cable runs shall be tested for conformance to the specifications of EIA/TIA 568A Category 3. Category 5e cable runs shall be tested for conformance to the specifications of EIA/TIA 568A5 Category 5e. Complete, end to end test results shall be submitted to the City prior to payment for the installation. For all wiring projects performed, upon completion of the project, Contractor is to prepare "As Built" documentation showing actual site conditions and installation as constructed, and provide copies of such documentation per the Division I specifications as requested by the City. If floorplans were provided by the city, these are to be returned to the city with the "As Built" documentation. PENETRATIONS OF WALLS, FLOORS AND CEILINGS A. Creating Penetrations The Contractor shall make no penetration of floors, walls or ceiling without the prior consent of the City. When requested, the contractor will create penetrations through fire-rated, acoustical or other walls for cableways, such penetrations shall be sleeved and sealed, by the Contractor, in compliance with applicable code requirements and as directed by the City. B. Penetration Utilization and Requirements: Non Fire-Rated Where penetrations through acoustical walls or other walls for cableways have been provided for the Contractor, such penetrations shall be sealed by the Contractor in compliance with applicable code requirements and as directed by the City. C. PenetratiOn Utilization and Requirements: Fire-Rated Where penetrations through fire-rated walls for cableways have been provided for the Contractor, such penetrations shall be sealed by the Contractor as required by code and as directed by the City. Sealing of openings between floors, through rated fire and smoke walls, existing or created by the Contractor for cable pass through, shall be the responsibility of the Contractor. Sealing material and application of this material shall be accomplished in such a manner which is acceptable to the local fire and building authorities having jurisdiction over this work. Creation of such openings as are necessary for cable passage between locations as shown on the drawings will be the responsibility of the Contractor. Any openings created by or for the Contractor and left unused shall also be sealed as part of this work. 3.3.0.12 The contractor will work with the City's existing cabling infrastructure, which may have been installed by a previous contractor. The contractor shall be willing to service and repair existing cabling infrastructure, which may have been installed by a previous contractor. 3.3.1 Telephone Cabling 3.3.1.1 The Contractor shall provide and install inside and outside cables in various sizes to include vinyl or plenum rated cable, and gel filled shielded direct bury cable within and/or without conduit. October 11,2005 Bid No: 04-05106 City of Miami Beach 23 of 37 3.3.1.2 3.3.1.3 3.3.1.4 3.3.1.5 Wiring of cable closets shall include, but not be limited to the provision of terminal block installations and distribution systems, and the installation of surge suppression units for outside cables. Provide and install cross connect wiring from house cables to telephone switch ports. All cable termination points shall be properly labeled and documented per telephone industry standards. Documentation shall be provided to the Telecommunications Management Group for each installation or job performed. Under the Labor provision, Contractor shall fabricate and install jumper cables, install patch panels, and install other City provided cable and materials as requested by the City. 3.3.2 Data Network Cabling 3.3.2.1 The Contractor shall provide and install various types of Data Communications cables, Fiber Optic cable, and connectors/terminations. All cables are to be labeled and documented. 3.3.2.2 Under the Labor provision, Contractor shall fabricate and install jumper cables, install patch panels, and install other City provided cable and materials as requested by the City. 3.3.2.3 Fiber Optic Cables are to terminate inside appropriate fiber patch panel junction boxes. These boxes are to securely hold and protect the fibers from damage. Connectors as specified by the City are to be included and installed. Unused fibers are to be terminated using the specified connectors. All unused fiber connectors are to have dust caps for protection of the fiber interface. Sufficient fiber is to be pulled into the patch panel box to allow for re-terminating of the fibers. 3.3.2.4 Contractor to provide and install Fiber Optic jumper cables in lengths and quantities as required, terminations to mate with terminations on the Fiber Optic patch panels and with the equipment as specified by the City. 3.3.3 Additional Work The City may also require the Contractor to install City provided cable and materials. In such instances, the hourly rate for labor shall apply. Rates shall be per man-hour, with a one-hour minimum charge. Time in excess of the one-hour minimum shall be billed in 15 minute increments. If acceptable to both parties, the City and Contractor may set a fixed fee, per job, for installations of City provided materials. 3.4.0 Specific Items List For the purposes of tabulation, the City has provided, as a part of the Bid Proposal Pages, a "SPECIFIC ITEMS LIST" that will be used by the City in basing its cost projections. Vendors shall include both material and labor costs in completing the pricing on this Attachment. The City does not guarantee or warrant all items or quantities shown shall be purchased. This is an estimated projection. The City will purchase only its actual needs during the contract term. 3.5.0 CONTRACTORS RESPONSIBILITY Contractor shall provide sufficient manpower so as to perform work safely and expeditiously with all tools and test equipment plainly marked with the company name. All work shall be performed between the hours of 8 a.m. and 5 p.m., during normal working days. Exceptions to this schedule can only be made with the prior approval of the City. The Contractor shall have a qualified foreman, or supervisor, present on the site at all times, and as a fully authorized agent of the Contractor, who shall be capable of making on-site decisions. October 11, 2005 Bid No: 04-05106 City of Miami Beach 24 of 37 3.6.0 The foreman shall be well versed in reading and understanding plans and the technical aspects of the project. The contractor will make their best effort to ensure that there are dedicated and consistent foremen and employees assigned to City projects so as to establish contractor familiarity and a solid knowledge base of projects and city facilities. All equipment shall comply with and be used in accordance with all pertinent safety regulations including ladders, hoists, planks, and similar items. Do not proceed with installation until any unsatisfactory conditions are corrected. Comply with manufacturer's warranty and guaranty instructions for installation. Make all adjustments for alignment and operation. Clean all surfaces and remove excess sealants and lubricants. Perform the work in accordance with the specifications contained in this ITB. WARRANTY A minimum of one (1) year Product Warranty and System Assurance Warranty for this wiring system shall be provided. 3.6.1 Product Warranty The Product Warranty shall ensure against product defects, that all approved cabling components exceed the specifications of TINEIA 568A5 and ISO/IEC IS 11801AM2, exceed the attenuation and NEXT requirements of TINEIA TSB-67, TSB-95 and ISO/IEC IS 11801AM2 for cabling links/channels, that the installation will exceed the loss and bandwidth requirements of TINEIA TSB 67, TSB-95 and ISO/IEC IS 11801AM2 for fiber links/channels, for a one (1) year period or more according to the manufacture. The warranty shall apply to all passive SCS components. 3.6.2 System Assurance Warranty In the event of a cabling failure, the System Assurance Warranty shall cover the replacement or repair of the wiring system that supports the application for which it was designed, as well as additional application(s) introduced in the future by recognized standards or user forums using the TINEIA 568A5 or ISO/IEC IS 11801AM2 component and link/channel specifications for cabling, for a one (1) year period or more according to the manufacture. 3.6.3 Warranty Coverage and Applicability The Product Warranty and the System Assurance shall cover the replacement or repair of defective product(s) and labor for the replacement or repair of such defective product(s). October 11,2005 Bid No: 04-05/06 City of Miami Beach 25 of 37 PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05106 COMPANY NAME: Bid Proposal Page 1 of 7 SPECIFIC ITEMS LIST (SECTION 3.4.0) We propose to furnish all labor, tools, equipment, transportation, permits, licenses, services and incidentals necessary in order to furnish and install telephone, coax, data and fiber optic communications cable for the City of Miami Beach, in accordance with Bid Specifications, as follows: Item (A) Length Description (B) (C) (B+C) x A No. No. of of Run Material Labor Extended Runs Cost per Cost per Cost Run Run 1. 5 ea 100 ft. Plastic Jacket Backbone Cable, 50 pair 2. 3 ea 200 ft. Plastic Jacket Backbone Cable, 50 pair 3. 5 ea 100 ft. Plastic Jacket Backbone Cable, 100 pair 4. 3 ea 200 ft. Plastic Jacket Backbone Cable, 100 pair 5. 3 ea 200 ft. Plastic Jacket Backbone Cable, 200 pair 6. 3 ea 200 f. Direct Burial Shielded Cable, 50 pair 7. 4 ea 200 ft. Direct Burial Shielded Cable, 100pair 8. 3 ea 200 ft. Direct Burial Shielded Cable, 200 pair 9. 50 ea Up to Category 3, Plenum Rated 150 ft. Station Cable, 4 Pair, 24 10. 5'0 ea Up to Category 3, Plenum Rated 295 ft Station Cable, 4 Pair, 24 ga. 11. 100ea 10 ft Cross Connect, 1 Pair, 24 ga 12. 200ea 10 ft. Cross Connect, 2 Pair, 24 ga. 13. 5 ea 100ft 6 strand Multi-Mode fiber optic cable 14. 5 ea 100ft 12 strand Multi-Mode Fiber Optic cable, for duct/aerial installations. Loose buffer, jacket rating MDPE. Core/Cladding 62.5/125. 15. 5 ea 100ft 24 strand Multi-Mode Fiber Optic cable, for duct/aerial installations. Loose buffer, jacket rating MDPE. Core/Cladding 62.5/125. October 11,2005 Bid No: 04-05~06 City of Miami Beach 26 of 37 PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05106 COMPANY NAME: Bid Proposal Page 2 of 7 Item (A) Description (B) (C) (B+C) x A No. Estimated Unit Unit Annual Quantity Material Labor Extended Cost Cost Cost 16. 6ea Entrance Surge Suppression Terminal- 50 Pair. 17. 6ea Entrance Surge Suppression Terminal- 100 Pair. 18. 6ea Entrance Surge Suppression Terminal - 200 Pair. 19. 40ea BNC Male Connector Crimp-on for Thin-net RG58. 20. 25ea DB25M Connector, Crimp Pins. 21. 25ea DB25F Connector, Crimp Pins. 22. 25ea DB9M Connector, Crimp Pins. 23. 25ea DB9F Connector, Crimp Pins. 24. 10ea Type N Male Ethernet connector for RG-8 Plenum 25. 10ea Type N Female 50 Ohm Terminator 26. 100ea Category 3 R J45 Jack, 110, UTP 27. 50ea Category 3 RJ 14 Jack, 110, UTP. 28. 50ea Cat 5 Patch Cord - Stranded 7 ff. 29. 50ea Cat 5 Patch Cord - Stranded 14 ff. 30. 50ea Cat 5 Patch Cord - Stranded 25 ff. 31. 5ea Cat 5 Patch Panel, 96 ports 568B 32. 5ea Cat 5 Patch Panel, 48 ports 568B 33. · 5ea Cat 5 Patch Panel, 24 ports 568B 34. 5ea Hinged Wall Bracket for 96 Port ' Patch Panel. 35. 5ea Hinged Wall Bracket for 48 Port Patch Panel. 36. 5ea Hinged Wall Bracket for 24 Port Patch Panel. October 11, 2005 Bid No: 04-05/06 City of Miami Beach 27 of 37 PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05106 COMPANY NAME: Bid Proposal Page 3 of 7 Item (A) Description (B) (C) (B+C) x A No. Estimated Unit Unit Annual Material Labor Extended Quantity Cost Cost Cost 37. 10ea 110 Block, 25 Pair 38. 10ea 110 Block, 50 Pair 39. 10ea Fiber Optic Duplex Patch Cable, 4 ft, ST to Mini-BNC Connector. 40. 10ea Fiber Optic Duplex Patch Cable, 8 ft, ST to Mini-BNC Connector. 41. 10 ea Fiber Optic Duplex Patch Cable, 4 ft, SC to SC Connector. 42. 10 ea Fiber Optic Duplex Patch Cable, 8' ft, SC to SC Connector. 43. 10ea Fiber Optic Duplex Patch Cable, 4 ft, ST to ST Connector. 44. 10ea Fiber Optic Duplex Patch Cable, 8 ft, ST to ST Connector. 45. 10ea Fiber Optic Duplex Patch Cable, Custom Length, Price per foot, Cable Only. 46. 10ea Termination for Custom Length Duplex Patch Cord, ST to Mini-BNC, Price per cable (4 connectors Installed) 47. 10ea Termination for Custom Length Duplex Patch Cord, ST to ST, Price Der cable (4 connectors Installed) SPECIFIC ITEM LIST TOTAL (Items 1 thru 47): $ October 11, 2005 Bid No: 04-05/06 City of Miami Beach 28 of 37 PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05106 COMPANY NAME: Bid Proposal Page 4 of 7 Bidders shall list the manufacturer(s) of telephone, coax, data and fiber optic communications cable and accessories they propose to furnish. (Please print on the lines below and if you need more lines, please provide the information as an attachment). Description Manufacturer October 11, 2005 Bid No: 04-05/06 City of Miami Beach 29 of 37 PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05106 COMPANY NAME: Bid Proposal Page 5 of 7 HOURLY LABOR RATES (Sections 2.16 and 3.3.3) Should the City request that the successful bidder install City provided material, we propose to provide the work at the following not to exceed rates: Item Estimated Description Not to Exceed No. Annual Hourly Labor Rate Quantity 48. Labor, Regular hours - 8:00AM to 5:00PM Monday thru Friday. For Installation of copper cables and accessories not included above. 49. Labor, Overtime. For installation of copper cables and accessories not included above. Other than regular hours. 50. Labor, Regular hours - 8:00AM to 5:00PM Monday thru Friday. For Installation of Fiber optic cables and accessories not included above. 51. Labor, Overtime. For installation of Fiber-optic cables and accessories not included above. Other than regular hours. 52. Hourly rate for installation of other City provided Materials THE CITY RESERVES THE RIGHT TO NEGOTIATE THESE NOT TO EXCEED (NTE) HOURLY LABOR RATES FROM THE SUCCESSFUL BIDDER(S). October 11, 2005 City of Miami Beach Bid No: '04-05~06 30 of 37 PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05/06 COMPANY NAME: Bid Proposal Page 6 of 7 PARTS AND SUPPLIES (Section 2.13) We propose to furnish additional materials, to be installed at the discretion of the City, at the following price: Item Description Part Number Price No Each 53. Four Gang plate CFPE41W 54. Six Gang Plate CFPE61W 55. Surface Box JB11WA 56. Faceplate blanks CMBIW- X 57. Twenty-Four port 110 Mod patch panel DP24588110B 58. Forty-Eight port 110 Mod patch panel DP48588110B 59. 24 port mini-com patch panel for 19" rack CP24BL for jacks 60. 48 port mini-corn patch panel for 19" rack CP48BL for jacks 61. Rack CPI 7"X 19" Anixter #167074 62. Wall one rack space swing out WBH-1 63. Wall two rack space swing out WBH-2 64. One Piece latch duct LD101W8-A 65. Horizontal 19" rack wire management WMPHF-2 66. Vertical 84" rack wire management side WMPVS-45 67. Vertical 84" rack wire management center WMPVC-45 68. Fire Caulk Nelson 106296 69. Fire putty Nelson 094956 70. Buffer tube fan out kit - Corning fan 65 BT24-06 strand 71. MINI-COM ST adapter CMSTIW 72. Six position wall mount fiber box CBXF61W-A 73. ST-Uni-cam composite 4tp Anixter #170002 74. Rack Mount 12/24 MINI- COM fiber FMT24 75. Panduit 6 port panel w/ST adapters FAP6WST % Discount Cost + % 76. Provision of materials not included on this list. Provide percentage of discount OR Cost Plus Percentage. October 11, 2005 Bid No: 04-05/06 City of Miami Beach 31 of 37 PURCHASE AND INSTALLATION OF TELEPHONE,. COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05106 Bid Proposal Page 7 of 7 PAYMENT TERMS: NET 30. If other, specify here ANY LETTERS, ATTACHMENTS, OR ADDITIONAL INFORMATION TO BE CONSIDERED PART OF THE BID MUST BE SUBMITTED IN DUPLICATE. SUBMITTED BY: COMPANY NAME: SIGNED: (I certify that I am authorized to execute this proposal and commit the bidding firm) Bidders must acknowledge receipt of addendum ('if applicable). Addendum No. 1: Insert Date Addendum No. 2: Insert Date Addendum No. 3: Insert Date Addendum No. 4: Insert Date NAME/TITLE(Print): ADDRESS: CITY/STATE: ZIP: TELEPHONE NO: FACSIMILE NO: FEDERAL I.D.#: October 11, 2005 City of Miami Beach Bid No: 04-05/06 32 of 37 PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05/06 BID CHECK LIST To ensure that your bid is submitted in conformance with the Contract Documents, please verify that the following items have been completed and submitted as required. X Original and one copy of bid (including all submittal information) General Conditions Section 1.1 Special Conditions Section 2.24 X Execution of Bid General Conditions Section 1.2 NIA Equivalents/Equal Product General Conditions Section 1.10 Special Conditions Section 2.26 Insurance and Indemnification (including Insurance Checklist) X General Condition Section 1.26 General Conditions Section 1.58 Bid Guaranty/Performance Bond NIA General Condition Section 1.27 X Warranty Special Conditions Section 2.16 Minimum Specifications Section 3.6.0 X Product/Catalog Information Special Conditions Section 2.17 X References Special Conditions Section 2.18 / Page 33 X Bidder Qualifications Special Conditions'Section 2.21 X Exceptions to Specifications Special Conditions Section 2.23 Contractor's Questionnaire X (Page 35) October 11, 2005 Bid No: 04-05/06 City of Miami Beach 33 of 37 PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05106 CUSTOMER REFERENCE LISTING Bidder's shall furnish the names, addresses, and telephone numbers of a minimum of three (3) clients or government organizations for which the Contractor is currently furnishing or has furnished, similar type, size and complexity of work as specified herein. (See "Minimum Requirements, page 2 and References Section Section 2.18) 1) Company Name Address Contact Person/Contract Amount Telephone No. Fax No. E-mail 2) Company Name Address Contact Person/Contract Amount Telephone No. Fax No. E-mail 3) Company Name Address Contact Person/Contract Amount Telephone No. Fax No. E-mail October 11, 2005 Bid No: 04-05/06 City of Miami Beach 34 of 37 PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05106 CUSTOMER REFERENCE LISTING (CONTD.) 4) Company Name Address Contact Person/Contract Amount Telephone No. Fax No. E-mail 5) Company Name Address Contact Person/Contract Amount Telephone No. Fax No. E-mail 6) Company Name Address Contact Person/Contract Amount Telephone No. Fax No. E-mail October 11, 2005 Bid No: 04-05/06 City of Miami Beach 35 of 37 PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05106 CONTRACTOR'S QUESTIONNAIRE NOTE: Information supplied in response to this questionnaire is subject to verification. Inaccurate or incomplete answers may be grounds for disqualification from award of this bid. Submitted to The Mayor and City Commission of the City of Miami Beach, Florida: By Principal Office How many years has your organization been in business under your present business name? Does your organization have current occupational licenses entitling it to do the work/service contemplated in this Contract? Please state license(s) type and number: Include copies of above licenses and certificates with proposal. How many years experience in similar work has your organization had? Have you ever had a contract terminated due to failure to comply with contractual specifications? If so, where and why? In what other lines of business are you financially interested or engaged? Give references as to experience, ability, and financial standing October 11, 2005 Bid No: 04-05/06 City of Miami Beach 36 of 37 PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES BID # 04-05/06 CONTRACTOR'S QUESTIONNAIRE (CONTD.) Vendor Campaign Contribution(s): a. You must provide the names of all individuals or entities (including your sub-consultants) with a controlling financial interest. The term "controlling financial interest" shall mean the ' ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any corporation or a direct or indirect interest of 10% or more in a firm. The term "firm" shall mean any corporation, partnership, business trust or any legal entity other than a natural person. b, Individuals or entities (including our sub-consultants) with a controlling financial interest: have have not contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Please provide the name(s) and date(s) of said contributions and to whom said contribution was made. I HEREBY CERTIFY that the above answers are true and correct. (SEAL) (SEAL) October 11, 2005 Bid No: 04-05/06 City of Miami Beach 37 of 37