HomeMy WebLinkAboutBid 04-05/06 JADEINVITATION 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
TITLE:
,,
CITY OF MIAMI BEACH
CERTIFICATION OF CONTRACT
PURCHASE AND INSTALLATION OF TELEPHONE, COAX,
DATA AND FIBER OPTIC COMMUNICATIONS CABLE AND
ACCESSORIES
CONTRACT NO.'
EFFECTIVE DATE(S):
SUPERSEDES'
CONTRACTOR(S):
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)
mo
Bo
Co
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 perform 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.
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
L,
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:
Jade Communications, Inc.
Attn: Serge Leblanc
6610 E. Rogers Circle
Boca Raton, Florida 33487
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
Ne
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
enforcement 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
Certificates 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 5th day of January 2006 ., 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
Jade Communications, Inc.
6610 E. Rogers Circle
Boca Raton, Florida 33487
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.
Jade Communications, Inc
Contractor
(Autho~rized Corporate Officer)
N±cole Vaudr±n
.(SEAL)
President
Title
F:\PURC\$ALL\MARTA\Bids\05-06\ITB 04-05-06 agreement Jade.doc
CITY OF MIAMI BEACH
b//~ C -~ Mayor
~t~-/
ATTEST:
City Clerk
Robert Parcher
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
--Cit~ A~or~e'~ (~P Date
01-05-2006 04:IGPM FROM- l-u~u ~.uu~/uu~ ~-b4,
· ' ............ ' .............. : ............... :"': ...... :"':' ........ ":~'":'":"":'::'~:' ............. :":::"":':" THIS cERTIFI~,A~ IS I~UED AS ~' MAWR OF INFORMATION
:% ~-. ~ .... '.... ,. ' "v:" ':'" ~' "-' '. ...... ~: · ~:.:;:.:;j:: :: ;:,~.:,.,:~.................'..'.'.'* ,'.v, ,'..',-'...~ ..........
FRO~UC~ ONLY AND ~N~R~ NO RIG~ UPON ~E CER~RCATE
F~K H. F~, INC. HOLD~, ~lS ~~CA~ ~ES NOT ~END, ~P OR
F~K H FU~ ~A091425 A~ ~m ~V~"r ~ORDED BY ~E POUOI~ B~OW.
P. O. BOX 1927
POMP~O BEACh, FL 33061
a OLD DOMINION INS CO
~""z" J~E CO~ICATIONS INC S BRIDGEFIELD EMPLOYERS INS CO
6610 E ROGERS CIRCLE BAY 4
BOCA ~TON FL 33487
. . ,, . ,......-.. · ·..- ...!..,...........v .... . .... . ..v.,......-.-., · ,.~.... .~ .* ....... ', '
. . .......... ~: :~::~:~: ~:~~ ?/ ........................
~HIS IS TO CER~ ~T ~E RO~CIE5 OF INSU~ ~D BE~W ~VE BEEN ~SUED TO ~E ~SU~D ~MED ABOVE FOR ~E P~CY
INDIteD. NO~STAN~N6 A~ REOUIREME~. ~RM OR ~ND~N OF ~ ~~ ~ O~A ~WE~ ~ RESRE~ TO
CE~FI~ ~Y BE ~SUED OR MAY PE~AIN, ~E I~CE AFFO~ED BY ~E P~ES ~SC~B~ HEREIN 15 5U~E~T TO A~ ~E ~RMS,
~CLUSIO~ AND CONDmONS ~ SUCH ~L~- LIM~ 8~WN ~Y ~VE BEEN ,R~D BY PAID, C~IMS.
~ ~~ ~P059346 ~A~e~ S2 000, 000
~U~S - ~P~" Ace s2,000,000_
X ~;~~~ pe~ON~~nV ~l~000r000
~ 3 ~ M~, ~ oCcu.
~ ~..~. ,1, ~ 0 0,0 0 0
.~(~o~) '~ ~0 000
-- ~D~Y ~JURY
~ 0~ X~S ~; ~)
~u~ A~OS --
0~ ~ A~O ONLY: ,
~ ~.~~ CU059346 1~/06 1~/07 ~~u..~. .5 000 000
,.m..~ ,. ~5,000,000
~~ Uus~ ~M ~ --
,A.~SC~ ~ D.~=-~ ~O~ S 500, 000
~R
· * 10 ~s ~I~ ~R ~-P~ ~ P~,
PROJ: P~C~SE & INST~~TION OF TELEPHONE, CO~, DATA, & FIBER OPTIC
NICATIONS C~LE & ACCESSORIES. CITY OF MI~I BEA~ BID ~04-05/06 IS ~ ~D'L
INSURED FOR GEN LI~ PER E~T. 6~-5758 (12~99). 30 DAYS NOTICE C~C. EXCEPT **
................ -, .... ... ~ ..: ...~..:~%.~ ~ ... ~..:.::..:? · ~: ~ · .:-..:,.¥A'%~.:~.~L.~:.~¥:' ~:~..%:/~k~:*:~,~ :'.:::},:~:*~
CITY OF MI~I B~ACH ~,~ DA~ ~0,. ~ ~ ~P~ M~ ~UVU.
1700 CO~ENTION CE~ER DRI~ .~ ~ ~ u~ ~m ~ ~ ~osa No ~~
MI~I BEACH FL 33139 ~~,.K~ ~ ~ ~~, ~ ~ ~ ~*~'
~.~ . , LB A
· ~ . .. .,,. ? ..... ,-....... -*......., .:..¥. ,..:,~ :.."(.~:.~'.'.',:,','
.... ...... =.=:~ ................................ ~ ......................................... :.::.: ..... .., ... :...~. ..... .... . ........................................ ............................................................. ... .................................................. ......... ...,.:.. .... : ..... .: .... ~ ....................... ,.,.,~:~.:~..~ ....... ~:.: ~::::.':,.:....~~:..-: .... ~~... ::.~~' ~~:,..~,. ....
:~,=~. -~'S::-{~y.: ..... :...:. :-.:,::.-::....:: ............................... :. ~.: ...:...::.;~. ........................... :: >:: ~' :':::': :::.:..~.~.:..,:.....:.... ::: .::... ...... : ........... ~ .', .... , :~ ....... · .,
PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND
FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES
BID # 04-05106
COMPANY NAME:
Jade Communications, Inc
Bid Proposal Page 1 of 7
SPECIFIC ITEMS LIST (SECTION 3.4.0)
We propose to fumish 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 ff. Plastic Jacket Backbone Cable,
50 pair 61.83 40.45 511.40
2. 3 ea 200 ft. Plastic Jacket Backbone Cable,
50 pair 123.65 80.89 613.62
3. 5 ea 100'ft. Plastic jaCket Backbone Cable,
100 pair 117.70 40.45 790.75
4. 3 ea 200 ft. Plastic Jacket Backbone Cable,
100 pair 235.40 80.89 948.87
5. 3 ea 200 ft. Plastic Jacket Backbone Cable,
200 pair 463.67 80.89 1,633.68
6. 3 ea 200 ft. Direct Burial Shielded Cable, 50
pair 164.07 80.89 734.88
7. 4 ea 200 ft. Direct Budal Shielded Cable,
100pair. 307.93 80.89 1,555.28
8. 3 ea 200 ft. Direct Budal Shielded Cable,
200 pair 592.07 80.89 2,018.88
9. 50 ea Up to Category 5E, Plenum Rated
150 ft. Station Cable, 4 Pair, 24 ga. 29.43 24.27 2,685.00
10. 50 ea Up to Category 5E, Plenum Rated
295 ft Station Cable, 4 Pair, 24 ga. 57.87 47.73 5,280.00
11. 100ea 10ft Cross Connect, 1 Pair, 24 ga 0.21 4.05 426.00
12. 200ea 10 ft. Cross Connect, 2 Pair, 24 ga. 0.35 4.05 880.00
13. 5 ea 10Oft 6 strand Multi-Mode fiber optic
cable 70.15 40.45 553.00
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. 136.73 40.45 885.90
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. 272.26 40.45 1,563.55
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:
Jade Communications, 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. 236.59 40.45 1,662.24
17. 6ea Entrance Surge Suppression
Terminal - 100 Pair. 343.59 60.67 2,425.56
,,
18. 6ea Entrance Surge Suppression
Terminal - 200 Pair. 687.18 80.89 4,608.42
19. 40ea BNC Male Connector Cdmp-on
for Thin-net RG58. 1.37 3.37 189.60
20. 2Sea DB25M Connector, Crimp Pins. 2.92 10.12 326.00
21. 2Sea DB25F Connector, Cdmp Pins. 3.27 10.12 334.75
22. 25ea DBgM Connector, Crimp Pins. 2.80 6.72 238.00
23. 25ea DBgF Connector, CHmp Pins. 3.16 6.72 247.00
24. 10ea Type N Male Ethernet connector
for RG-8 Plenum 2.73 3.37 61.00
25. 10ea Type N Female 50 Ohm
Terminator 2.73 3.37 61.00
26. 100ea Category 5E R J45 Jack, 110,
UTP 3.51 13.47 1,698.00
27. 50ea Category 5E R J14 Jack, 110,
UTP. 2.44 13.47 795.50
,,
28. 50ea Cat 5E Patch Cord - Stranded 7
ft. 3.16 0.68 192.00
29. 50ea Cat 5E Patch Cord - Stranded
14ff. 3.63 0.68 215.50
30. 50ea Cat 5E Patch Cord - Stranded
25ft. 4.99 0.68 283.50
31. 5ea Cat 5E Patch Panel, 96 ports
568B 208.06 10.12 1,090.90
32. 5ea Cat 5E Patch Panel, 48 ports
568B 160.50 10.12 853.10
33. 5ea Cat 5E Patch Panel, 24 ports
568B 93.93 10.12 520.25
34. Sea Hinged Wall Bracket for 96 Port
Patch Panel. 32.10 10.12 211.10
35. Sea Hinged Wall Bracket for 48 Port
Patch Panel. 28.54 10.12 193.30
36. 5ea Hinged Wall Bracket for 24 Port
Patch Panel. 26.16 10.12 181.40
November 4, 2005 (Amended)
City of Miami Beach
Bid No: 04-05/06
27 of 37
PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND
FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES
BID # 04-05106
COMPANY NAME:
Jade Communications, Inc
Bid Proposal Page 3 of 7
Item (A) Description (B) (C) (B+C) x A
No. Estimated Unit Unit
Annual Matedal Labor Extended
Qua ntity Cost Cost Cost
37. 10ea 110 Block, 25 Pair 5.22 16.59 218.10
38. 10ea 110 Block, 50 Pair 8.03 33.57 416.00
39. 10ea Fiber Optic Duplex Patch Cable, 4
ft, ST to Mini-BNC Connector. 23.19 0.68 238.70
40. 10ea Fiber Optic Duplex Patch Cable, 8
fi, ST to Mini-BNC Connector. 26.75 0.68 274.30
41. 10 ea Fiber Optic Duplex Patch Cable, 4
ft, SC to SC Connector. 25.57 O. 68 262.50
42. 10 ea Fiber Optic Duplex Patch Cable, 8
fi, SC to SC Connector. 27.94 0.68 286.20
43. 10ea Fiber Optic Duplex Patch Cable, 4
ft, ST to ST Connector. 22.00 0.68 226.80
44. 10ea Fiber Optic Duplex Patch Cable, 8
fi, ST to ST Connector. 24.97 0.68 256.50
45. 10ea Fiber Optic Duplex Patch Cable,
-Custom Length, Price per foot,
Cable Only. 0.30 3.00
46. 10ea Termination for Custom Length
Duplex Patch Cord, ST to Mini-BNC,
Pdce per cable (4 connectors
Installed) 18.79 26.70 454.90
47: 10ea Termination for Custom Length
Duplex Patch Cord, ST to ST, Price
per cable (4 connectors Installed) 18.79 26.70 454.90
SPECIFIC ITEM LIST TOTAL (Items 1 thru 47): $ 40,560.83
October 11, 2005 Bid No: 04-05/O6
City of Miami Beach 28 of 37
'l
PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND
FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES
BID # 04-05106
COMPANY NAME:
Jade Communications, 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 SECTION 4: MATERIAL INFORMATION SHEETS
October 11, 2005 Bid No: 04-05/06
City of Miami Beach 29 of 37
if]
PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND
FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES
BID # 04-05~06
COMPANY NAME:
Jade Communications, 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
Monday thru Fdday. For Installation of copper
cables and accessories not included above. 40.45
49. Labor, Overtime. For installation of copper cables
and accessories not included above.
Other than regular hours. 60.67
50. Labor, Regular hours - 8:00AM to 5:00PM
Monday thru Friday. For Installation of Fiber optic
cables and accessories not included above. 40.45
51. Labor, Overtime. For installation of Fiber-optic
cables and accessories not included above.
Other than regular hours. 60.67
52. Hourly rate for installation of other City provided
Materials 40.45
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 # 04-05106
COMPANY NAME:
Jade Communications, 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 ~ 1.06
54. Six Gang Plate CFPE61W ~ 1.06
55. Surface Box JB11WA
~ 2.56
56. Faceplate blanks CMBIW - X ~ 0 35
57. Twenty-Fo. ur port 110 Mod patch DP24588110B
panel ~. 93,93
58. Forty-Eight port 110 Mod patch DP48588110B ,.
panel ~ 160.50
59. 24 port mini-com patch panel for 19- CP24BL for
rack jacks
~o 22. O0
60. 48 port mini-com patch panel for 19" CP48BL for
~ 26.75
rack jacks
H
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 ~ 28,54
64. One Piece latch duct LD101W8-A ~ 18,55
,,
65. Horizontal 19" rack wire WMPHF-2
management ~ 30.32
66. Vertical 84" rack wire management WMPVS-45
side ~ 117 70
67. Vertical 84" rack wire management WMPVC-45
center 117.70
68. Fire Caulk Nelson 106296 9.93
69. Fire putty Nelson 094956 17.24
70. Buffer tube fan out kit - Coming fan BT24-06
6 strand 14.57
,
71. MINI-COM ST adapter CMSTIW 3.51
72. Six position wall mount fiber box CBXF61W-A 46.37
73. ST-Uni-cam composite 4tp Anixter #170002 9.22
74. Rack Mount12/24 MINI - COM fiber FMT24 177.15
75. Panduit 6 port panel w/ST adapters FAP6WST 20.81
% Discount Cost + %
76. Provision of materials not included
on this list. Provide percentage of
discount OR Cost Plus 10%
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 # 04-05106
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: ~rge Leblanc
COMPANY NAME~ ,~ns, Inc
(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' 10/27/2005 Addendum No. 2:11/04/2005
Insert Date Insert Date
Addendum No. 3:
Insert Date
Addendum No. 4:
Insert Date
NAME/TITLE( Print):
ADDRESS:
CITY/STATE:
TELEPHONE NO:
FACSIMILE NO:
FEDERAL I.D.#:
Serge Leblanc, Vice President
6610 E Rogers Circle
Boca Raton, Florida
561-997-8552
561-997-5935
65-0002108
ZiP: 33487
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 # 04-05106
CUSTOMER REFERENCE LISTING
Bidder's shall furnish the names, addresses, and telephone numbers of a minimum of three (3)
clients or govemment organizations for which the Contractor is currently fumishing 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 Florida Atlantic University
Address 777 Glades Rd, Building 5 Boca Raton, FL 33431
Contact Person/Contract Amount Elise Angiolillo/$200,000
Telephone No. 561-297-2500 Fax No. 561-297-2450
E-mail elise@fau, edu
2)
3)
Company Name Palm Beach County
Address 301 N Olive Ave, West Palm Beach, FL
Contact Person/Contract Amount Robert McFadden/$500,000
Telephone No. 561-233-4416 Fax No. 561-233-4439
33401
E-mail
rmcfadder@co.palm-beach.fl.us
Company Name IBM Corporation
Address 8051 Congress Ave, Boca Raton, FL 33487
Conta~ Pemon/Cont~ctAmountSteve Takimoto/$600,000
Telephone No. 561-862-2600 Fax No. 561-862-3629
E-mail
stakimoto@IBM.com
October 11, 2005
City of Miami Beach
Bid No: 04-05/06
34 of 37
PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND
FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES
BID # 04-05~06
CUSTOMER REFERENCE LISTING (CONTD.)
4)
5)
6)
Company Name United States Sugar Corporation
Addmss P.O. Box 1207, Clewiston, FL 33440
Contact Pemon/ContractAmount Pat Harris/$150,O00
Telephone No. 893-902--2470 Fax No. 893-983-1881
E-mail pharris@ussu~ar
Company Name
Address
Contact Person/Contract Amount
Telephone No. 305-293-1400
E-mail
Monroe County School Board
Drawer 1430, Key West~ FL 33041
Ken St. James/S350.000
Fax No. 305-29~-1407
stjamesk@monroe.k12.fl.us
Company Name Related Group of Florida
Addmss 2828 Coral Way, Miami, FL 3314~
Conta~ Pemon/Contm~Amount Gary Kuhl/$~00,000
Telephone No. 305-373-3500 Fax No. 305-373-3332
E-mail gkuhl@therelatedgroup.com
October 11, 2005
City of Miami Beach
Bid No: 04-05/06
35 of 37
PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND
FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES
BID # 04-05106
COMPANY NAME:
Jade Communications, 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 Serge Leblanc, Vice President
PrincipalOffice Jade Communications, Inc 6610 E Rogers Cir, Boca Raton, FL
How many years has your organization been in business under your present business
name? 18 Years
Provide title (job classification) and number of employees in each classification currently on
staff?
SEE SECTION 3 EMPLOYEE JOB CLASSIFICATION LIST
33487
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:
ES0000112
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? No
If so, where and why?
In what other lines of business are you financially interested or engaged?.. None
Give references as to experience, ability, and financial standing
SEE SECTION 5 FOR EXPERIENCE AND ABILITY
SEE SECTION 3 FOR FINANCIAL STANDING/CREDIT REFERENCES
November 4, 2005 (Amended) 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 # 04-05106
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 inter~st. 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.
Serge Leblanc, Vice President 50%
Nicole Vaudrin, President 50%
bo
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.
J
RTIFY that the above answers(q~true and correct.
Ser~.e Leblanc, Vice President ~
Ni~ole Vaudrin, Preside~nt
(SEAL)
(SEAL)
Bid No: 04-05/06
37 of 37
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
ELECTRICAL CONTRACTORS LICENSING BOARD
1940 NORTH MONROE STREET
TALLAHASSEE FL 323 99- 0783
(850) 487 -1395
LEBLANC, SERGE L
JADE COM~IUNICATIONS INC
6610 E ROGERS CIR
BOCA RATON FL 33487 '
STA~ O~ FLORIDA AC#$ 5 5 =J 2 q
I DEPARTMENT OF BUSINESS AND
PROFESSIONAL REGTr~ATION
ES0000112
08/23/04 040174487
CERT. SPECIALTY ELECTRICAL CONTR
LEBLANC, SERGE L
JADE COMMUNICATIONS INC
CERTIFIED AS:
LIMITED ENERGY SYSTEMs SPEC.
IS CERTIFIED und~= She
· a~ir.~,oa ~e. AUG 31, 2006 L04082302310
%,1559244
DETACH HERE
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
ELECTRICAL CONTRACTORS LICENSING BOARD
SEQ# ~.o4 082302310
?he SPECIALTY ELECTRICAL CONTRACTOR'
-~{amed below IS CERTIFIED
Under the provisions of Chapter~'".489 FS
-E. xpiration date: AUG 31, 2006 .: '
_~S A LIMITED ENERGY SYSTEMS SPECIALIST
__L_EBLANC, SERGE L
~E COMMUNICATIONS INC
10 E ROGERS CIR
-3OCA RATON FL 33 487
JEB BUSH
GOVERNOR
TAX COLLECTOR
140 W. FLAGLER ST.
14th FLOOR
MIAMI, EL 33130
EXPIRES SEPT. 30, 2006
MUST BE DISPLAYED AT PLACE OF BUSINESS
PURSUANT TO COUNTY CODE CHAPTER SA- ART. 9 & 10
225125-6 THIS IS NOT A BILL-DO NOT PAY RENEW/AL
BUSINESS NAME I LOCATION LICENSE NO.
dADE COHHUN:[CATIONS ZNC STATE# ES0000112
DOING BUS TN DADE CO
U.S. POSTAG
PAID
UIAUI, FL
PERMIT NO. 2:
234615-3
OWNER
JADE
5eci~tY~e of Business
SPECIALTY
TIMS 18 AN OCCUPATIONAL
TAX ONLY. IT DOES NOT
FERMIT THE LICENSEE TO
VIOLATE ANY EXISTING
RE~UL.ATORY OR ZONING
LAWI OF THE COUNTY OR
CITlll. NOR DOES IT
EXEMFT THE UCENSEE
FROM ANY OTHER LICENSE
OR IIERMIT REQUIRED BY
LAW. W I~ NOT A
CERTIFICATION OF THE
~ QUAUFICA-
IIAYMENT RECEIVED
IBAMI-DADE COUNTY TAX
09/15/2005
09010105001
000075.00
SEE OTI~.E~
CONHUNZCATIONS ZNC
ELECTRICAL CONTRACT
NORKER/S
15
DO NOT FORWARD
JADE COHHUNICATIONS INC
SERGE LEBLANC
6610 E ROGERS CIRCLE
BOCA RATON FL $$487
e arlmm! nf
I certify from the records of this office that JADE COMMUNICATIONS, INC. is a
corporation organized under the laws of the State of Florida, filed on
January 22, 1987.
The document number of this corporation is J53907.
',.,
I further certify that said corporation has paid all fees due this office through
December 31, 2005, that its most recent annual report/uniform business report
was filed on January 13, 2005, and its status is active.
I further certify that said corporation has not filed Articles of Dissolution.
]
..... ~ CR2EO22 (2-03)
G Given under my hand and the
reat Seal of the State of. Florida
at Tallahassee, the Capitol, this the
Thideenth day of January, 2005
MIAMIBEACH
City af Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www. rniamibeachfl.gov
COMMISSION MEMORANDUM
TO:
FROM:
DATE:
SUBJECT:
Mayor David Dermer and Members of the City Commission
City Manager Jorge M. Gonzalez~~~_7~'''''''''~
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 Flodda contract dudng 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 pdmary vendor and JADE
COMMUNICATIONS, INC. as secondary vendor.
BID TABULATION
Une Items Une Item 48 Line 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 List Copper Cable Coplper Cable Fiber-Optic Fiber-Optic Materials
ASE Telecom & $36,080.50 $35.00/hr $52.50/hr $38.00/hr $57.00/hr $35.00/hr
Data
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 $35.00/hr
,, ,
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 right to negotiate these not to exCeed Hourly Labor Rates.
T:~AGENDA~2005~ecO7OS~Consent~ITB 04-05-06 Wiring MEMO. doc
A-FF-A oki Fi~ ~u"-F' "A"
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. 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.
II.
REPLACE pages 26, 27, 31 and 36 of the Bid Documents with the attached
amended pages. Amended pages reflect revised line items g, 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.
b. 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 City~,,~,.,,,,,.,,,..,.,/l"'"' ,;~...,,,.,,4,4,..,.,, ......, ,,.-u,.,,.,,~
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. 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.
B. 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).
C. Estimated Annual Budget varies from year to year, ranging from $100,000 to
$400,000 depending on projects. The City owns 33 facilities approximately.
D, 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.
E. 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.
F. 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.
¥¥e are ,,:arn;~u#ed to F.;oviding excellent public service and safety to afl who !ivy,, v~ork, and play in our vibrant, tropical, t'~istcric co.rr.~,.?;uniB,.
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
We are committed to providing excellent public service and scfe~y to ail who live, work, and p/ay 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 cja.
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 # 04-05~06
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 # 04-05~06
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 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 wi 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: 04-05106
City of Miami Beach 31 of 37
PURCHASE AND INSTALLATION OF TELEPHONE, COAX, DATA, AND
FIBER OPTIC COMMUNICATIONS CABLE AND ACCESSORIES
BID # 04-05106
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.miamibeachfi.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
I,
Gus Lopez, CPPO
Procurement Director
mf
MIAMIBEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33 t 39, www.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.m. on the 3~d 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.~1ovbids.com/scripts/southfloridalpublic/homel .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
City of Miami Beach Bid No: 04-05/06
2of37
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 WebSite at
http://www.miamibeachfl.gov/newcity/depts/purchase/bidintro.asp
Sincerely,
/'
~..~
Gus Lopez, CPPO
Procurement Director
October 11, 2005
City of Miami Beach Bid No: 04-05/06
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
1.8
1.9
1.10
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.
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.
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.
INTERPRETATIONS:
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
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.
1.16
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: N/A
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® notification system. Bidders who are not
subscribers to the Bidnet~ 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
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
October 11, 2005 Bid No: 04-05/06
City of Miami Beach 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:
ao
c.
The ability, capacity and skill of the bidder to perform the Contract.
Whether the bidder can perform the Contract within the time specified, without
delay or interference.
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
1.42
1.43
1.44
1.45
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.
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.
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.
WAIVER OF INFORMALITIES
The City reserves the right to waive any informalities or irregularities in this bid solicitation.
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
1.47
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.
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.
All 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
City of Miami Beach Bid No: 04-05/06
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 Bid No: 04o05/06
City of Miami Beach 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
$. .0o
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: 04-05/06
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: NIA
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 I nternet access should review the registration options at
the following website: www.govbids.com/scripts/southflorida/public/homel.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: NIA
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. jr 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 # 04-05~06
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.
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.
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.
3.2.6
3.2.7
October 11, 2005 Bid No: 04-05/06
City of Miami Beach 21 of 37
3.3.0
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.
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.
3.3.0.4
All grounding and bonding shall meet the National Electrical Code (NEC®) 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/TIA/EIA-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.O.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 EIAFFIA 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: 04-05/06
City of Miami Beach 23 of 37
3.3.2
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.
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.
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.
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.
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.
3.3.2.2
3.3.2.3
3.3.2.4
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: 04-05~06
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 TIA/EIA 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.
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).
3.6.3
October 11, 2005
City of Miami Beach Bid No: 04-05/06
25 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 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 3, Plenum Rated
150 ft. Station Cable, 4 Pair, 24 ga.
10. 50 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 10Oft 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 # 04-05~06
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 R J14 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
Qua ntity 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
per cable (4 connectors Installed)
SPECIFIC ITEM LIST TOTAL (Items 1 thru 47): $
October 11, 2005 Bid No: 04-05106
Cib/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 # 04-05~06
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 Bid No: 04-05/06
City of Miami Beach 30 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 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-corn 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 # 04-05~06
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 Bid No: 04-05/06
City of Miami Beach 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
References
X 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 # 04-05~06
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)
3)
Company Name
Address
Contact Person/Contract Amount
Telephone No. Fax No.
E-mail
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.
E-mail
Fax No.
5)
Company Name
Address
Contact Person/Contract AmoUnt
Telephone No.
E-mail
Fax No.
6)
Company Name
Address
Contact Person/Contract Amount
Telephone No.
E-mail
Fax No.
October 11, 2005
City of Miami Beach
Bid No: 04-05/06
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 # 04-05106
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