HomeMy Public PortalAbout12-8455 Relocate City Offices from Town Center 1 to New Locations including Sherbondy Village Sponsored by: City Manager
RESOLUTION NO. 12-8455
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF
OPA-LOCKA, FLORIDA AUTHORIZING THE CITY MANAGER
TO TAKE ALL NECESSARY STEPS TO RELOCATE CITY
OFFICES FROM TOWN CENTER I TO NEW LOCATIONS,
INCLUDING SHERBONDY VILLAGE PARK AND MODULAR
OFFICES; PROVIDING FOR INCORPORATION OF RECITALS;
PROVIDING FOR AN EFFECTIVE DATE
WHEREAS,the City of Opa-locka is relocating their Administration offices from the current
location at Town Center I, located at 780 Fisherman Street; and
WHEREAS,the City will relocate some offices to the Sherbondy Park Community Center
(on a temporary basis) and other offices to modular trailers or other available locations; and
WHEREAS,various providers will need to be utilized,including movers,rewiring and other
necessary services, including the new locations; and
WHEREAS, the City Commission of the City of Opa-locka desires to authorize the City
Manager to utilize the services of various providers to relocate the City offices from Town Center I
to new locations.
NOW,THEREFORE,BE IT DULY RESOLVED BY THE CITY COMMISSION OF
THE CITY OF OPA-LOCKA, FLORIDA:
Section 1. The recitals to the preamble herein are incorporated by reference.
Section 2. The City Commission of the City of Opa-locka hereby authorizes the City
Manager to take all necessary steps to relocate City offices from Town Center Ito new locations.
Resolution No. 12-8455
Section 3. This resolution shall take effect immediately upon adoption_
PASSED AND ADOPTED this 19`h day of September, 2012.
0
61ALC
MYRA AYLOR
MAYOR
Attest to:
J'11anna Flores
terim City Clerk
Approved as to form and legal sufficiency
6, 1 ' , 1 1
Jo-;ph S.!' eller
Ci Attorney
Moved by: COMMISSIONER MILLER
Seconded by: COMMISSIONER TYDUS
Commission Vote: 4-0
Commissioner Holmes: YES
Commissioner Miller: YES
Commissioner Tydus: YES
Vice-Mayor Johnson: NOT PRESENT
Mayor Taylor: YES
Ogre Lock.,,
Ae
f 09
O
u ?_ s
OAPO R A-c£�i
City of Opa-Locka
Agenda Cover Memo
Commission Meeting Item Type: Resolution Ordinance Other
Date: X
(EnterX in box)
Fiscal Impact: Ordinance Reading: 1st Reading 2nd Reading
(EnterX in box) Yes No (EnterX in box)
X Public Hearing: Yes No Yes No
(EnterX in box) X
Funding Source: (Enter Fund&Dept) Advertising Requirement: Yes No
(Enter Acct No.) Ex: General Fund- (EnterXin box)
Police
Contract/P.O.Required: Yes No RFP/RFQ/Bid#:
(EnterX in box) X N/A
Strategic Plan Related Yes No Strategic Plan Priority Area: Strategic Plan Obj./Strategy: (list the
(Enter X in box) specific objective/strategy this item will address)
Enhance Organizational 0
Bus.&Economic Dev 0
Public Safety 0
Quality of Education 0
Qual.of Life&City Image El
Communcation I]
Sponsor Name City Manager Department: City Manager
Short Title:
A RESOLUTION OF THE CITY OF OPA-LOCKA, FLORIDA AUTHORIZING THE CITY MANAGER TO ENTER INTO AN
AGREEMENT WITH MODSPCAPE FOR THE RENTAL OF A TRAILER FOR TEMPORARY OFFICE SPCACE RELATED TO
THE MOVE FROM TOWN CENTER 4TH FLOOR IN THE AMOUNT OF$1,220 MONTHLY AND A ONE TIME SET UP FEE
OF$10,170, PAYABLE FROM ACCOUNT 19-519440
Staff Summary:
City Administration offices are moving from the current location at 780 Fisherman Street 4th Floor. Most of the
offices are moving temporarily to the second floor of the Sherbondy Park Community Center. Due to space
limitations at the community center, some offices will be required to use trailers. The departments that will be
utilizing the trailer are: Community Development, Code Enforcement, and CRA.
Proposed Action:
Approval
Quote from ModSpace
n1;;Acitg.6 Via
gchwida
Memorandum
TO: Mayor Myra L. Taylor
Vice-Mayor Dorothy Johnson
Commissioner 'mothy H lmes
Commissioner !ail Mi ._
Commissioner R se T 'us
FROM: Kelvin Baker, Sr. , City Mana
DATE: September 18, 2012
RE: Resolution: Trailer Rental
Request: A RESOLUTION OF THE CITY OF OPA-LOCKA, FLORIDA AUTHORIZING
THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH
MODSPCAPE FOR THE RENTAL OF A TRAILER FOR TEMPORARY
OFFICE SPCACE RELATED TO THE MOVE FROM TOWN CENTER 4TH
FLOOR IN THE AMOUNT OF $1,220 MONTHLY AND A ONE TIME SET UP
FEE OF $10,170, PAYABLE FROM ACCOUNT 19-519440
Description: City Administration offices are moving from the current location at 780 Fisherman
Street 4th Floor. Most of the offices are moving temporarily to the second floor of the
Sherbondy Park Community Center. Due to space limitations at the community center,
some offices will be required to use trailers. The departments that will be utilizing the
trailer are: Community Development, Code Enforcement, and CRA.
Financial Impact: One time set up fee of$10,170 and a monthly rental fee of$1,220, payable from account
number 19-519440
Implementation Timeline: Immediately
Legislative History: None
Recommendation(s): Staff recommends approval.
Attachments: Quote from ModSpace
PREPARED BY: Faye Douglas, Budget Administrator
f
Quotation
BRANCH OFFICE: Quote No.-- -0.03.816
Miami Quote Expires: 10/17/2012
5000 N.W.72nd Avenue Date: 09/17/2012
Miami FL 33166
Contact: Juan Broche Page No.: 1
Phone: 305-592-7998
Fax: 305-477-0662
Customer Deliver To
City of Opa Locka 1 P
Attn: Rose Mckay
PO BOX 540371
Opa Locka FL 33054
I Phone: 305 953 2868
LINE DESCRIPTION AMOUNT PERIOD
001 Lease
Complex:813907 (Consists of 3 units) Complex Size=36'x 60'
DELUXE NICE TRIPLE WIDE MODULAR AS PER DRAWING
24 months 975.00 per month
BUILDING DELIVERY 645.00 one time
SET-UP COMPLEX 5, 135.00 one time
Set-up to meet the New FBC 175 mph 2010 Code
BUILDING RETURN* 645. 00 one time
TEAR DOWN COMPLEX* 2,675. 00 one time
RAMP ASSEMBLY 535.00 one time
RAMP RETURN* 535.00 one time
TOTAL REQUESTED ONE TIME CHARGES 10, 170.00
STEPS 30.00 per month
RAMPS 215.00 per month
TOTAL REQUESTED MONTHLY CHARGES 245.00
"'Billed at Termination
ModSpace®
Quotation
BRANCH OFFICE: Quote No.: 003816
Miami Quote Expires: 10/17/2012
Contact: Juan Broche
Date: 09/17/2012
Phone: 305-592-7998
Fax: 305-477-0662 Page No.: 2
LINE DESCRIPTION AMOUNT PERIOD
Billed at Termination
SITE PREPARATION NOT PART OF THIS PROPOSAL.
CUSTOMER IS RESPONSIBLE FOR COMPLIANCE WITH LOCAL ZONING AND PERMITTING REQUIREMENTS.
LESSEE/BUYER SHALL BE RESPONSIBLE FOR AND BEAR THE COST OF OBTAINING ALL PERMITS,LICENSE
REQUIRED.
*SET-UP PRICES INCLUDES TWO SETS OF SIGNED AND SEALED UNIT DRAWINGS FOR CUSTOMER TO
SUBMIT FOR PERMIT APPROVAL.
SUITABLE AND ACCESSIBLE SITE REQUIRED BY TRUCK.
*SET-UP PRICES INCLUDES TWO SETS OF SIGNED AND SEALED RAMP DRAWINGS FOR CUSTOMER TO
SUBMIT FOR PERMIT APPROVAL.
Locksmith charges apply for all non-returned keys.
Setup is for standard typical only. Customer must advise if county or state requires additional blocking or other
items to meet their code.
Electrical,water and sewer supply,and connections provided by others.
Steps, decks, platforms and walkways provided by others.
Lessee/buyer shall be responsible for and bear the cost of obtaining all permits, licenses, and insurance required.
Above figures do not include sales and use tax, unless otherwise specified.
Buyer/Lessee shall be responsible to contact the local utility protection service at least 48 hours prior to setup,
and area must be marked.
Proposal firm for thirty days.
ModSpaed
Contractual Insurance Requirements for Mobile and Modular Buildings(US ONLY)
Per Section 9(a)of the Modular Space Corporation lease agreement,you must provide insurance for all units leased horn
Modular Space Corporation with the following coverage:
1. Commercial General Liability Insurance with a minimum combined single limit of 51,000.000 per occurrence,
written in an occurrence form,including coverage for premises,operations,contractual liability,broad form property
damage,independent contractors and personal injury liability,naming Modular Space Corporation as an additional
insured.
2. Commercial Property Insurance protecting against all loss and damages,at full replacement cost,sustained or
suffered due to the loss of or damage to the Equipment as a result of collision,fire,lightening,theft,flood,windstorm,
explosion or any other casualty,naming Modular Space Corporation and Bank of America,NA as a loss payees.
Please Indicate how you will be meeting the Modular Space Corporation lease requirements and send
back with lease documents:
OPTION 1--select one or both of the ModSpace's convenient and cost-effective programs:
CI Commercial General Liability Program CI Damage Waiver Program
This program satisfies the lease requirement for Commercial General This program satisfies the lease requirements for
Liability insurance, Commercial Property Insurance,
Under this program,you receive insurance coverage offered by With this program we waive,for a fee,(a)your
Rutherfoord Risk Management and administered by Philadelphia obligation under the Lease agreement to carry
Insurance Corn pares. The insurer WI defend you and pay those Commercial Property Insurance and(b)your
amounts that you are legally obligated to pay due to bodily injury and liability to us for repair or replacement of the
property damage arising from the proper use and occupancy of a building structure for loss or damage as specified
modular unit leased from Modular Space Corporation up to the policy in Section 9(a)(ii)of the Lease Agreement: The
limits. Steps,stairs,and ramps are also covered when they are used waiver is effective only if the Lessee does not
in connection with a modular unit leased from Modular Space violate any other provision of the Lease
Corporation. An outline of cover is available upon request. Agreement. You will remain liable to us for the
Coverage is subject to underwriting and specific terms and conditions first 51000 of damage per unit. This waiver Is
set forth in your policy. not Insurance coverage.
PTION 2—I will be providing my own insurance for the leased units:
0 I(the lessee)have insurance in accordance with Section 9 of the lease agreement with respect to all requirements
except as elected In Option 1 above. 1 will deliver a certificate of insurance no later than 14 days after equipment delivery
as required by Section 9(b)of the lease agreement. If I fail to deliver the insurance certificate within the 14 days I
understand that Modular Space Corporation has the right to impose an insurance processing fee as well as an uninsured
lessee fee as outlined in section 9(c)of the lease agreement:
Agency Name: Agent Name:
Agency Address: Agency Phone ll:
Agency Fax
X Signature Of Lessee Print Name Date
To OE FILLED OUT BY MOD$PACE;BRANCH PERSONNEL;
Customer Account Name: Customer Number
Lease Agreement Number Unit Number(s).
Manufacturer. Unit(i)Serial Number:
Equipment Value: Model Year:
IF OPTION 2 is selected please fax form to 888-204-0015 or email modefaxinsurance@modsoace.com
Corporate Headquarters-1200 Swedesford Road,Berwyn,PA 19312 wrvmmorisfpace.com
VERY NICE DELUXE MODULAR
36' x 60'
MIAMI BRANCH
REFURBISHED
r :1
Id< t HITCH AND NC END
la i 1 (1 ---,
il 0 A
---_ r H
1
approx floor plan
APPROVED BY DATE
VERY NICE DELUXE MODULAR
36' x 60'
MIAMI BRANCH
REFURBISHED
56 "--"----
HITCH AND A/C END
64
1 iii
approx floor plan
APPROVED BY DATE
ModS
w�.v�.rno ds pa ce.co tTF
Total-Space-and-Service Solutions ::
,l y: Q.
• Rent,Lease or Buy�,New or Used °Va
• Largest inventory of readily available mobile offices, modular buildings 9 complexes `" l`
•A full range of service options that you select according to your needs
ON-SITE SERVICES STEPS/RAMPS FURNITURE SECURITY PORFABLESTORAGE SANITARY
� �« € /. Ailme w a�aT o� es
a say¢ u it i-re« ` ,a.e my i fit%
\,454 {
1Ct
Miami
5000 N.W.72nd Avenue
Miami,FL.33166
Phone:305-592-7998 Fax:305-477-0662
DATE: 09/17/2012 09:51:57
FAX TO: Rose Mckay
COMPANY: City of Opa Locke
FAX NUMBER:
FROM: Juan Broche
PHONE: 305-592-7998
FAX: 305-477-0662
NUMBER OF PAGES INCLUDING COVER SHEET: Lr-
MESSAGE:
( 0)
jar t ' b
Z00 ,by
ApO RAVE"
City of Opa-Locka
Agenda Cover Memo
Commission Meeting Item Type: Resolution Ordinance Other
Date: 9/26/2012 X
(EnterXin box)
Fiscal Impact: Ordinance Reading: 1st Reading 2nd Reading
(EnterXin box) Yes No (EnterXin box)
x Public Hearing: Yes No Yes No
(EnterXin box) x x
Funding Source: (Enter Fund&Dept) Advertising Requirement: Y e s No
(EnterXin box) x
Account#19-519340
Contract/P.O.Required: Yes No RFP/RFQ/Bid#:
(Enter X in box) RFP#
Strategic Plan Related Yes No Strategic Plan Priority Area: Strategic Plan Obj./Strategy: (list the
(Enter X in box) specific objective/strategy this item will address)
X Enhance Organizational 0
Bus.&Economic Dev 0 1. Separation of work space for
Public Safety m employees
Quality of Education n
Qual.of Life&City Image
Communcation n
Sponsor Name Department:
City Manager City Manager
Short Title:
RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FL
AUTHORIZING THE CITY MANAGER TO ACCEPT AND ENTER INTO A CONTRACT
WITH FURNITURE SYSTEMS PLUS, INC. FOR INSTALLATION OF ROOM DIVIDER
PANELS, PAYABLE FROM ACCOUNT NUMBER 19-519340
Staff Summary:
City Administration offices are moving from the current location at 780 Fisherman Street 4th Floor. Most of the
offices are moving temporarily to the second floor of the Sherbondy Park Community Center. Staff recommends
entering a contract Furniture Systems Plus, Inc. to install room divider panels for the creation of offices at
Sherbondy Village. We are recommending entering into an agreement with Furniture Systems Plus to
move and install the dividers. These dividers were initially purchased from this company and believe
they are most qualified to move the dividers and install them properly.
Proposed Action: _
Staff recommends approval for the separation of offices.
1. Contract Agreement
,i•L,ch
d
t`N r7 (9
‘\`, 0 PA__Igicicoza
. if 47 giateeinze
Memorandum
TO: Mayor Myra L. Taylor
Vice-Mayor Dorothy Johnson
Commissioner Timot'y Holmes
Commissioner Gail E. iller
Commissioner Rose T •us
FROM: Kelvin Baker, Sr., City Mana ,
DATE: September 18, 2012
RE: Approval of Contract with Furniture Systems Plus for installation of room divider
panels.
Request: RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA
LOCKA, FL AUTHORIZING THE CITY MANAGER TO ACCEPT AND
ENTER INTO A CONTRACT WITH FURNITURE SYSTEMS PLUS, INC.
FOR INSTALLATION OF ROOM DIVIDER PANELS, PAYABLE FROM
ACCOUNT NUMBER 19-519340
Description: City Administration offices are moving from the current location at 780 Fisherman Street
4th Floor. Most of the offices are moving temporarily to the second floor of the Sherbondy
Park Community Center. Staff recommends entering a contract Furniture Systems
Plus, Inc. to install room divider panels for the creation of offices at Sherbondy
Village. We are recommending entering into an agreement with Furniture Systems
Plus to move and install the dividers. These dividers were initially purchased from
this company and believe they are most qualified to move the dividers and install
them properly.
Financial Impact: This service will cost $7,600.00 payable from account number 19-519340
Implementation Timeline: Upon execution of the Contract.
Legislative History: None
Recommendation(s): Staff recommends approval.
Attachments: Proposal Florida Systems Plus, Inc.
PREPARED BY: Faye Douglas, Budget Administrator
ID Quotation
URNITURE SYSTEMS PLUS, INC.
Page 1 of 1
Office: 1840 NW 65th Ave.,Plantation,FL 33313
Mailing Address: PO Box 350527,Ft.Lauderdale,FL 33335
Phone: 954.581.3289 Fax: 954.581.4659
E-mail: infog/furnituresystemsplus.com
Website: www.furnituresystemsplus.corn
Quote No. Quote Date Customer Order No. Customer No. Account Representative Project No.
j 3188 09/06/12 N/A N/A Brenda Mabbitt N/A
QUOTE TO: ROSE MCKAY SHIP TO: BEMNET BERHANE
CITY OF OPA LOCKA FURNITURE SYSTEMS PLUS,INC
780 FISHERMAN ST. 1840 NW 65th AVENUE
OPA LOCKA,FL 3054 PLANTATION,FL 33335-0527
P: 305.953.2868,EXT.1307 P: 1.954.581.3289
M: 786.385.3853 M: 1.954.581.3289
F: 305.953.2900 F: 1.954.581.4659
Terms: UPON RECEIPT Sales Loc.: PLANTATION
Line Quantity Catalog Number/Description Lbdt Price Extended Amount
CITY OF OPA LOCKA
PANEL INSTALLATIONS
1 We propose to install panels to create(35)10x10
cubicles.
Labor: 7,600.00 7,600.00
THIS JOB WILL TAKE PLACE DURING
NORMAL BUSINESS HOURS.
(M-F 8:OOAM-4:30PM) ADDITIONAL
SERVICES,DELAYS OR ANY CHANGE IN
THE SCOPE OF WORK WILL RESULT IN
AN HOURLY RATE.
SUB-TOTAL 7,600.00
TOTAL PURCHASE
COST:
GRAND TOTAL: $ 7,600.00
*END OF QUOTATION************
PLEASE SIGN&RETURN FOR ACCEPTANCE
A Purchase Order is provided for payment purposes only and is mandatory.
Without a PO, we will not be able to start the above requested work.
Delivery must be notified(24)hours prior to arrival.
ACCEPTED BY PO# TODAY'S DATE
Op- OQ___„....
<0F
O, 0
i� 6V
ORn't
City of Opa-Locka
Agenda Cover Memo
Commission Meeting Septmber 19,2012 Item Type: Resolution Ordinance Other
Date: X
(EnterX in box)
Fiscal Impact: Ordinance Reading: 1st Reading 2nd Reading
(Enter X in box) Yes No (Enter X in box)
X Public Hearing: Yes No Yes . No
(Enter X in box)
Funding Source: (Enter Fund&Dept) Advertising Requirement: Yes No
(Enter Acct No.) 44-541802 (EnterX in box) X
Contract/P.O. Required: Yes No RFP/RFQ/Bid#:
(Enter X in box) X N/A
Strategic Plan Related Yes No Strategic Plan Priority Area: Strategic Plan Obj./Strategy: (list the
(Enter X in box) X specific objective/strategy this item will address)
Enhance Organizational 0
Bus.&Economic Dev 0
Public Safety 0
Quality of Education 0
Qual.of Life&City Image 0
Communcation 0
Sponsor Name City Manager Department: Information Technology
Short Title:
APPROVAL OF A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO AGREEMENT WITH
QUALITY WIRING FOR LOW VOLTAGE WIRING AND INTER-CITY FACILITY WIRELESS NETWORK
COMMUNICATIONS. PAYMENT NOT TO EXCEED FIFTY TWO THOUSAND SIX HUNDRED SEVENTY TWO
DOLLARS AND NINTY FIVE CENTS ($52,672.95) PAYABLE FROM ACCOUNT NUMBER 44-541802
Staff Summary:
Quality Wiring has proven to be a dependable and affordable vendor to the City of Opa-locka in years past. In
preparation for moving to Sherbondy Village,the building requires to be wired for low voltage (computer
networking, phones). Prices in the attached quotes are based on a contract between Miami Gardens, Fl and
Quality Wiring (contract#08-09-011).The maximum amount for this project would be $52,642.95 but could be
less depending on the use of the building.
Proposed Action:
It is recommemeded to approve this redsultion based of Miami Gardens contract 08-09-011 for low
volatage wiring.
Attachment:
Quote 4002 (5/16/2012)
Quote 3962A(01/26/2012)
Quote 4002 (9/7/2012)
Miami Gardens Contract Award Sheet#08-09-011
OpP LOCkq
c
1 �
J [[ - nI
Memorandum
TO: Mayor Myra Taylor
Vice-Mayor Dorothy Johnson
Commissioner Rose ydus /
Commissioner Gail iller
Commissioner Timot y t oles
FROM: Kelvin L. Baker,Sr., City Manag: 7
DATE: September 18,2012
RE: Authorization for low voltage wirin: at Sherbondy Village
Request: APPROVAL OF A RESOLUTION AUTHORIZING THE CITY MANAGER
TO ENTER INTO AGREEMENT WITH QUALITY WIRING FOR LOW
VOLTAGE WIRING AND INTER-CITY FACILITY WIRELESS
NETWORK COMMUNICATIONS. PAYMENT NOT TO EXCEED FIFTY
TWO THOUSAND SIX HUNDRED SEVENTY TWO DOLLARS AND
NINTY FIVE CENTS ($52,672.95) PAYABLE FROM ACCOUNT NUMBER
44-541802
Description: Quality Wiring has proven to be a dependable and affordable vendor to the City of
Opa-locka in years past. In preparation for moving to Sherbondy Village, the
building requires to be wired for low voltage (computer networking, phones). Prices
in the attached quotes are based on a contract between Miami Gardens, Fl and
Quality Wiring (contract #08-09-011). The maximum amount for this project would
be $52,642.95 but could be less depending on the use of the building.
Financial Impact: $52,972.95 budgeted from account#44-541802
Implementation Time Line: Immediate
Analysis: None
ATTACHMENT(S): Quote 4002 (5/16/2012)
Quote 3962A (01/26/2012)
Quote 4002 (9/7/2012)
Miami Gardens Contract Award Sheet#08-09-011
PREPARED BY: Nelson Rodriguez, Information Technology Director
END OF MEMORANDUM
AWARD SHEET
Title:WIRING/CABLE
Contract#08-09-011
Term:One Year with City Option to Renew for an additional three years,on a year to year basis
Effective 08/01/09 through 07/31/10
User Departments
IT Development
Vendor Contact Information
Name: Quality Wiring,Inc
Address: 10300 Sunset Dr. Suite 414
Miami,Florida 33173
FID: 59-2594148
Phone: (305)595-5691
Fax: (305)595-0558
Contact: Hoa Lee
Email: h.leAoualitywiring.com
Name: Structured Cabling Solutions
Address: 2300 West 80th street Suite 3
Hialeah,Florida 33016
FID: 65-0949611
Phone: (305)364-4545
Fax: (786)924-9416
Contact: Syed A. Shah
Email: info(a,cabline-solutions.com
Name: BCI Communications, Inc
Address: 2801 N.Powerline Road#603
Pompano Beach,Fl 33064
FID: 68-0601764
Phone: (954)623-0946
Fax: (954)970-0487
Contact: Richard Thomas
Email:
Contract Administrator:
William Garviso,Buyer(305)622-8000#2492 or wgarvisoamiamigardens-fl.gov
C
m
V
E
7 lEI 2Bp1 ET;
d Eia. u V NI m 8;g!
Unit Unit Unit
Description UOM Price Price Price
Laborer/helper, Regular Hourly Rate
1 Monday thru Friday 8:OOAM-5:OOPM Hour $10.00 $17.00 $25.68
Labored Helper,After Hours Hourly Rate
(Monday thru Friday,5:00PM-8:00AM,
2 Weekends and Holidays) Hour $12.00 $25.50 $25.68
3 Technician,Regular Hourly Rate Hour $30.00 $22.00 $40.35
Technician,After Hours Hourly Rate
(Monday thru Friday,5:OOPM-8:00AM,
4 Weekends and Holidays) Hour $45.00 $33.00 $40.35
5 Supervisor,Regular Hourly Rate Hour $1.00 $27.00 $49.52
Supervisor After Hours Hourly Rate
Monday thru Friday,5:OOPM-8:OOAM,
6 Weekends and Holidays) Hour $1.00 $40.50 $49.52
7 100 ft Category 6 Quad Cable, Plenum Each $30.00 $80.00 $27.50
8 100 ft Category 5e Quad Cable,Plenum Each _ $20.00 $40.00 $15.62
100 ft 8-Strand 62.5/125 urn Optical Fiber
9 Cable Riser Each $24.29 $90.00 $100.10
10 100 ft 100-Pair Gel Filled Cable 24 AWG Each $119.16 $192.00 $180.58
100 ft 12-Pair Gel Filled Direct Buried
11 Cable Each $24.29 $30.00 $32.81
12 100 ft 200-Pair Gel Filled Cable 24 AWG Each $238.29 _$371.00 $357.44
13 100 ft 300-Pair Gel Filled Cable 24 AWG Each $276.00 $540.00 $527.17
100 ft 4-Pair STP 324 AWG Gel Filled
14 Cat5 Each $32.80 $18.90 $19.95
15 100 ft 6-Pair Gel Filled Cable Each $16.73 $22.00 $22.84
16 100 ft 6-Strand Fiber Optic Cable I/O Each $53.87 $47.00 $71.02
17 100 ft 12-Strand Fiber Optic I/O Each $80.00 $90.00 $119.56
18 100 ft RG56 Coaxial Cable Plenum Each $30.03 $33.00 $30.05
19 3 ft Patch Cord Cat 5E Each $0.90 $.52 $3.00
20 4 ft Patch Cord Cat 5E Each $0.90 $.60 $3.56
21 6 ft Patch Cord Cat 5E Each $1.40 $.83 $4.10
22 8 ft Patch Cord Cat 5E Each $1.40 $ 1.07 $4.92
23 10 ft Patch Cord Cat 5E Each $2.36 $ 1.48 $4.92
24 12 ft Patch Cord Cat 5E Each $2.36 $ 1.60 $8.29
25 16 ft Patch Cord Cat 5E Each $2.36 $ 1.87 $7.86
26 20 ft Patch Cord Cat 5E , Each $3.75 $2.05 $7.66
27 3 ft Patch Cord Cat 6 Each $2.04 $.63 $5.13
28 6 ft Patch Cord Cat 6 Each $2.80 $.81 $5.82
29 8 ft Patch Cord Cat 6 Each $2.80 $ 1.39 $6.51
30 10 ft Patch Cord Cat 6 Each $3.22 $1.84 $7.52
31 12 ft Patch Cord Cat 6 Each $3.22 $1.94 $9.24
32 16 ft Patch Cord Cat 6 Each $4.35 $2.40 $10.95
33 20 ft Patch Cord Cat 6 Each $4.35 $2.87 $13.57
34 1 meter SC to SC Patch Cord Each $3.00 $9.69 $13.57
35 1 meter ST to ST Patch Cord Each $2.37 $9.29 $11.58
36 1 meter ST to SC Patch Cord Each $15.00 $9.49 $13.30
37 1 meter LC to LC Patch Cord Each $15.00 $14.09 $22.03
38 1 meter LC to SC Patch Cord Each $15.00 _$11.89 $19.03
39 10 meter SC to SC Patch Cord Each $25.00 $15.09 $22.81 _
40 10 meter ST to ST Patch Cord Each $25.00 $14.69 $20.46
41 10 meter ST to SC Patch Cord Each $25.00 $14.89 $21.57
42 10 meter LC to LC Patch Cord Each $25.00 $19.49 _ $30.58
43 10 meter LC to SC Patch Cord Each $25.00 $17.28 $26.41
30 meter duplex SC/LC Fiber Optic Patch
44 Cord Each $30.00 $52.40 $81.63
45 3 ft Patch Cord RG56 Each $0.55 $1.28 $2.92
46 6 ft Patch Cord RG56 Each $0.58 $1.75 $3.19
47 8 ft Patch Cord RG56 Each $0.60 $2.15 $3.44
48 10 ft Patch Cord RG56 Each $0.63 $2.45 $3.44
49 12 ft Patch Cord RG56 Each $0.65 $2.65 $3.69
50 RG6-F Connectors Each $0.31 $.50 $.56
51 50 Mic.MTRJ Connectors Each _ $3.68 $16.00 $16.27
52 Modular Jack Cat 5e Each $1.56 $1.40 $3.36
53 Modular Jack Cat 6 Each $2.34 $1.85 $5.81
54 Modular Face Plate Front Loading Each $0.78 $.95 $1.69
55 Furniture Plate Each $1.34 $.95 $2.81
56 Wall Phone Plate Each $1.96 $2.25 $2.71
57 Surface Mount Box Each $1.19 $1.80 $2.71
58 7 ft X 19 in.Relay Rack Each $127.70 $99.00 $122.32
59 Vertical Cable Management Each $158.12 $110.00 . $98.63
60 Horizontal Cable Management Each $32.74 $25.00 _$25.95
61 3.5 Horizontal Wire Management Panel Each $33.74 $31.00 $30.43
62 Re-usable One-Wrap Ties Each $1.02 $.04 $.05
63 12 inch Ladder Rack(Length 10ft) Each $84.29 $64.00 $74.91
64 18 inch Ladder Rack(Length 10ft) Each $93.53 $82.00 $87.64
65 24 inch Ladder Rack(Length 10ft) Each $110.71 $97.00 $104.94
66 23 inch Single Sided Vented Shelf(Black) Each $131.34 $35.00 $132.12
67 24 inch Open Swing Gate Rack Each $160.00 $149.00 $155.03
68 48 inch Swing Gate Each $182.18 $185.00 $208.29
Wall Mount Cabinet 24X24X24 with
69 Plexiglass Door Each $397.88 $396.25 $470.90
Wall Mount Cabinet 36X24X24 with
70 Plexiglass Door Each $455.64 $460.00 $503.93
Wall Mount Cabinet 48X24X24 with
71 Plexiglass Door Each $514.19 $525.00 $608.80 _
72 19 inch Equipment Shelf Each $45.50 $28.00 $69.31
73 Fiber Optic 12-36 ST LIU(Rack Mounted) Each $116.61 $123.25 $164.37
74 Fiber Optic 12-72 Strand LIU Panel Each $76.40 $178.00 _$221.90
75 Fiber Blank Panel Each $5.49 $4.65 $10.49
76 Fiber Optic 6-18 Port Panels Unloaded Each $116.61 $123.25 $27.17
77 Fiber Optic SC 6 Pack Panel Duplex Each $24.65 $27.95 $36.65
78 Fiber Optic LC 6 Pack Duplex Conn Panel Each $45.73 $35.00 _$36.65
12 Port Consolidation Point Block
79 Category 5E Each $24.70 $62.85 $65.32
12 Port Consolidation Point Block
80 Category 6 Each $37.70 $75.40 $90.19
81 24 Port Patch Panel Category 5E 568 NB Each $37.70 $29.00 $99.63
82 48 Port Patch Panel Category 5E 568 NB Each $76.70 $59.00 $199.24
83 24 Port Patch Category 6 568 A/B Each $50.70 $49.00 $148.05
84 48 Port Patch Category 6 568 A/B Each $97.50 $89.00 $291.63
85 110 Connecting Block 4-Pair Each $0.54 $.53 $47.30
86 Cat 5e 50-Pair 110 Wiring Block with Legs Each $5.49 $6.75 $25.62
Cat 5e 100-Pair 110 Wiring Block with
87 Legs Each $9.13 $9.95 $43.22
Cat 5e 300-Pair 110 Wiring Block with
88 Legs Each $58.93 $25.20 $75.88
89 Modular 66 Cross Connect Block Each $6.80 $5.80 $6.85
90 10 ft Non-Metallic Surface Raceway Each $11.66 $15.00 $14.85
91 10 ft Flexible PVC FloorTrak Each $17.51 $25.00 $125.99
92 Flush,Fire Rated Poke-Through Each $111.59 $84.00 $24.52
Pedestal, High Capacity Fire Rated Poke-
93 Through Each $21.26 $120.00 $28.60
94 10 ft EMT 1/4 inch Conduit Each $0.60 $2.10 $1.32
95 10 ft EMT 1/2 inch Conduit Each $1.98 $2.10 $1.32
96 10 ft EMT 3/4 inch Conduit Each $3.78 $3.90 $2.54
97 10 ft EMT 1 Inch Conduit Each $6.29 $6.40 $4.25
98 10 ft EMT 1 1/2 inch Conduit Each $10.32 $11.90 $7.94
99 10 ft EMT 2 inch Conduit Each $11.98 $14.20 $9.70
100 10 ft EMT 3 inch Conduit Each $25.41 $28.10 $20.11
101 10 ft EMT 4 inch Conduit Each $35.27 $41.00 $29.41
102 10 ft PVC 1/4 inch Conduit 7 Each $0.28 $1.80 $.76
103 10 ft PVC 1/2 inch Conduit Each $1.31 $1.80 $.76
104 10 ft PVC 3/4 inch Conduit Each $1.70 $2.20 $.98
105 10 ft PVC 1 inch Conduit Each $2.42 $2.70 $1.43
106 10 ft PVC 1 1/2 inch Conduit Each $3.43 $3.50 $2.42
107 10 ft PVC 2 Inch Conduit Each _ $4.02 $6.00 $2.92
108 10 ft PVC 3 inch Conduit Each $9.35 $11.40 $5.87
109 10 ft PVC 4 inch Conduit Each $11.56 $16.00 $8.62
110 Fiber Optic PVC innerduct 1 inch L.Ft. $0.26 $.30 $.69
111 Fiber Optic PVC Innerduct 1 1/2 inch L.Ft. $0.28 $.45 $.69
112 Fiber Optic Plenum Innerduct 1 inch L.Ft. $1.65 $1.50 $1.56
113 Fiber Optic Plenum Innerduct 1 1/2 inch L.Ft. $1.85 $1.65 $2.13
114 NEMA 12X12X6 Box Each $21.83 $50.00 $64.83
115 NEMA 24X24X8 Box _Each $74.18 $110.00 $128.99
Standard Box 1.78 inch Deep 1 Gang
116 Device Box Each $5.21 $1.80 $1.08
Core Drill, 1/4 inch Directional
117 Underground Core Drilling Included Each $15.00 $15.00 $38.50
Installation of Conduit and all Related
118 Hardware L.Ft. $20.00 $3.50 $4.40
Black Board, Flush Mounted,4'X8'Fire
119 Retardant Each $60.00 $35.00 $35.84
Black Board, Flush Mounted,4'X4'Fire
120 Retardant Each $40.00 $20.00 $31.06
Black Board, Flush Mounted,2'X8'Fire
121 Retardant Each $20.00 $20.00 $24.40
METHOD OF AWARD:
The City may award this contract to multiple bidders, whose bids conform to the specifications
and are most advantageous to the City. The City shall select three (3) bidders with the overall
lowest pricing deemed the'primary,"secondary and tertiary bidder(s)if it is deemed to be in the
best interest of the City. The City may, however, select the primary bidder to order upon
availability at the time, as required during the contract period. The City reserves the right to
obtain quotes from all of the awarded bidders on any specific project,in Its best Interests. Award
based on price,and qualifications of responsive,responsible bidder(s).
PAYMENT:
Invoices for payment will be submitted as services are completed, but no more than once a
month, for the duration of the contract. Invoices will be subject to verifications and approval by
the requesting department.
PURCHASING CARD PROGRAM:
The City has implemented a purchasing card program through Sun Trust Bank, using the VISA
network. Contractors will receive payment from the purchasing card in the same manner as other
Visa purchases. Accordingly, respondents shall presently have the ability to accept VISA or take
whatever steps necessary to implement the ability before the start of the agreement term. The
City can only accept VISA, however, the purchasing card is not the exclusive method of
payment. Please indicate your ability to accept Visa purchasing card on Bid Form.
RESPONSE TIME:
A four (41 hour response time is required for emergencies. Failure to respond to a service call
within the specified time will result in the successful bidder paying any and all costs associated
with the repairs performed by a secondary contractor.
A twenty-four (241 hour/three (3) working days response time shall be required for non-
emergency repairs.The City shall be the sole Judge of an emergency/non-emergency repair.
The successful bidder(s)will be required to respond for service,24 hours a day,seven days a
week,365 days a year.
ADDITIONS/DELETIONS OF FACILITIES/ITEMS/PRODUCTS:
Although this solicitation identifies specific facilitiesfitems/products to be serviced, It is hereby
agreed and understood that any facilityfitem/products may be added deleted to/from this contract
at the option of the City. When an addition to this contract is required, the successful bidder(s)
under this contract shall be invited to submit price quotes for these new services/items/products,
and may be added to the contract in the City's best interest.
PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT:
If the bidder Is awarded a contract under this solicitation, the prices quoted by the bidder on the
Proposal 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.
Price increases or decreases comparable to documented manufacturers price changes are
allowed during the renewal periods only. Adjustments to price may change the order of award.
SUB-CONTRACTORS:
The contractor shall not enter into sub-contracts for any of the work described herein, unless
authorized in advance by the City.
LIQUIDATED DAMAGES:
Should the successful bidder fail to deliver the products and/or services agreed upon, in
accordance with specifications and to the satisfaction of the City, within the established time
frame,the bidder shall be subject to assessment of liquidated damages in the amount of$100.00
for each calendar day the work remains incomplete, as compensation due to the City for loss of
use and for additional cost incurred by the City due to such non-completion of the work. The City
shall have the right to deduct said liquidated damages from any amount due or that may become
due to the bidder under this agreement, or to invoice the bidder for such damages if the cost
incurred exceed the amount due the bidder.
WARRANTY:
The successful bidder will be required to warranty all work performed. Bidder shall warrant its
products and/or service against faulty labor and/or defective material for a one(1)year period.
The bidder shall promptly correct any deficiency, at no charge to the City, within five(5)calendar
days after the bidder is notified of such deficiency in writing. If the bidder fails to honor the
warranty and/or fails to correct or replace the defective work or items within the period specified,
the City may, at its discretion, procure the products or services from another vendor and charge
the bidder for any additional costs that are incurred by the City for this work or items.
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.
PROCEDURE FOR REQUESTING WORK:
The City shall identify a wiring need and develop a work plan. For minor jobs,this work plan may
be transmitted verbally to the pre-qualified bidder(s). For Major Jobs, this work plan shall be in
writing and may contain diagrams to illustrate the work plan. The City may require on-site
inspection depending on the complexity of the work plan.
All work plans shall be approved by all the affected groups within the City and shall contain any
time constraints, requirements or prerequisites that affect the project.
The bidder(s)shall be contacted to provide a complete price estimate including, wiring, supplies,
labor and a determination of whether the installation time requirements can be adhered to.
Minor jobs may be awarded to the primary bidder based on pre-established bid rates.
A purchase order shall be issued to the selected vendor.
In some cases the successful bidder and the City may need to schedule project planning
meetings to further define or clarify the written work plan or to discuss the status of the project
GENERAL LOCATION OF WORK:
3.3.1 While every attempt shall be made by the City to move obstructions, such as
furniture, cabinets etc., to allow access to the work area, the successful bidder
may need to either move or arrange for the move of such obstructions.
3.3.2 If property (public or private) is damaged while successful bidder is performing
work specified or is removed for the convenience of the work,it shall be repaired
or replaced at the expense of the bidder in a manner acceptable to the City prior
to the final acceptance of the work. Such property shall include but not be limited
to: sidewalks, curbs and gutters, driveways, walls, fences, water features,
footings,underground utilities,sod,shrubs,and trees.
3.3.3 Successful bidder shall notify the requesting department In writing of the site
having pre-existing damage before beginning work. Failure to do so shall
obligate the bidder to make repairs per section 3.2.1
PROTECTION:
3.4.1 The successful bidder shall be solely responsible for pedestrian and vehicular
safety and control within the work site and shall provide the necessary warning
devices, barricades and ground personnel needed to give safety, protection, and
warning to persons and vehicular traffic within the area. All minimum safety
standards required by Municipal, County, State and Federal ordinances and laws
shall be strictly met by the contractor.
3.4.2 Bidder must provide protection necessary to prevent damage to property where
securing are being performed and adjoining properties.
3.4.3 Restore any damage to property to its original condition, at bidder's expense, as
acceptable to the City.
EMPLOYEES:
3.5.1 Successful bidder shall be responsible for the appearance of all working
personnel assigned to the project(dean and appropriately dressed at all times).
Personnel must be able to supply proper identification at all times.
3.5.2 All employees of the bidder shall be considered to be at all times the sole
employees of the bidder, under the bidder's sole direction, and not an employee
or agent of the City. The bidder shall supply competent and physically capable
employees and the City may require the bidder to remove any employee it
deems careless, incompetent, insubordinate or otherwise objectionable and
whose presence on work site is not in the best interest of the City. City shall not
have any duty to implement or enforce such requirements.
3.5.3 Bidder shall assign an"On Duty"supervisor who speaks and reads English.
STORAGE OF MATERIALS:
3.6.1 The successful bidder must provide for own storage of material and equipment, if
needed. No on-site storage is permitted at the work area or other public areas.
DISPOSAL OF WASTE:
3.7.1 Bidder shall be responsible for disposal of waste materials/lumber and any and
all excess materials, containers, etc. at an off site location in accordance with
local, state and federal regulations. City dumpsters are not to be used by
contractor.
SPECIFIC UTP(Unshielded twisted pair)GUIDELINES(Voice and Data)
Unless otherwise specified or agreed to by the City and the successful bidder, all UTP
installations must be either equal to or better than the following specifications.
1. Horizon/Vertical Wirino:
All UTP Wiring should be IEEE 802.3u (100 BASE — Tx) Category 5e or (802.3z 1000-TX)
Category 6 compliant and all components (e.g., patch panels, connectors, etc.) must be
consistent with the category of wiring used.
Typical specifications include the following:
Impedence:Typically 75-165 Ohms for 100 BASE-Tx Networks(100 ohm).
Insertion Loss(Attenuation): Maximum allowable is 24 db at 100 MHz.
Length:Maximum 100 meters(328 feet)
Gauge:24 AWG
Number of Strands:4 pair
Fire Rating—Plenum rated.
Successful bidder is encouraged to supply pricing on higher speed wiring types as they become
available — example is Mohawk Mega LAN 400 MHZ UTP wire. Connections will comply with
EIA/TIA 568AorB installation requirements.
Product must be from one of the following manufacturers,or approved equal:
Lucent Technologies
Berk-Tek
Belden
Mohawk
Comscope
All wiring is to be neatly routed and bundled appropriately with proper hardware for same.
Appropriate wire management shall be installed above and/or below each termination site.
Moves or changes within an existing facility must conform to the appearance of existing
installation and must be installed in a manner consistent with these existing installations.
Every pair of wires in every sheath is to be tested for continuity, reversals, potential grounds,
shorts, opens, and sequence. All wiring must be category 5e or category 6 certified with written
test results submitted to the City prior to acceptance by the City of the completed work.
The outer sheath must have an identification marker or nomenclature indicating manufacturer's
identification, pair, count,gauge, and footage—same is to appear at a minimum of every two(2)
feet.
Riser cabling shall meet the fine test requirements of UL1666. Emplacement of wire shall be in
compliance with manufacturer's recommendations and per applicable code and fire stopped
where required.
Any wiring damaged during emplacement operations, new or existing, shall be replaced by the
successful bidder at no additional cost to the City.
2. Termination Tvoe(must be consistent with category rating of wiring):
IDF Rack Mount:These patch panels that are Category 5e or Category 6
compliant should use front facing unkeyed RJ45 jacks with PCB connections to 110 contacts.The
proper authority shall choose the appropriate patch panel for the installation from the list
submitted by the successful Bidder. This list will be compiled by the successful Bidder during the
building inspections.
IDF Wall Mount:These patch panels that are Category 5e or Category 6
compliant should use front facing unkeyed RJ45 jacks with PCB connections to 110 contacts.
The choice of using either a standoff bracket (890), a hinged wall bracket (for 19" panels), or
other configuration shall be made by the proper authority.
Workstation Outlets:Horizontal wiring should be terminated to 110-type
connections feeding through to unkeyed RJ45 jacks that are Category 5e or Category
6 compliant. If outlet types are building specific,the successful Bidder will compile this list during
building inspection.
3. Racks/Trays/Shelves/Enclosures/Backboards/Wire Management:
The successful Bidder will supply pricing (with installation included) for racks, trays, shelves,
enclosures, and wire management supplies not included in a standard installation. This list will
be compiled by the successful Bidder during the building inspections.
Backboards must be painted with fire retardant paint. Plywood, or material rated at a higher
quality than plywood,will be not less than e/,inches thick.
4. Wire Molding/Raceways:
Any wire molding and/or raceways(used when wall is solid)shall conform to the existing molding
and/or raceways currently installed in the facility and should be installed in such a manner as to
be as inconspicuous as possible.
5. Station Cables:
All drops will have the appropriate number of wall plate to station cables/patch cords and IDF
interconnect cables with the total length of the two combined not to exceed 20 feet, unless
otherwise specified.
6. Grounding:
Grounding shall meet the appropriate NEC requirements and practices. Any and all
communications closets shall have an appropriate access to the facility's common ground.
7. Termination:
Price estimates for each job shall include all parts and labor required to complete the job.
8. Vertical Runs/Core Drilling:
All vertical runs should, whenever possible, be installed inside existing vertical paths. Pricing for
core drilling will be developed on a per job basis.
9. Labell np/ldentification/Taciainu:
All wiring entering a common communications closet must be appropriately identified (labeled or
tagged). Identification plan to be presented to and approved by the proper authority prior to
installation. In a facility with existing wiring, identification plan must conform to current
methodology. All wiring drops must be uniquely identified. Any abandoned wiring due to the
modification or maintenance of a facility must be properly labeled "Abandoned" at the Parch
Panel.
10. Installation of Drops:
All drops shall be installed within the following constraints:
All wiring shall be installed in a neat professional manner.
All wiring shall be properly labeled(identified)in a manner that will be preserved
through normal wear.
All wiring shall be installed observing any and all electrical and building codes
and any applicable standard industry practices.
All wiring shall be installed,whenever possible,within the wall cavity(when this
is not possible,the appropriate predefined wire molding and box is to be installed).
3.9 FIBER OPTIC GUIDELINES
Unless otherwise specified or agreed by the City and the successful Bidder, all fiber optic
installations must be either equal to or better than the following specifications.
A. Tvoe:
Multimode 62.5/125um(microns)Fiber Optic Cable.
Singlemode 5.3/125um(microns)Fiber Optic Cable
Product must be from one of the following manufacturers,or approved equal. Either must provide
a manufacturer's extended warranty:
Lucent Technologies
Siecor
B.Connections/Termination:
Unless otherwise specified, all fiber optic connecting hardware, cable, etc. shall be installed and
terminated according to all applicable standards, codes, and manufacturer's recommendations.
Acceptable termination methods are: UV; heat aired; and cam-locking mechanical. Only a
decibel(dB)loss of.75 or less per connector or 1.5 dB per connector pair will be acceptable.
C. Testing:
1. Multimode Backbone Fiber: Unidirectional Insertion Loss(Power Meter)Attenuation Test at
850nm and 1330nm wavelengths and Unidirectional OTDR(Optical Time Domain Reflectometer)
Test at 850nm and 1330nm wavelengths on each multimode fiber. Furthermore,each fiber shall
not exceed 3.75 dB per km and must provide a minimum of 160 MHz of bandwidth per km per at
850nm. In addition, each fiber shall not exceed 1.5 dB per km and must provide a minimum of
500 MHz of bandwidth per km at 1330nm.
2. Single Mode Backbone Fiber: Unidirectional Insertion Loss(Power Meter)Attenuation Test
at 1300nm and 1550nm wavelength and Unidirectional OTDR Test at 1300nm and 1550nm
wavelengths on each single mode fiber. Furthermore,each fiber shall not exceed 1.5 dB per km
at 1300 nm. In addition,each fiber shall not exceed 1.25 dB per km at 1550 nm.
Written test results are to be presented to the proper authority prior to the acceptance by the City
of the completed work.
3.10 COAXIAL CABLE SPECIFICAITONS—CABLE TV OR VIDEO
Unless otherwise specified or agreed to be the City and the successful Bidder,all cable television
or video installations must be either equal to or better than the following specifications.
A. Type:
RG6 — employing quad shield, foam dielectric, PVC jacket and employing the following
construction: bonded foil,60%braid,non-bonded tape,42%braid,PVC jacket
Recommended manufacturer or approved equal:Comscope F6SSV or F6SSW*
*When installed in an air return ceiling or when plenum cable is required.(Must meet NEC Article
820 V rating).
B. Connections/Termination:
1. CONNECTOR:
Type: EX6—Universal Compression Fitting for 6 Series Cable
Construction: Moisture-tight patented design. Universal on 60% to Quad Cable. 1 Piece
Construction.
Recommended manufacturer or approved equal: PPC EX6
2. WALLPLATE:
Type: F-81 connector with terminator
Construction: Flush mount with a standard F-81 0dB isolation thru connector terminated with a
standard"F"type 75-ohm terminator.
Recommended manufacturer or approved equal: Passive Devices WP-81
3. CRIMP TOOL:
Type: 'All Series'Compression Assembly Tool
Construction: Two set of jaws, precision designed — one set for 59 & 6 connectors. Spring
loaded,split jaws position the cable and connector for easy insertion and removal.
Recommended manufacturer or approved equal: Cablematic CR-59QL
TERMINATION:
All drops must terminate at a wall plate. The originating end is to be connected by the City in the
wiring closet or similar point of origin.
C.Testing:
With an Ohmmeter at originating end, tests must be conducted to ensure 75 Ohm termination.
Also, the successful Bidder must conduct an RF broadband sweep at 5 —500 MHz and submit
printed test results to the City.
3.11 TRENCHING GUIDELINES
Successful Bidder should be capable of performing any Trench work necessary for the
completion of installation or maintenance of any Telecommunications media.
Successful bidder is responsible entirely for locating any underground utilities prior to the
commencement of any trench work. Successful Bidder is responsible if any disruption of any
underground utilities occurs at no additional cost to the City.
3.12 FIRE SAFETY AND QUALITY OF INSTALLATIONS
Of particular concern is fire safety and quality with regards to the installation of any and all cabling
and associated hardware. Because cabling represents a substantial fire load it is prudent for the
City to ensure that any cabling, wiring, and any associated product is of the highest quality and
installed In such a way as to preclude or minimize potential hazards.
Many times established standards, codes, and the like, are general in nature and,as such, one
product line may be superior to another yet both meet the requirements of a concerned industry
standard. It shall be the policy that the more favorable product with regards to quality and safety
be utilized. It shall be incumbent upon the successful Bidder to be familiar with the products in
use in the industry and to submit quotes for the safest and highest quality product. Fire safety
and quality concerns include the method of installation as well as post-installation clean-up
operations.
A. Installation:
All installations must be in accordance with applicable code. When discretion permits more than
one alternative, the decision which favors the City and as determined by the proper authority will
prevail. For example,in the absence of running distribution wiring in a conduit provided for same,
the wiring shall be run along a course which provides maximum access to the associated ceiling
space being affected by the installation and precludes,as much as possible,the spread of fire is
so affected. Many times wiring is simply strung from one point to the nearest point across a
section of ceiling space under the auspices of the "shortest distance between two points is a
straight line". In cases where the new wiring supplements existing wiring, the new wiring should
be placed in a manner consistent with the existing wiring. In cases, where the new wiring
replaces existing wiring or in the absence of existing wiring, all applicable codes, City standards,
and generally accepted wiring practices shall determine placement of wiring.
All wiring and/or cabling shall be bundled at appropriate intervals and labeled at not less than at
terminating points on either end of the run. All wiring runs shall be continuous between
termination points with no splices.
B. Minimum Standards For Horizontal Runs:
The city-wide standard for horizontal cabling and/or wiring, also known as distribution cabling
and/or wiring, shall meet the following criteria: Communications-Plenum (CMP) as defined in
National Fire Protection Agency(NFPA)262, also know as Underwriters Laboratories (UL) 910,
must not be a hybrid or composite construction of which would include wiring in which all pairs
are not insulated(e.g.,"2 by 2"where two pairs out of four are not insulated,etc.) Wiring must be
CMP"4 by 0"(all four pairs are insulated)Category 5e with 100%Fluorinated Ethylene Propylene
(FEP)Wire Insulation and Jacketing Materials rated 200 degrees Centigrade by UL and be in full
compliance with NFPA 90A.
C. Minimum Standards For Vertical Runs:
0
The city-wide standard for vertical cabling and/or wiring,also known as riser or back-bone cabling
and/or wiring, will meet the following criteria: Communications-Riser as defined in UL 1666.
Wiring must be installed in steel conduit and fire-stopped where it enters wiring closets.
D. Hardware Installation Standard:
All wiring shall terminate in wall plates or surface mount boxes as per work plan, except where
specified otherwise. The type of wall plate or surface mount box should be consistent in
appearance and functionality with existing hardware, where applicable. Faceplates and the like
must be installed straight and the use of a level may be required for same. All mounting
hardware will be utilized — for example, a faceplate that provides four (4) access holes for
mounting screws must in fact be mounted with all(4)screws rather than less than the prescribed
four(4). Unless otherwise specified,surface mounted hardware must use screws for attachment:
not adhesive.
E. Testlno:
All installation work must be tested to ensure proper operation. Of particular concern is the
testing of telephone-type wiring, in that pairs can easily be cross-connected, thereby providing a
sounding signal but not a proper and required dial tone. In some cases, the successful Bidder
may be required to conduct complete or partial testing or re-testing in the presence of the
Contract Administrator and/or designee at no additional cost to the City. In cases where the
connection of the equipment to the wiring installation occurs after the wiring installation, the
successful Bidder will be required to return and resolve any problems that may be discovered at
no additional cost to the City.
F. Clean-Ut:
Emphasis on clean-up must be stressed. The successful Bidder is expected to have on site,
personally owned vacuum cleaning-type equipment capable or removing dust and other debris
left as a result of any work performed.
The successful Bidder will remove from City property all recyclable materials, waste, dust, trash,
debris, and garbage(waste)associated with any work activity at no additional cost to the City. If
a trash bin(dumpster)is required,same will also be at no cost to the City.
The successful Bidder is cautioned that areas which would normally be out of sight are to be
cleaned-up as well and as such wire stripping and the like is not to be left in telephone rooms,
ceiling spaces,etc.
When it is necessary to remove ceiling tiles it will be the policy that same are to be removed for
only a short period of time considering that the proper placement of ceiling tiles are an integral
part of the facility's smoke evacuation and HVAC systems. The removal of these tiles adversely
affects safety,comfort,and energy cost. Should a project require the removal of ceiling tiles for a
period longer than a normal work day period, all removed tiles will be replaced at the end of the
work day.
doe LOCk4,
foF tog ,
O
u•
is ,9y
OApORGt 60
City of Opa-Locka
Agenda Cover Memo
Commission Meeting Item Type: Resolution Ordinance Other
Date: X
(EnterX in box)
Fiscal Impact: Ordinance Reading: 1st Reading 2nd Reading
(Enter X in box) Yes No (Enter X in box)
X Public Hearing: Yes No Yes No
(Enter X in box)
Funding Source: (Enter Fund&Dept) Advertising Requirement: Yes No
(Enter Acct No.) Ex: General Fund- (EnterXin box) X
Police
Contract/P.O.Required: Yes No RFP/RFQ/Bid#:
(EnterXin box) X N/A
Strategic Plan Related Yes No Strategic Plan Priority Area: Strategic Plan Obj./Strategy: (list the
(Enter X in box) specific objective/strategy this item will address)
Enhance Organizational El
Bus.&Economic Dev 0
Public Safety
Quality of Education
Qual.of Life&City Image El
Communcation
Sponsor Name City Manager Department: City Manager
Short Title:
A RESOLUTION OF THE CITY OF OPA-LOCKA, FLORIDA AUTHORIZING THE CITY MANAGER TO ENTER INTO AN
AGREEMENT WITH SUDDATH MOVERS TO MOVE ALL OFFICES FROM TOWN CENTER 4TH AND 2ND FLOORS IN THE
AMOUNT OF$5,906.00, PAYABLE FROM ACCOUNT NUMBER 19-519340
Staff Summary:
City Administration offices are moving from the current location at 780 Fisherman Street 4th Floor. These offices
will move from the 4th floor to three separate locations: 15t Floor, Sherbondy Community Center 2"d floor, and
trailers. The City used the services of Suddath Movers when we initially moved to Town Center. Due to their
efficient service,we are recommending that we utilize their services again for this move.
Proposed Action:
Approval
Attachment:
Quote from Suddath Movers
C //jam�y�VI
• gritmedat
Memorandum
TO: Mayor Myra L. Taylor
Vice-Mayor D i rothy J i nson
Commissioner T Imes
Commissioner G. 1 ill.
Commissioner Ro e
FROM: Kelvin Baker, Sr. Ci ty g�Mana :4'�
DATE: September 18, 2012
RE: Resolution: Suddath Movers
Request: A RESOLUTION OF THE CITY OF OPA-LOCKA, FLORIDA AUTHORIZING
THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH SUDDATH
MOVERS TO MOVE ALL OFFICES FROM TOWN CENTER 4TH AND 2ND
FLOORS IN THE AMOUNT OF $5,906.00, PAYABLE FROM ACCOUNT
NUMBER 19-519340
Description: City Administration offices are moving from the current location at 780 Fisherman
Street 4th Floor. These offices will move from the 4th floor to three separate locations: 1St
Floor, Sherbondy Community Center 2nd floor, and trailers. The City used the services of
Suddath Movers when we initially moved to Town Center. Due to their efficient service,
we are recommending that we utilize their services again for this move.
Financial Impact: $5,906.00 payable from account number$19-519340
Implementation Timeline: Immediately
Legislative History: None
Recommendation(s): Staff recommends approval.
Attachments: Quote.from Suddath Movers
PREPARED BY: Faye Douglas, Budget Administrator
Rose McKay
From: Janis Corbyons [JCorbyons @suddath.com]
Sent: Monday, July 23, 2012 1:47 PM
To: Rose McKay
Subject: Facility Relocation Proposal
Attachments: City of Opalocka 2012.doc
Rose,
Thank you for the opportunity to visit again last week. It was great seeing you. Attached please
find the proposal based on the notes I had from the move back in 2008. I hope I captured the
full scope seeing the previous move had several different origin building, so was more chopped
up and involved multiple dates. I think for your immediate needs, the proposal dollars are
pretty close and once the move date becomes more public I can re-visit to better assess all
areas.
As always, I am confident Suddath Relocation Systems would provide you with excellent service
and a convenient solution to your logistic challenges. That along with our close proximity and
resources makes us an great candidate.
We at Suddath look forward to being of service to you in the future. If you have any questions,
we would enjoy hearing from you by phone or email. I will follow up with you by the early part
of next week to go over the proposal so we can discussed any questions you may have. When
you are ready, I am more than happy to come back out in regards to any changes in the scope,
etc. as you better determine the details of the move.
Thanks,
Best Regards,
Janis Cor6yons
Sr. Commercial Saks Executive
Suddatfi 24 fixation Systems
6900£NW 74th Ave.
JKzam�
TL. 33166
TPh: (305)885-8161 Ext. 307
Toll: (800)327-9351
Cell (305)345-4838
'Fx (305)887-9073
'corb ons suddath.com
Advantage! cErzr � a ntc.ve4..
N.romxEbrnE Ofl'rx.o NSnrg Mrfbe�
This electronic communication and any files transmitted with it, or attached to it, are confidential and
are intended solely for the use of the individual or entity to whom it is addressed and may contain
information that is confidential, legally privileged, protected by privacy laws, or otherwise restricted
from disclosure to anyone else. If you are not the intended recipient or the person responsible for
1
delivering the e-mail to the intended recipient, you are hereby notified that any use, dissemination,
forwarding, printing, or copying of this e-mail is strictly prohibited. If you received this e-mail in
error, please return the e-mail to the sender, delete it from your computer and destroy any printed
copy of it.
2
1 " • # i PLAN PACK STORE MOVE
We take care of it..
City Of OpaLocka Florida
General Scope of Work
❑ The scope includes the relocation from offices at 780 Fisherman to include the Finance
Department, MIS, Code Enforcement, Community Development, H.R. Department, as well
as the City Managers & Commissioners. .
Move Plan, Scope & Constraints
❑ Main Move—TBD (Targeted September 2012)
Estimated Cost
Transportation:
(Recommended to do these move over the course of(2) days
2 drivers, 8 movers, 2 trucks @$316.00 per hour x 16 hours $5056.00
Fuel Surcharge/PSS $ 75.00
Materials
(300) cartons @$2.25 each+ delivery charge $ 775.00
Labels @ no charge
Grand Total $5906.00
Valuation and Insurance
Base liability is $0.60 per pound per article, which is included in the "Total for Project Price."
Suddath maintains the following insurance coverage:
• General liability - Commercial General Liability
• Automobile liability
- All owned vehicles
- Hired Autos
-Non-owned Autos
• Workers Compensation and Employers' Liability
Additional Cargo Liability Valuation)
Full Replacement Value Coverage is available based upon customer declared lump-sum
valuation at $8.00 per$1000.00 declared value.
Invoicing Terms and Conditions
Net thirty (30) days from invoice date. Invoicing will be done on a weekly basis for the duration
of the project. Late payment charge of 1 1/2 % will be assessed monthly on all invoices over the
30-day net period.
We appreciate this opportunity to present our services.