Loading...
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.