Loading...
HomeMy Public PortalAbout18-9558 Quality Wiring Inc/Purchase 33 Samsung Camera Sponsored by: City Manager RESOLUTION NO. 18-9558 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO PIGGYBACK ON A CITY OF MIAMI CONTRACT WITH QUALITY WIRING, INC AND PURCHASE THIRTY-THREE (33) SAMSUNG CAMERAS AND INSTALLATION, IN AN AMOUNT NOT TO EXCEED FIFTY-TWO THOUSAND FOUR- HUNDRED AND FORTY-EIGHT DOLLARS AND FIFTY-THREE CENTS ($52,448.53), IN A FORM THAT IS ACCEPTABLE TO THE CITY ATTORNEY; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on May 23, 2018, the City of Miami pursuant to Invitation For Bid No. 823382 for telecommunication wiring, wireless radio and antenna installation services, deemed Quality Wiring, Inc., the most responsive and responsible bidder, and accepted its bid; and; WHEREAS, the City of Opa-locka ("City") desires to piggyback on the City of Miami Contract with Quality Wiring, Inc., and purchase cameras and installation; and WHEREAS, the City Commission finds that it is in the best interest of the City to piggyback on City of Miami's Contract with Quality Wiring, Inc so it can benefit from already negotiated rates and enter into an agreement for cameras. NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: Section 1. RECITALS ADOPTED. The recitals to the preamble herein are incorporated by reference. Section 2. AUTHORIZATION The City Commission of the City of Opa-Locka hereby authorizes the City Manager to piggyback on a City of Miami Contract with Quality Wiring, Inc and enter into a contract for thirty-three (33) cameras in an amount not to exceed fifty-two thousand four-hundred and forty-eight dollars and fifty-three cents ($52,448.53), in a form that is acceptable to the City Attorney. SECTION 3. SCRIVENER'S ERRORS. Sections of this Resolution may be renumbered or re-lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Resolution No. 18-9558 Manager, or the City Manager's designee, without need of public hearing, by filing a corrected copy of same with the City Clerk. Section 4. EFFECTIVE DATE. This Resolution shall take effect immediately upon adoption and is subject to the approval of the Governor or his designee. PASSED AND ADOPTED this 10th day of October, 2018. ram. Tay or Mayor Attest to: Approved as to form and legal sufficiency: Joan�,. Flores THE BROWN LAW GROUP, LLC City lerk City Attorney Moved by: COMMISSIONER PIGATT Seconded by: COMMISSIONER RILEY Commissioner Vote: 4-0 Commissioner Holmes: NOT PRESENT Commissioner Riley: YES Commissioner Pigatt: YES Vice Mayor Kelley: YES Mayor Taylor: YES City of Opa-Locka Agenda Cover Memo Department Nelson Rodriguez Department f° Director: Director Signature: `�` Finance Director: Bryan Hamilton FD Signature: De 9 artment City Manager: Newall J.Daughtrey CM Signature: �� irk, Commission Item Type: Meeting Date: X (EnterXin box) Fiscal Impact: Ordinance Reading: (EnterXin box) (EnterXin box) X Public Hearing: $52,448.43 (EnterXin box) Funding Source: (Enter Fund& Advertising Requirement: Account#: Dept) (EnterXin box) X Ex: 85-512646 Contract/P.O. RFP/RFQ/Bi#: Required: X (EnterXin box) Strategic Plan Strategic Plan Priority Area: Strategic Plan Obj./Strategy: Related X Enhance Organizational p (list the specific objective/strategy this (EnterXin box) Bus.&Economic Dev 0 item will address) Public Safety Quality of Education Qual.of Life&City Image El Communication Sponsor Name City Manager Department: Information City Manager Technology A Resolution of the City Commission of the City of Opa-locka, Florida authorizing the City Manager to piggyback the City of Miami contract with Quality Wiring for the procurement and installation of thirty-three (33) IP Cameras and one (1) Network Recording Device to cover all outdoor areas, indoor public areas, and the Police Department at City Hall (780 Fisherman Street). Since the City took over the operation of 780 Fisherman Street, the existing camera system has not been working properly.A minimum of 10 critical cameras that cover the outdoor perimeters are out of order and beyond repair. The current recording device is no longer recorording and does not provide the ablity to to view all cameras in the building. The City of Miami has provided a letter of reccoemndation of their current system and the satifaction of work completed by Quality Wiring. Action: The Information Technology department recommends approving this resolution which will allow the City to secure the building with proper monitoring and recording of its real estate. Proposals Analysis Letter of Recommendation famoiMaig Estimate Wfting DATE ESTIMATE NO. www.qualitywiring.com 5/16/2018 6362 10055 NW 19 Street Doral, FL 33172 Office 305-595-5691 Fax 305-595-0558 NAME/ADDRESS WORK SITE CITY OF OPA LOCKA CITY OF OPA LOCKA ATTN:ACCOUNTS PAYABLE ATTN:ACCOUNTS PAYABLE P.O.BOX 540371 P.O.BOX 540371 OPALOCKA,FL 33054 OPALOCKA,FL 33054 P.O. TERMS PROJECT REP Verbal:Nelson Rod... 50%DN/50%COMP CITY HALL(33)C... AG ITEM DESCRIPTION QTY RATE Total SOW-SCOPE OF W... ***SCOPE OF WORK*** 0.00 0.00T THE SOW INCLUDES THE INSTALLATION OF(33)NEW SAMSUNG CAMERAS,TO A NEW SAMSUNG NVR TO BE LOCATED IN THE 4L.,,, ., . 1)P' • " - V I STALL FOUR(4)PNV-9080R 12MP 4 COVER THE FOUR(4)PARKING LOTS.(ON . fir _ -- / ROVID- C (9)Q '-708)R P A., " DOME ",t ', • C• 1. CI 'v. . 'S "� t PERETER I 3) ROVIDE .` D INST ONE(1 • 708QR 4 t,' • D ME C• r • , TOE If OF 1' (4) / w y \ 4)PR3 E •`.�• i ST + (1)Q lib 7080R4` ' °•. DOME C TOE - ¢ _.TIE FOL . .• . D:I : '---.,, •GER,&CODE ENF EMENT.(ALL ON 4 P' ti 5)P' Z v - I STALL ONE(1)QND-7080R 4MP - DOME CA °'r. • • ADAPTER TO EACH OF - THE TWO(2)ELEVATO' 6)PROVIDE AND INSTALL EIGHT(8)QND-7080R 4MP DOME CAMERAS TO COVER ALL OF THE NEW PD AREAS. PROJECT MANAGER ANTHONY GONZALEZ Total Acceptance Signature Page 1 (tonality WI/shag Estimate DATE ESTIMATE NO. www.qualitywiring.com 5/16/2018 6362 10055 NW 19 Street Doral, FL 33172 Office 305-595-5691 Fax 305-595-0558 NAME/ADDRESS WORK SITE CITY OF OPA LOCKA CITY OF OPA LOCKA ATTN:ACCOUNTS PAYABLE ATTN:ACCOUNTS PAYABLE P.O.BOX 540371 P.O.BOX 540371 OPALOCKA,FL 33054 OPALOCKA,FL 33054 P.O. TERMS PROJECT REP Verbal:Nelson Rod... 50%DN/50(Y000MP CITY HALL(33)C... AG ITEM DESCRIPTION QTY RATE Total 7)PROVIDE AND INSTALL(1)4K SAMSUNG NVR,64CH, 60TH. 8)TEST • I'.--- - •1:LES. • . AND TEST SYSTEM. ' ,, CUSTOMER ON NEW SYSTEM. ': CM-CAT. .�QU PL �''�- co, . M# *, 4, '9 2,970.00 7) ,4 CM-24 ' 24 's ,. PANEL 6 5 . 3■ . 2 1 100.00 PURC : t.. 'ORT GI Irk* € - 1 93 °36.O0T G"`",. t t AS 1 PURC 4 .: •EO y✓a ' ��.AP �a R,K 6 -. 78.00T SAM-P PNV- ' e o i „ ,. 4 1, ,508.00T SAM-SBP 'TZ P v t o. 4 '1,424.00T SAM-SBP-3•44._ 4 SAM-QNV-70:' ' UNG QNV-7080R 4 r DOME:.I:IP V.DC I' 9 4,512.51T SAM-QND-7080R G QND-7080R 4MP 10.t' DOME C I. I. 20 . .976 9,659.52T SAM-PRN-4011-60... - . . 60TH RAW,H.265 .-., A A' ` .,ARB 1 '`16,556.40 16,556.40T (Auto • .. , :ackup)&Failover(N+1),400Mbps recording/3 • • _ put, 12 Hot Swap HDD Bays,iSCSI,redundant powe .- display,DI/O,2-way audio,ONVIF,maximum camera resolution of 12MP recording/display and fisheye dewarping on WEB and CMS,Support RAID 5/6(6TB* 10 RAID 5 Ready). CM/LABTECH TECHNICIAN,REGULAR HOURLY RATE(CM ITEM#3) 420 22.00 9,240.00 PROJECT MANAGER ANTHONY GONZALEZ Total Acceptance Signature Page 2 Ovisionaft ��I� Estimate II DATE ESTIMATE NO www.qualitywiring.com 5/16/2018 6362 10055 NW 19 Street Doral, FL 33172 Office 305-595-5691 Fax 305-595-0558 I NAME/ADDRESS WORK SITE CITY OF OPA LOCKA CITY OF OPA LOCKA ATTN:ACCOUNTS PAYABLE ATTN:ACCOUNTS PAYABLE P.O.BOX 540371 P.O.BOX 540371 OPALOCKA,FL 33054 OPALOCKA,FL 33054 P.O. TERMS PROJECT REP Verbal:Nelson Rod... 50%DN/50%COMP CITY HALL(33)C... AG ITEM DESCRIPTION QTY RATE Total FLORIDA SALES TAX 0.00% 0.00 lY 3 l' i 2 ■7,/, ''', '' , f P 4 i ` �. at a le • i, � � '• • z PROJECT MANAGER ANTHONY GONZALEZ Total $52,448.43 This Estimate is valid for 60 Days. Acceptance Signature Page 3 a) ct CI, N . . . . . . 1 . . . . . . . o—o 69 69 69 69 69 64 69 69 69 69 00 O� N — N 0 V1 O O V1 O O O N O If V 00 00 �D N N © 0 T O �O �D — V1 N ' 00 01 N ' ' n ©.. O N N ' ' N NN O� O� - m a N m M O in 69 69 69 69 69 O O O i M V1 N O 0 0 0 O co O N O I .r 00 N V1 N 0 0 0 N O `O `D M V1 N ' 00 VI VD ... ' ' ---' v1 O N O N N ' ' c N VNi N .-,-, N a N M M `^ 64 69 69 64 64 • H V1000 .110- O1 ON O O O O VO D V1 ON W. w i N V Oi O ON N O M "" O- 0 40 N 64 69 64 64 64 V/1 0 V1 0 0 V1 V1 V1 0 0 0 0 O 00 0 O N 0 0 0 N 0 00 V1 V1 O O O V1 ✓ A N O 00 N [ O ' ' ' O V N N O N N ' ' 0' 0 \ H N N M Q O� Q1 M oo N 00 O Q A N C� �O �O N VD t. O� M M 0 . EN�Ty N O 69 69 69 69 69 O Qa y ;Lip V1 N �i M V1 00 N 01 M 1,O 1O 00 00 O� CW' �D 7 N M .--� et N 'n 01 O� O\ O� O� - - ,:„ . , 0„ . Vl -1 \O .O l-. l t. ' N V1 O c N 00 N - N 00 N N O C. O M 69 69 69 04 69 69 W v 9 0 d 0 © E. F W cn W MO W 0 hi 4 0 as iI 4 P. 4 U w O w 0 .-, 0 O o • Mcnc4r3.w �a a. 00V1 0 Ud 0 3 Z H 0000 0 0 . . 1 .M. O N N Q a 6 -. N - N N N M d' v1 V1 '0 VO Q\ NNNNNN NNNNNN N N N A 1,V1 6V1∎'n L'n 6V1 0v, 'n V, V1 V1 V1 Y1 V1 V1 Visit our website for business opportunities at:www.miamigov.com/procurement PURCHASE ORDER/RELEASE NUMBER Change Change �cv��.t1t of City of Miami 1305190 Number Date r Blanket Purchase Order Show this number on all packages,invoices,and shipping papers. 8 09/05/2017 c ...1 P tll•° * Department of Purchasing Page No. Order Date Bid/Contract Number °oF 0 P.O. Box 330708 Miami, Florida 33233-0708 1 of 52 05/10/2013 360332,2 ca F� (305)416-1922 Fax-(305)416-1925 B Richard McLaren Taxpayer ID Supplier No. Telephone No. 592594148 939 305-595-5691 Quality Wiring Inc 10055 NW 19 Street Doral,FL 33172 City of Miami-Finance-General Accounting 444 SW 2nd Ave,6th Floor Miami,FL 33130 Customer Account Number Fax-(305)416-1987 Email-pavables(rDmiamigov.com Please also forward a copy of the invoice to the Ship To address above. Effective Start Date Effective End Date Total Agreement Limit 04/22/2013 04/21/2018 Commodity Line Code Description/Delivery Date Qty Unit Unit Price Extended Price 1 91597-00 Telecommunications Wring Parts and Services-Laborer/Helper,Regular Hour 10.00 Hourly Rate(Monday-Friday,8:00 am-5:00 pm) 2 91597-00 Telecommunications Wring Parts and Services-Laborer/Helper, Hour 12.00 After-Hours Hourly Rate(Monday-Friday,5:00 pm-8:00 am,Weekends and Holidays) 3 91597-00 Telecommunications Wring Parts and Services-Technician,Regular Hour 22.00 Hourly Rate 4 91597-00 Telecommunications Wring Parts and Services-Technician,After-Hours Hour 22.00 Hourly Rate(Monday-Friday,5:00 pm-8:00 am,Weekends and Holidays) 5 91597-00 Telecommunications Wring Parts and Services-Supervisor,Regular Hour 1.00 Hourly Rate 6 91597-00 Telecommunications Wring Parts and Services-Supervisor,After-Hours Hour 1.00 Hourly Rate(Monday-Friday,5:00 pm-8:00 am,Weekends and Holidays) 7 91597-00 Telecommunications Wring Parts and Services-100ft Category 6 Quad Each 30.00 Cable,Plenum 8 91597-00 Telecommunications Wring Parts and Services-100ft Category 5e Quad Each 20.00 Cable,Plenum 9 91597-00 Telecommunications Wring Parts and Services-100ft 8-Strand 62.5/125 Each 30.00 um Optical Fiber Cable,Riser 10 91597-00 Telecommunications Wring Parts and Services-100ft 100-Pair Gel Filled Each 50.00 Cable 24 AWG 11 91597-00 Telecommunications Wring Parts and Services-100ft 12-Pair Gel Filled Each 10.00 Direct Buried Cable 12 91597-00 Telecommunications Wring Parts and Services-100ft 200-Pair Gel Filled Each 50.00 Cable 24 AWG 13 91597-00 Telecommunications Wring Parts and Services-100ft 300-Pair Gel Filled Each 75.00 Cable 24 AWG 14 91597-00 Telecommunications Wring Parts and Services-100ft 4-Pair STP 24 AWG Each 30.00 Gel Filled Cat5 15 91597-00 Telecommunications Wring Parts and Services-100ft 6-Pair Gel Filled Each 10.00 Cable 16 91597-00 Telecommunications Wring Parts and Services-100ft 6-Strand Fiber Optic Each 45.00 Cable I/O 17 91597-00 Telecommunications Wring Parts and Services-100ft 12-Strand Fiber Each 80.00 Optic I/O 18 91597-00 Telecommunications Wring Parts and Services-100ft RG6 Coaxial Cable, Each 30.00 Plenum 19 91597-00 Telecommunications Wring Parts and Services-3ft Patch Cord Cat 5E Each 1.00 Visit our website for business opportunities at:www.miamigov.com/procurement 6� op City Of Miami PURCHASE ORDER/RELEASE NUMBER Change Change 1305190 Number Date Blanket Purchase Order Show this number on all packages,invoices,and shipping papers. 8 09/05/2017 * Department of Purchasing Page No. Order Date Bid/Contract Number P.O. Box 330708 Miami, Florida 33233-0708 2 of 52 05/10/2013 360332,2 (305)416-1922 Fax-(305)416-1925 Buyer: Richard McLaren Taxpayer ID Supplier No. Telephone No. 592594148 939 305-595-5691 Quality Wiring Inc 10055 NW 19 Street Doral,FL 33172 _ City of Miami-Finance-General Accounting 444 SW 2nd Ave,6th Floor Miami,FL 33130 Customer Account Number Fax-(305)416-1987 Email-pavables@miamigov.com Please also forward a copy of the invoice to the Ship To address above. Effective Start Date Effective End Date Total Agreement Limit 04/22/2013 04/21/2018 Commodity - Line Code Description/Delivery Date Qty Unit Unit Price Extended Price 20 91597-00 Telecommunications Wring Parts and Services-4ft Patch Cord Cat 5E Each 1.00 21 91597-00 Telecommunications Wring Parts and Services-6ft Patch Cord Cat 5E Each 1.00 22 91597-00 Telecommunications Wring Parts and Services- 8ft Patch Cord Cat 5E Each 1.00 23 91597-00 Telecommunications Wring Parts and Services-10ft Patch Cord Cat 5E Each 1.00 24 91597-00 Telecommunications Wring Parts and Services-12ft Patch Cord Cat 5E Each 1.00 25 91597-00 Telecommunications Wring Parts and Services-16ft Patch Cord Cat 5E Each 1.00 26 91597-00 Telecommunications Wring Parts and Services-20ft Patch Cord Cat 5E Each 1.00 27 91597-00 Telecommunications Wring Parts and Services-3ft Patch Cord Cat 6 Each 1.00 28 91597-00 Telecommunications Wring Parts and Services-6ft Patch Cord Cat 6 Each 1.00 29 91597-00 Telecommunications Wring Parts and Services-8ft Patch Cord Cat 6 Each 1.00 30 91597-00 Telecommunications Wring Parts and Services-10ft Patch Cord Cat 6 Each 1.00 31 91597-00 Telecommunications Wring Parts and Services-12ft Patch Cord Cat 6 Each 1.00 32 91597-00 Telecommunications Wring Parts and Services-16ft Patch Cord Cat 6 Each 1.00 33 91597-00 Telecommunications Wring Parts and Services-20ft Patch Cord Cat 6 Each 1.00 34 91597-00 Telecommunications Wring Parts and Services-1 meter SC to SC Patch Each 10.00 Cord 35 91597-00 Telecommunications Wring Parts and Services-1 meter ST to ST Patch Each 10.00 Cord 36 91597-00 Telecommunications Wring Parts and Services-1 meter ST to SC Patch Each 10.00 Cord 37 91597-00 Telecommunications Wring Parts and Services-1 meter LC to LC Patch Each 10.00 Cord 38 91597-00 Telecommunications Wring Parts and Services-1 meter LC to SC Patch Each 10.00 Cord Visit our website for business opportunities at:www.miamigov.com/procurement PURCHASE ORDER/RELEASE NUMBER Change Change G,q,l of City of Miami 1305190 Number Date Blanket Purchase Order Show this number on all packages,invoices,and shipping papers 8 09/05/2017 * °...S°° Department of Purchasing Page No. Order Date Bid/Contract Number �'a� o-�� P.O. Box 330708 Miami, Florida 33233-0708 3 of 52 05/10/2013 360332,2 Buy co,, (305)416-1922 Fax-(305)416-1925 Richa: Richard McLaren Taxpayer ID Supplier No. Telephone No. 592594148 939 305-595-5691 Quality Wiring Inc 10055 NW 19 Street Dora!,FL 33172 City of Miami-Finance-General Accounting 444 SW 2nd Ave,6th Floor Miami,FL 33130 Customer Account Number Fax-(305)416-1987 Email-payables(amiamigov.com Please also forward a copy of the invoice to the Ship To address above. Effective Start Date Effective End Date Total Agreement Limit 04/22/2013 04/21/2018 Commodity Line Code Description/Delivery Date _ Qty Unit Unit Price Extended Price 39 91597-00 Telecommunications Wiring Parts and Services-10 meter SC to SC Patch Each 10.00 Cord 40 91597-00 Telecommunications Wiring Parts and Services-10 meter ST to ST Patch Each 10.00 Cord 41 91597-00 Telecommunications Wiring Parts and Services-10 meter ST to SC Patch Each 10.00 Cord 42 91597-00 Telecommunications Wiring Parts and Services-10 meter LC to LC Patch Each 10.00 Cord 43 91597-00 Telecommunications Wiring Parts and Services-10 meter LC to SC Patch Each 10.00 Cord 44 91597-00 Telecommunications Wring Parts and Services-30 meter duplex SC/LC Each 10.00 Fiber Optic Patch Cord 45 91597-00 Telecommunications Wring Parts and Services-3ft Patch Cord RG6 Each 1.00 46 91597-00 Telecommunications Wring Parts and Services-6ft Patch Cord RG6 Each 1.00 47 91597-00 Telecommunications Wring Parts and Services-8ft Patch Cord RG6 Each 1.00 48 91597-00 Telecommunications Wring Parts and Services-10ft Patch Cord RG6 Each 1.00 49 91597-00 Telecommunications Wring Parts and Services-12ft Patch Cord RG6 Each 1.00 50 91597-00 Telecommunications Wring Parts and Services-RG6 F-Connectors Each 1.00 51 91597-00 Telecommunications Wring Parts and Services-50 Mic.MTRJ Connectors Each )5.00 52 91597-00 Telecommunications Wring Parts and Services-Modular Jack Cat 5e Each 2.00 53 91597-00 Telecommunications Wring Parts and Services-Modular Jack Cat 6 Each 3.00 54 91597-00 Telecommunications Wring Parts and Services-Modular Face Plate Front Each 1.00 Loading — 55 91597-00 Telecommunications Wring Parts and Services-Furniture Plate Each 1.00 — 56 91597-00 Telecommunications Wring Parts and Services-Wall Phone Plate Each 2.00 57 91597-00 Telecommunications Wring Parts and Services-Surface Mount Box Each 2.00 Visit our website for business opportunities at:www.miamigov.com/procurement ��� oF� City of Miami PURCHASE ORDER/RELEASE NUMBER Number Change Change 1305190 F� Blanket Purchase Order Show this number on all packages,invoices,and shipping papers. 8 09/05/2017 * "" # Department of Purchasing Page No. Order Date Bid/Contract Number °4' .ce�°c P.O. Box 330708 Miami, Florida 33233-0708 4 of 52 05/10/2013 360332,2 (305)416-1922 Fax-(305)416-1925 Buyer: Richard McLaren Taxpayer ID Supplier No. Telephone No. 592594148 939 305-595-5691 Quality Wiring Inc 10055 NW 19 Street Doral,FL 33172 _ City of Miami-Finance-General Accounting 444 SW 2nd Ave,6th Floor Miami,FL 33130 Customer Account Number Fax-(305)416-1987 Email-pavables@miamigov.com Please also forward a copy of the invoice to the Ship To address above. Effective Start Date Effective End Date Total Agreement Limit 04/22/2013 04/21/2018 Commodity Line Code Description/Delivery Date Qty Unit Unit Price Extended Price 58 91597-00 Telecommunications Wring Parts and Services-7ft X 19inch Relay Rack Each 120.00 59 91597-00 Telecommunications Wring Parts and Services-Vertical Cable Each 100.00 Management 60 91597-00 Telecommunications Wring Parts and Services-Horizontal Cable Each 25.00 Management 61 91597-00 Telecommunications Wring Parts and Services-3.5 Horizontal Wire Each 25.00 Management Panel 62 91597-00 Telecommunications Wring Parts and Services-Reusable One-Wrap Each 1.00 Cable Ties 63 91597-00 Telecommunications Wring Parts and Services-12inch Ladder Rack Each 60.00 (Length 10ft) 64 91597-00 Telecommunications Wring Parts and Services-18inch Ladder Rack Each 70.00 (Length 10ft) 65 91597-00 Telecommunications Wring Parts and Services-24inch Ladder Rack Each 80.00 (Length 10ft) 66 91597-00 Telecommunications Wring Parts and Services-23inch Single Sided Each 35.00 Vented Shelf(Black) 67 91597-00 Telecommunications Wring Parts and Services-24inch Open Swingate Each 150.00 Rack 68 91597-00 Telecommunications Wring Parts and Services-48inch Swing Gate Each 180.00 69 91597-00 Telecommunications Wring Parts and Services-Wall Mount Cabinet 24 X Each 400.00 24 x 24 with Plexiglass Door 70 91597-00 Telecommunications Wring Parts and Services-Wall Mount Cabinet 36 X Each 400.00 24 x 24 with Plexiglass Door 71 91597-00 Telecommunications Wring Parts and Services-Wall Mount Cabinet 48 X Each 400.00 24 x 24 with Plexiglass Door 72 91597-00 Telecommunications Wring Parts and Services-19inch Equipment Shelve Each 25.00 73 91597-00 Telecommunications Wring Parts and Services-Fiber Optic 12-36 ST LIU Each 110.00 (Rack Mounted) 74 91597-00 Telecommunications Wring Parts and Services-Fiber Optic 12-72 Strand Each 150.00 LIU Panel 75 91597-00 Telecommunications Wring Parts and Services-Fiber Blank Panel Each 4.00 76 91597-00 Telecommunications Wring Parts and Services-Fiber Optic 6-18 Port Each 100.00 Panels Unloaded Visit our website for business opportunities at www.miamigov.com/procurement c.so Op City of Miami 1305190 PURCHASE ORDER/RELEASE NUMBER Number Date Change Blanket Purchase Order Show this number on all packages,invoices,and shipping papers. 8 09/05/2017 e°+ Page No. Order Date Bid/Contract Number ,"' Department of Purchasing 5 of 52 05/10/2013 3603322 a4 '` P.O. Box 330708 Miami, Florida 33233-0708 cot (305)416-1922 Fax-(305)416-1925 Buyer: Richard McLaren Taxpayer ID Supplier No. Telephone No. 592594148 939 305-595-5691 Quality Wiring Inc 10055 NW 19 Street Doral,FL 33172 City of Miami-Finance-General Accounting 444 SW 2nd Ave,6th Floor Miami,FL 33130 Customer Account Number Fax-(305)416-1987 Email-payablesCa miamigov.com Please also forward a copy of the invoice to the Ship To address above. Effective Start Date Effective End Date Total Agreement Limit 04/22/2013 04/21/2018 Commodity Line Code Description/Delivery Date Qty Unit Unit Price Extended Price 77 91597-00 Telecommunications Wring Parts and Services-Fiber Optic SC 6 Pack Each 25.00 Panel Duplex 78 91597-00 Telecommunications Wring Parts and Services-Fiber Optic LC 6 Pack Each 30.00 Duplex Conn Panel 79 91597-00 Telecommunications Wring Parts and Services-12 Port Consolidation Each 30.00 Point Block Category 5E 80 91597-00 Telecommunications Wring Parts and Services-12 Port Consolidation Each 40.00 Point Block Category 6 81 91597-00 Telecommunications Wring Parts and Services-24 Port Patch Panel Each 45.00 Category 5E 568 A/B 82 91597-00 Telecommunications Wring Parts and Services-48 Port Patch Panel Each 60.00 Category 5E 568 NB 83 91597-00 Telecommunications Wring Parts and Services-24 Port Patch Panel Each 50.00 Category 6 568 NB 84 91597-00 Telecommunications Wring Parts and Services-48 Port Patch Panel Each 80.00 Category 6 568 NB 85 91597-00 Telecommunications Wring Parts and Services-110 Connecting Block Each 1.00 4-pair 86 91597-00 Telecommunications Wring Parts and Services-Cat 5e 50-pair 110 wiring ' Each 5.00 block with legs 87 91597-00 Telecommunications Wring Parts and Services-Cat 5e 100-Pair 110 Each 10.00 wiring block with legs 88 91597-00 Telecommunications Wring Parts and Services-Cat 5e 300-Pair 110 Each 30.00 wiring block with legs 89 91597-00 Telecommunications Wiring Parts and Services-Modular 66 Cross Each 7.00 Connect Block 90 91597-00 Telecommunications Wring Parts and Services-10ft Non-Metallic Surface Each 12.00 Raceway 91 91597-00 Telecommunications Wring Parts and Services-10ft Flexible PVC Each 17.00 FloorTrak 92 91597-00 Telecommunications Wring Parts and Services-Flush,Fire-Rated Each 112.00 Poke-Through 93 91597-00 Telecommunications Wring Parts and Services-Pedestal,High-Capacity Each 22.00 Fire-Rated Poke-Through 94 91597-00 Telecommunications Wring Parts and Services-10ft EMT 1/4inch Conduit Each 2.00 95 91597-00 Telecommunications Wring Parts and Services-10ft EMT 1/2inch Conduit Each 2.00 Visit our website for business opportunities at www.miamigov.com/procurement City of Miami PURCHASE ORDER/RELEASE NUMBER Change of 1305190 Number Date // Blanket Purchase Order Show this number on all packages,invoices,and shipping papers. 8 09/05/2017 Department of Purchasing Page No. Order Date Bid/Contract Number '°. cQvtp�`° P.O. Box 330708 Miami, Florida 33233-0708 6 of 52 05/10/2013 360332,2 (305)416-1922 Fax-(305)416-1925 Richard rd McLaren Taxpayer ID Supplier No. Telephone No. 592594148 939 305-595-5691 Quality Wiring Inc 10055 NW 19 Street Doral,FL 33172 _ City of Miami-Finance-General Accounting 444 SW 2nd Ave,6th Floor Miami,FL 33130 Customer Account Number Fax-(305)416-1987 Email-payables( miamigov.com Please also forward a copy of the invoice to the Ship To address above. Effective Start Date Effective End Date Total Agreement Limit 04/22/2013 04/21/2018 Commodity Line Code Description/Delivery Date Qty Unit Unit Price Extended Price 96 91597-00 Telecommunications Wring Parts and Services-10ft EMT 3/4inch Conduit Each 3.00 97 91597-00 Telecommunications Wring Parts and Services-10ft EMT 1 inch Conduit Each 6.00 98 91597-00 Telecommunications Wiring Parts and Services-10ft EMT 1 1/2inch Each 10.00 Conduit 99 91597-00 Telecommunications Wring Parts and Services-10ft EMT 2inch Conduit Each 12.00 100 91597-00 Telecommunications Wring Parts and Services-10ft EMT 3inch Conduit Each 25.00 101 91597-00 Telecommunications Wring Parts and Services-10ft EMT 4inch Conduit Each 35.00 102 91597-00 Telecommunications Wring Parts and Services-10ft PVC 1/4inch Conduit Each 0.50 103 91597-00 Telecommunications Wring Parts and Services-10ft PVC 1/2inch Conduit Each 1.00 104 91597-00 Telecommunications Wring Parts and Services-10ft PVC 3/4inch Conduit Each 1.00 105 91597-00 Telecommunications Wring Parts and Services-10ft PVC 1 inch Conduit Each 2.00 106 91597-00 Telecommunications Wring Parts and Services-10ft PVC 1 1/2inch Each 3.00 Conduit 107 91597-00 Telecommunications Wring Parts and Services-10ft PVC 2inch Conduit Each 4.00 108 91597-00 Telecommunications Wring Parts and Services-10ft PVC 3inch Conduit Each 9.00 109 91597-00 Telecommunications Wring Parts and Services-10ft PVC 4inch Conduit Each 11.00 110 91597-00 Telecommunications Wring Parts and Services-Fiber Optic PVC Innerduct Linear 0.30 1 inch Foot 111 91597-00 Telecommunications Wiring Parts and Services-Fiber Optic PVC Innerduct Linear 0.50 1 1/2inch Foot 112 91597-00 Telecommunications Wring Parts and Services-Fiber Optic Plenum Linear 1.00 Innerduct 1 inch Foot 113 91597-00 Telecommunications Wring Parts and Services-Fiber Optic Plenum Linear 1.50 Innerduct 1 1/2inch Foot 114 91597-00 Telecommunications Wring Parts and Services-NEMA 12 X 12 X 6 Box Each 20.00 Visit our website for business opportunities at:www.miamigov.com/procurement PURCHASE ORDER/RELEASE NUMBER Change Change e%.ir op City of Miami 1305190 Number Date ,0' - Blanket Purchase Order Show this number on all packages,invoices,and shipping papers. 8 09/05/2017 * �� � . Page No. Order Date Bid/Contract Number c _ Department of Purchasing '44'c� spa`° P.O. Box 330708 Miami, Florida 33233-0708 Buyer:f 2 05/10/2013 360332,2 (305)416-1922 Fax-(305)416-1925 Richard McLaren Taxpayer ID _ Supplier No. Telephone No. 592594148 939 305-595-5691 I Quality Wiring Inc 10055 NW 19 Street Doral,FL 33172 City of Miami-Finance-General Accounting 444 SW 2nd Ave,6th Floor Miami,FL 33130 Customer Account Number Fax-(305)416-1987 Email-payablesCD.miamigov.com Please also forward a copy of the invoice to the Ship To address above. Effective Start Date Effective End Date _ Total Agreement Limit 04/22/2013 04/21/2018 Commodity Line Code Description/Delivery Date Qty Unit Unit Price Extended Price 115 91597-00 Telecommunications Wring Parts and Services-NEMA 24 X 24 X 8 Box Each 75.00 116 91597-00 Telecommunications Wring Parts and Services-Standard Box 1.78inch Each 6.00 Deep 1 Gang Device Box 117 91597-00 Telecommunications Wiring Parts and Services-Core drill, 1-4 inch Each 15.00 118 91597-00 Telecommunications Wring Parts and Services-Directional underground Linear 2.00 core drilling including installation of conduit and all related hardware Foot 119 91597-00 Telecommunications Wiring Parts and Services-Back Board,Flush Each 50.00 Mounted,4 feet X 8 feet,Fire Retardant 120 91597-00 Telecommunications Wiring Parts and Services-Back Board,Flush Each 20.00 Mounted,4 feet X 4 feet,Fire Retardant 121 91597-00 Telecommunications Wiring Parts and Services-Back Board,Flush Each 50.00 Mounted,2 feet X 8 feet,Fire Retardant 122 91597-00 Wireless Radio&Antenna Parts and Services-Configuration of Wireless Hour 200.00 Radio &Testing 123 91597-00 'VViireless Radio&Antenna Parts and Services-4.9-5.875 GHz,Dual ' Each 25.00 Polarity,Slanted(±45°)or V/H,23 dBi Panel Antenna 124 91597-00 Wireless Radio&Antenna Parts and Services-4.9-6.1 GHz,Dual Each 25.00 Polarity,Slanted(±45°), 17 dBi Sector Antenna-60 degrees - 125 91597-00 Wireless Radio&Antenna Parts and Services-5.1 -6.1 GHz,Triple Each 25.00 Polarization MIMO,Slanted(±45°)and Vertical,17 dBi Panel Antenna - 126 91597-00 Wireless Radio&Antenna Parts and Services-4.9-6.1 GHz,Triple Each 25.00 Polarizations MIMO,Slanted(±45°)and Vertical,16 dBi Sector Antenna- 90 degrees 127 91597-00 Wireless Radio&Antenna Parts and Services-4.9-6GHz,Dual Each 25.00 Polarity,Vertical/Horizontal,16.5 dBi Sector Antenna-60 degrees.Mounting kit Incd. 128 91597-00 Wireless Radio&Antenna Parts and Services-4.9-5.95GHz,Dual Each 25.00 Polarity,Vertical and Horizontal, 14dBi Sector Antenna-90 degrees. Mounting kit Incl. _ 129 91597-00 Wireless Radio&Antenna Parts and Services-4.9-6.1 GHz,Dual Each 25.00 Polarity,Vertical and Horizontal,30 dBi Panel Antenna - 130 91597-00 Wireless Radio&Antenna Parts and Services-5.9-6.425 GHz,Dual Each 25.00 Polarity, Vertical&Horizontal,16 dBi Sector Antenna-90 degrees 131 91597-00 Wireless Radio&Antenna Parts and Services-5.9-6.425 GHz,Dual Each 25.00 Polarity, Vertical&Horizontal,17 dBi Sector Antenna-60 degrees 132 91597-00 Wireless Radio&Antenna Parts and Services-5.9-6.425 GHz,Dual Each 25.00 Polarity, Vertical&Horizontal,24 dBi Panel Antenna 133 91597-00 Wireless Radio&Antenna Parts and Services-2.3-2.7 GHz,Dual Polarity, Each 25.00 Vertical&Horizantal,20 dBi Panel Antenna Visit our website for business opportunities at:www.miamigov.com/procurement City of Miami PURCHASE ORDER/RELEASE NUMBER Change Change 911 1305190 Number Date Blanket Purchase Order Show this number on all packages,invoices,and shipping papers. 8 09/05/2017 Department of Purchasing Page No. Order Date Bid/Contract Number P.O. Box 330708 Miami, Florida 33233-0708 8 of 52 05/10/2013 360332,2 (305)416-1922 Fax-(305)416-1925 Buyer: Richard McLaren Taxpayer ID Supplier No. Telephone No. 592594148 939 305-595-5691 Quality Wiring Inc 10055 NW 19 Street Doral,FL 33172 City of Miami-Finance-General Accounting 444 SW 2nd Ave,6th Floor Miami,FL 33130 Customer Account Number Fax-(305)416-1987 Email-payables@miamigov.com Please also forward a copy of the invoice to the Ship To address above. Effective Start Date Effective End Date Total Agreement Limit 04/22/2013 04/21/2018 Commodity - Line Code Description/Delivery Date Qty Unit Unit Price Extended Price 134 91597-00 Wireless Radio&Antenna Parts and Services-Super Gland AVC Each 10.00 connector,cable feed thru(for new enclosure(NTE)-Pack of 20 135 91597-00 Wireless Radio&Antenna Parts and Services-Cable Feed-Through Each 10.00 Sealing Cap kits,PACK OF 20(for 8150-CPE and MP/QB.11) 136 91597-00 Wireless Radio&Antenna Parts and Services-25m outdoor,RJ45 Each 10.00 terminated,UV Rated,STP Shielded CAT5e cable 137 91597-00 Wireless Radio&Antenna Parts and Services-50m outdoor,RJ45 Each 10.00 terminated,UV Rated,STP Shielded CAT5e cable 138 91597-00 Wireless Radio&Antenna Parts and Services-75m outdoor,RJ45 Each 10.00 terminated,UV Rated,STP Shielded CAT5e cable 139 91597-00 Wireless Radio&Antenna Parts and Services-SURGE,GIGABIT SURGE Each 85.00 PROTECTOR WITH SHIELDED RJ45. 140 91597-00 Wireless Radio&Antenna Parts and Services-2-6 GHz High Performance Each 50.00 RF Lightning Arrestor,N-Female to N-Male Protected 141 91597-00 Wireless Radio&Antenna Parts and Services-2-6 GHz High Performance Each 50.00 RF Lightning Arrestor,N-Female to N-Male Protected 142 91597-00 Wireless Radio&Antenna Parts and Services-Gigabit,32W,PoE injector Each 85.00 with RJ45 and reload button 143 91597-00 Wireless Radio&Antenna Parts and Services-Outdoor Universal Each 25.00 Mounting Kit; 144 91597-00 Wireless Radio&Antenna Parts and Services-PoE Gigabit 48V DC Each 50.00 Injector with terminal Jack-25 pack 145 91597-00 Wireless Radio&Antenna Parts and Services-6 ft Super-Low Loss Each 10.00 Coaxial Antenna Cable,0.600",Standard N-Male to Right Angle N-Male 146 91597-00 Wireless Radio&Antenna Parts and Services-15 dBi Window Antenna- Each 25.00 St-N Female-5.25-5.875 GHz 147 91597-00 Wireless Radio&Antenna Parts and Services-18 dBi Panel Antenna- Each 25.00 St-N Female-5.25-5.875 GHz 148 91597-00 Wireless Radio&Antenna Parts and Services-23 dBi Panel Antenna- Each 25.00 St-N Female-5.725-5.875 GHz 149 91597-00 Wireless Radio&Antenna Parts and Services-8 dBi Omni Directional Each 25.00 Antenna-St-N Femal-5.47-5.850 GHz 150 91597-00 Wireless Radio&Antenna Parts and Services-5054-OA-10 10 dBi Omni Each 25.00 Directional Antenna-St-N Femal-5.47-5.850 GHz 151 91597-00 Wireless Radio&Antenna Parts and Services-14 dBi Sector Antenna- Each 25.00 St-N Female-4.9-5.875 GHz-120 degrees 152 91597-00 Wireless Radio&Antenna Parts and Services-16 dBi Sector Antenna- Each 25.00 St-N Female-4.9-6.1 GHz-90 degrees Visit our website for business opportunities at:www.miamigov.com/procurement all all op City of Miami PURCHASE ORDER/RELEASE NUMBER Change Change 1305190 Blanket Purchase Order Show this number on all packages,invoices,and shipping papers. 8 09/05/2017 Page No. Order Date Bid/Contract Number c�"••t'•; Visit our website for business opportunities at:www.miamigov.com/procurement City of Miami PURCHASE ORDER/RELEASE NUMBER Change Date Change /01 6% 1305190 Number Blanket Purchase Order Show this number on all packages,invoices,and shipping papers. 8 09/05/2017 80.,...... " Department of Purchasing Page No. Order Date Bid/Contract Number cF`p�`� P.O. Box 330708 Miami, Florida 33233-0708 10 of 52 05/10/2013 360332,2 (305)416-1922 Fax-(305)416-1925 B Richard rd McLaren Taxpayer ID Supplier No. Telephone No. 592594148 939 305-595-5691 Quality Wiring Inc 10055 NW 19 Street Doral,FL 33172 City of Miami-Finance-General Accounting 444 SW 2nd Ave,6th Floor Miami,FL 33130 Customer Account Number Fax-(305)416-1987 Email-pavablesamiamigov.com Please also forward a copy of the invoice to the Ship To address above. Effective Start Date Effective End Date Total Agreement Limit 04/22/2013 04/21/2018 Commodity Line Code Description/Delivery Date Qty Unit Unit Price Extended Price In accordance with IFB No.360332 and Resolution No. 13-0161 FOB: Requisition Number: Vendor Instructions Destination 1. Florida Tax Exempt ID: Ship Via: Department: 2. Invoices:Direct Invoices in Duplicate to the address shown above. 3. Terms and conditions set forth in our Bid or Quotation and on the Payment Terms: Contact Person: reverse side hereof are incorporated herein by reference become Net 30 part of this order Telephone Number: 09/05/2017 Annie Perez,CPPO,Director of Procurement Date Approved C IFN/PC 506 Rev. 12/05 BY ACCEPTING THIS ORDER,VENDOR AGREES TO THE FOLLOWING TERMS AND CONDITIONS 1.ACCEPTANCE OF PURCHASE ORDER:A Purchase Order is given for immediate acceptance by the VENDOR.Unless promptly notified to the contrary,the CITY will assume the VENDOR accepts the order as written and will make delivery as specified on the document. 2.ENTIRE AGREEMENT:All specifications,drawings,and data submitted to the VENDOR with this order or the solicitation for this order are hereby incorporated herein and made a part hereof.This contract contains the entire agreement of the parties.No charge in quantities,prices,specifications, terms,or shipping instructions will be allowed except on written authority of the CITY of Miami Purchasing Department.Any additional or different terms and conditions proposed by VENDOR are objected to and hereby rejected unless specifically agreed to by the CITY. 3.INDEMNIFICATION:The VENDOR hereby agrees to indemnify,save,and hold harmless the CITY from all claims,demands,liabilities,and suits of any nature whatsoever arising out of,because of,or due to the breach of the Agreement by the VENDOR,its agents or employees,or due to any act or occurrence of omission or commission of the VENDOR,its agents employees.It is specifically understood and agreed that this indemnification agreement does not cover or indemnify the CITY for its own negligence or breach of contract. 4.MODIFICATION:The CITY may by written Order,make changes in the specifications if such changes are within the general scope of the Contract.If such changes cause an increase or decrease in the VENDOR'S costs or in time required for performance of the Contract:(a)the VENDOR shall promptly notify the CITY and assert its claim for adjustment and an equitable adjustment shall be made by the CITY and the Contract modified accordingly.Nothing in this clause shall excuse the VENDOR from performing. 5.DEFAULT:Time is of the essence of this contract and if delivery of acceptable items or rendering of services is not completed by the time promised, the CITY reserves the right without liability,in addition to its other rights and remedies,to terminate this contract by notice effective when received by VENDOR;as to stated items not yet shipped or services not yet rendered,and to purchase substitute items or services elsewhere and charge the VENDOR with any and all losses incurred. 6.TRANSPORTATION CHARGES:Transportation expenses for all shipments shall be prepaid to destination.Shipments sent C.O.D.or freight collect without the CITY'S written consent will not be accepted and will,at VENDOR'S risk and expense be returned to VENDOR.No charges will be allowed by the CITY for transportation,packing,cartage or containers unless otherwise authorized in the Purchase Order. 7.UNAVOIDABLE DELAY:If the VENDOR is delayed in the delivery of goods purchased under the Purchase Order by a cause beyond its control, VENDOR must immediately upon receiving knowledge of such delay,give written notice to the CITY and request an extension of time.The CITY shall examine the request and determine if the VENDOR is entitled to an extension. 8.QUANTITY:Quantities furnished in excess of those specified in the Purchase Order will not be accepted and will be held at VENDOR'S risk and expense. 9.INSPECTION:Materials or equipment purchased are subject to inspection and approval at the CITY'S destination.The CITY reserves the right to reject and refuse acceptance of items which are not in accordance with the instructions,specifications,drawings,or data of VENDOR'S warranty (expressed or implied).Rejected materials or equipment shall be removed by,or at the expense of,the VENDOR promptly after rejection. 10.WARRANTY:The VENDOR warrants that all goods and services furnished hereunder will conform in all respects to the terms of this order,including any drawings,specifications,or standards incorporated herein,and that they will be free from latent and patent defects in materials,workmanship and title,and will be free from such defects in design.In addition,VENDOR warrants that said goods and services are suitable for,and will perform in accordance with,the purpose for which they are purchased,fabricated,manufactured and designed or for such other purposes as are expressly specified in this order.The CITY may return any nonconforming or defective items to the VENDOR or require correction or replacement of the item at the time the defect is discovered,all at the VENDOR'S risk and expense.Acceptance shall not relieve the VENDOR of its responsibility. 11.REGULATORY COMPLIANCE:VENDOR represents and warrants that the goods or services furnished hereunder(including all labels,packages, and containers for said goods)comply with all applicable standards,rules and regulations in effect under the requirements of Federal,State and local laws,including the Occupational Safety and Health Act as amended,with respect to design,construction,manufacture or use for their intended purpose of said goods or services.VENDOR shall furnish"Material Safety Data Sheets"in compliance with the Florida Right To Know Law,Florida Statutes, Chapter 442. 12.ROYALTIES AND PATENTS:VENDOR shall pay all royalties and license fees.VENDOR shall defend all suits or claims for infringement of any patent,copyright or trademark rights and shall save the CITY harmless from loss on account thereof. 13.PAYMENT:Payments will be made in accordance with the terms on the face of this order,or the VENDOR'S invoice,whichever are more favorable to the CITY and payment date therefor shall be calculated from the receipt of invoice or final acceptance of the goods,whichever is later. 14.IDENTIFICATION:Invoices in duplicate with prices set out and giving the correct Purchase Order Number must be sent to the address shown on the face of this order,otherwise payment of VENDOR'S account may be delayed.The Purchase Order Number shall appear on all invoices,boxes, packages,shipping documents and correspondence,and the list of contents shall be enclosed in each box or package. 15.TERMINATION:CITY may,at any time,terminate this order in whole or in part by written or telegraphic notice or verbal notice confirmed in writing. Upon termination for convenience of Buyer,the Buyer will assume responsibility for specific contractual or scheduled financial commitments made prior to notice of termination.Any and all services,property,publications,or materials provided during or resulting from the Contract shall become the property of the Buyer.If,however,termination is occasioned by the VENDOR'S breach of any condition hereof,including breach warranty,or by VENDOR'S delay,except due to circumstances beyond the VENDOR'S control and without VENDOR'S fault or negligence,VENDOR shall not be entitled to any claim or costs or to any profit referred to in said clause,and Buyer shall have against VENDOR all remedies provided by law and equity. 16.TAXES:CITY of Miami is exempt from State and local taxes.Exemption number is printed on the reverse side hereof.This Order shall serve as the exemption certificate. 17.LAW GOVERNING:This contract shall be governed by and construed according to the laws of the State of Florida. 18.ASSIGNMENT:Any assignment of this Purchase Order,including any performance of work hereunder,in whole or in part,or monies due hereunder, shall be void unless consented to by CITY in writing and CITY shall have no obligations to any assignee of VENDOR under any assignment not consented to in writing by THE CITY. 19.TERMS:The order total shall be paid by the CITY upon receipt of invoice from VENDOR which shall be subject to verification as to quantities and quality of goods delivered or services performed. 20.TAX:VENDOR doing business with the CITY shall not be exempt from paying sales tax to their suppliers for materials to fulfill contractual obligations with the CITY,nor shall any VENDOR be authorized to use the CITY Tax Exemption Number in acquiring such materials. 21.LOCAL RESOURCES:VENDOR shall give first priority to utilizing resources in the disaster area,including but not limited to procuring supplies and equipment,awarding sub-contracts,and employing workmen. 22.PAYMENT CHANGES:Payments will only be made to the company and address as set forth on Purchase Order unless the VENDOR has requested a change thereto on official company letterhead,signed by an authorized officer of the company. 23.UNIFORM COMMERCIAL CODE:The Uniform Commercial Code(Chapter 672,Florida Statutes)shall prevail as the basis for contractual obligations between the VENDOR and CITY for any terms and conditions not specifically stated in this Purchase Order. 24.INSURANCE:In the event that insurance is required by the CITY in connection with this Purchase Order,VENDOR shall provide an Insurance Certificate,in a form acceptable to the CITY,naming the CITY as an additional insured,as proof of compliance therewith which said certificate shall constitute part of this Purchase Order. 25.BONDING:The CITY reserves the right to require the VENDOR to post a performance and payment bond in the amount of One Hundred percent (100%)of the Purchase Order total,upon award or at such time deemed necessary by CITY. Blanket Purchase Agreement 1305190, 8 Table of Contents Terms and Conditions 13 1.General Conditions 13 1.1.GENERAL TERMS AND CONDITIONS 13 2.Special Conditions 33 2.1.PURPOSE 33 2.2.DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION 33 2.3.PRE-BID/PRE-PROPOSAL CONFERENCE 33 2.4.TERM OF CONTRACT 33 2.5.CONDITIONS FOR RENEWAL 33 2.6.EQUITABLE ADJUSTMENT 33 2.7.NON-APPROPRIATION OF FUNDS 34 2.8.METHOD OF AWARD 34 2.9.BIDDER MINIMUM QUALIFICATIONS 34 2.10.FAILURE TO PERFORM 35 2.11.EQUAL PRODUCT 35 2.12.INSURANCE REQUIREMENT 35 2.13.COMPLETED WORK 37 2.14.ADDITIONS/DELETIONS OF FACILITIES/ITEMS/PRODUCTS 37 2.15.CONTRACT ADMINISTRATOR 37 2.16. SUBCONTRACTING 37 2.17.WORKMANSHIP AND MATERIALS 37 2.18.TIE BIDS 38 2.19.LIQUIDATED DAMAGES 38 2.20.USE OF PREMISES 38 2.21.DAMAGES TO PUBLIC/PRIVATE PROPERTY 39 2.22.HOURLY RATES 39 2.23.MATERIALS SHALL BE NEW AND WARRANTED AGAINST DEFECTS 39 2.24.WARRANTY,FITNESS FOR PURPOSE 39 2.25.SPECIFICATION EXCEPTIONS 39 2.26.PUBLIC CONVENIENCE AND SAFETY 40 2.27.SAFETY MEASURES 40 2.28.TERMINATION 40 2.29.ADDITIONAL TERMS AND CONDITIONS 41 2.30.PRIMARY CLIENT(FIRST PRIORITY) 41 2.31.PERSONNEL AND EQUIPMENT 41 2.32.INVOICES 42 2.33.EMERGENCY CONTACT AND RESPONSE TIME 42 2.34.SUCCESSFUL BIDDER POINT OF CONTACT 42 2.35.LICENSES,PERMITS AND FEES 42 3. Specifications 44 3.1. SPECIFICATIONS/SCOPE OF WORK 44 Page 12 of 52 Blanket Purchase Agreement 1305190, 8 Terms and Conditions 1.General Conditions 1.1.GENERAL TERMS AND CONDITIONS Intent: The General Terms and Conditions described herein apply to the acquisition of goods/equipment/services with an estimated aggregate cost of$25,000.00 or more. Definition:A formal solicitation is defined as issuance of an Invitation for Bids,Request for Proposals,Request for Qualifications,or Request for Letters of Interest pursuant to the City of Miami Procurement Code and/or Florida Law,as amended. Formal Solicitation and Solicitation shall be defined in the same manner herein. 1.1.ACCEPTANCE OF GOODS OR EQUIPMENT-Any good(s)or equipment delivered under this formal solicitation,if applicable,shall remain the property of the seller until a physical inspection and actual usage of the good is made,and thereafter is accepted as satisfactory to the City. It must comply with the terms herein and be fully in accordance with specifications and of the highest quality. In the event the goods/equipment supplied to the City are found to be defective or does not conform to specifications,the City reserves the right to cancel the order upon written notice to the Contractor and return the product to the Contractor at the Contractor's expense. 1.2.ACCEPTANCE OF OFFER-The signed or electronic submission of your solicitation response shall be considered an offer on the part of the bidder/proposer;such offer shall be deemed accepted upon issuance by the City of a purchase order. 1.3.ACCEPTANCE/REJECTION—The City reserves the right to accept or reject any or all responses or parts of after opening/closing date and request re-issuance on the goods/services described in the formal solicitation.In the event of such rejection,the Director of Purchasing shall notify all affected bidders/proposers and make available a written explanation for the rejection. The City also reserves the right to reject the response of any bidder/proposer who has previously failed to properly perform under the terms and conditions of a contract,to deliver on time contracts of a similar nature,and who is not in a position to perform the requirements defined in this formal solicitation. The City further reserves the right to waive any irregularities or minor informalities or technicalities in any or all responses and may,at its discretion,re-issue this formal solicitation. 1.4.ADDENDA—It is the bidder's/proposer's responsibility to ensure receipt of all Addenda.Addenda are available at the City's website at:http://www.ci.miami.fl.us/procurement 1.5.ALTERNATE RESPONSES MAY BE CONSIDERED-The City may consider one(1)alternate response from the same Bidder/Proposer for the same formal solicitation;provided,that the alternate response offers a different product that meets or exceeds the formal solicitation requirements. In order for the City to consider an alternate response,the Bidder/Proposer shall complete a separate Price Sheet form and shall mark"Alternate Response". Alternate response shall be placed in the same response.This provision only applies to formal solicitations for the procurement of goods,services,items,equipment,materials,and/or supplies. 1.6.ASSIGNMENT-Contractor agrees not to subcontract,assign,transfer,convey,sublet,or otherwise dispose of the resulting Contract,or any or all of its right,title or interest herein,without City of Miami's prior written consent. 1.7.ATTORNEY'S FEES-In connection with any litigation,mediation and arbitration arising out of this Contract, each party shall bear their own attorney's fees through and including appellate litigation and any post judgment Page 13 of 52 Blanket Purchase Agreement 1305190, 8 proceedings. 1.8.AUDIT RIGHTS AND RECORDS RETENTION-The Successful Bidder/Proposer agrees to provide access at all reasonable times to the City,or to any of its duly authorized representatives,to any books,documents,papers, and records of Contractor which are directly pertinent to this formal solicitation,for the purpose of audit, examination,excerpts,and transcriptions. The Successful Bidder/Proposer shall maintain and retain any and all of the books,documents,papers and records pertinent to the Contract for three(3)years after the City makes final payment and all other pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. 1.9.AVAILABILITY OF CONTRACT STATE-WIDE-Any Governmental,not-for-profit or quasi-governmental entity in the State of Florida,may avail itself of this contract and purchase any and all goods/services,specified herein from the successful bidder(s)/proposer(s)at the contract price(s)established herein, when permissible by federal,state,and local laws,rules,and regulations. Each Governmental,not-for-profit or quasi-governmental entity which uses this formal solicitation and resulting bid contract or agreement will establish its own contract/agreement,place its own orders,issue its own purchase orders, be invoiced there from and make its own payments,determine shipping terms and issue its own exemption certificates as required by the successful bidder(s)/proposer(s). 1.10.AWARD OF CONTRACT: A.The Formal Solicitation,Bidder's/Proposer's response,any addenda issued, and the purchase order shall constitute the entire contract,unless modified in accordance with any ensuing contract/agreement,amendment or addenda. B.The award of a contract where there are Tie Bids will be decided by the Director of Purchasing or designee in the instance that Tie Bids can't be determined by applying Florida Statute 287.087,Preference to Businesses with Drug-Free Workplace Programs. C. The award of this contract may be preconditioned on the subsequent submission of other documents as specified in the Special Conditions or Technical Specifications.Bidder/Proposer shall be in default of its contractual obligation if such documents are not submitted in a timely manner and in the form required by the City. Where Bidder/Proposer is in default of these contractual requirements,the City,through action taken by the Purchasing Department,will void its acceptance of the Bidder's/Proposer's Response and may accept the Response from the next lowest responsive,responsible Bidder or Proposal most advantageous to the City or re-solicit the City's requirements. The City,at its sole discretion,may seek monetary restitution from Bidder/Proposer and its bid/proposal bond or guaranty,if applicable,as a result of damages or increased costs sustained as a result of the Bidder's/Proposer's default. D. The term of the contract shall be specified in one of three documents which shall be issued to the successful Bidder/Proposer. These documents may either be a purchase order,notice of award and/or contract award sheet. E. The City reserves the right to automatically extend this contract for up to one hundred twenty(120)calendar days beyond the stated contract term in order to provide City departments with continual service and supplies while a new contract is being solicited,evaluated,and/or awarded. If the right is exercised,the City shall notify the Bidder/Proposer,in writing,of its intent to extend the contract at the same price,terms and conditions for a specific number of days. Additional extensions over the first one hundred twenty(120)day extension may occur,if,the City and the Successful Bidder/Proposer are in mutual agreement of such extensions. F. Where the contract involves a single shipment of goods to the City,the contract term shall conclude upon completion of the expressed or implied warranty periods. Page 14 of 52 Blanket Purchase Agreement 1305190, 8 G. The City reserves the right to award the contract on a split-order,lump sum or individual-item basis, or such combination as shall best serve the interests of the City unless otherwise specified. H. A Contract/Agreement may be awarded to the Bidder/Proposer by the City Commission based upon the minimum qualification requirements reflected herein. As a result of a RFP,RFQ,or RFLI,the City reserves the right to execute or not execute,as applicable,an Agreement with the Proposer,whichever is determined to be in the City's best interests. Such agreement will be furnished by the City,will contain certain terms as are in the City's best interests,and will be subject to approval as to legal form by the City Attorney. 1.11.BID BOND/BID SECURITY-A cashier's or certified check,or a Bid Bond signed by a recognized surety company that is licensed to do business in the State of Florida,payable to the City of Miami,for the amount bid is required from all bidders/proposers,if so indicated under the Special Conditions. This check or bond guarantees that a bidder/proposer will accept the order or contract/agreement,as bid/proposed,if it is awarded to bidder/proposer. Bidder/Proposer shall forfeit bid deposit to the City should City award contract/agreement to Bidder/Proposer and Bidder/Proposer fails to accept the award.The City reserves the right to reject any and all surety tendered to the City. Bid deposits are returned to unsuccessful bidders/proposers within ten(10)days after the award and successful bidder's/proposer's acceptance of award.If sixty(60)days have passed after the date of the formal solicitation closing date,and no contract has been awarded,all bid deposits will be returned on demand. 1.12.RESPONSE FORM(HARDCOPY FORMAT)-All forms should be completed,signed and submitted accordingly. 1.13.BID SECURITY FORFEITED LIQUIDATED DAMAGES-Failure to execute an Agreement and/or file an acceptable Performance Bond,when required,as provided herein, shall be just cause for the annulment of the award and the forfeiture of the Bid Security to the City,which forfeiture shall be considered,not as a penalty,but in mitigation of damages sustained. Award may then be made to the next lowest responsive,responsible Bidder or Proposal most advantageous to the City or all responses may be rejected. 1.14.BRAND NAMES-If and wherever in the specifications brand names,makes,models,names of any manufacturers,trade names,or bidder/proposer catalog numbers are specified,it is for the purpose of establishing the type,function,minimum standard of design,efficiency,grade or quality of goods only. When the City does not wish to rule out other competitors'brands or makes,the phrase"OR EQUAL"is added. When bidding/proposing an approved equal,Bidders/Proposers will submit,with their response,complete sets of necessary data(factory information sheets,specifications,brochures,etc.)in order for the City to evaluate and determine the equality of the item(s)bid/proposed. The City shall be the sole judge of equality and its decision shall be final. Unless otherwise specified,evidence in the form of samples may be requested if the proposed brand is other than specified by the City. Such samples are to be furnished after formal solicitation opening/closing only upon request of the City. If samples should be requested,such samples must be received by the City no later than seven (7)calendar days after a formal request is made. 1.15.CANCELLATION-The City reserves the right to cancel all formal solicitations before its opening/closing. In the event of bid/proposal cancellation,the Director of Purchasing shall notify all prospective bidders/proposers and make available a written explanation for the cancellation. 1.16.CAPITAL EXPENDITURES-Contractor understands that any capital expenditures that the firm makes,or prepares to make,in order to deliver/perform the goods/services required by the City,is a business risk which the contractor must assume. The City will not be obligated to reimburse amortized or unamortized capital expenditures, or to maintain the approved status of any contractor. If contractor has been unable to recoup its capital expenditures. during the time it is rendering such goods/services,it shall not have any claim upon the City. 1.17.CITY NOT LIABLE FOR DELAYS-It is further expressly agreed that in no event shall the City be liable Page 15 of 52 Blanket Purchase Agreement 1305190, 8 for,or responsible to,the Bidder/Proposer/Consultant,any sub-contractor/sub-consultant,or to any other person for, or on account of,any stoppages or delay in the work herein provided for by injunction or other legal or equitable proceedings or on account of any delay for any cause over which the City has no control. 1.18.COLLUSION—Bidder/Proposer,by submitting a response,certifies that its response is made without previous understanding,agreement or connection either with any person,firm or corporation submitting a response for the same items/services or with the City of Miami's Purchasing Department or initiating department. The Bidder/Proposer certifies that its response is fair,without control,collusion,fraud or other illegal action. Bidder/Proposer certifies that it is in compliance with the Conflict of Interest and Code of Ethics Laws.The City will investigate all potential situations where collusion may have occurred and the City reserves the right to reject any and all bids/responses where collusion may have occurred. 1.19.COMPLIANCE WITH FEDERAL,STATE AND LOCAL LAWS-Contractor understands that contracts between private entities and local governments are subject to certain laws and regulations,including laws pertaining to public records,conflict of interest,records keeping,etc. City and Contractor agree to comply with and observe all applicable laws,codes and ordinances as that may in any way affect the goods or equipment offered,including but not limited to: A. Executive Order 11246,which prohibits discrimination against any employee,applicant,or client because of race,creed,color,national origin,sex,or age with regard to,but not limited to,the following: employment practices,rate of pay or other compensation methods,and training selection. B. Occupational,Safety and Health Act(OSHA),as applicable to this Formal Solicitation. C. The State of Florida Statutes,Section 287.133(3)(A)on Public Entity Crimes. D. Environment Protection Agency(EPA),as applicable to this Formal Solicitation. E. Uniform Commercial Code(Florida Statutes,Chapter 672). F. Americans with Disabilities Act of 1990,as amended. G. National Institute of Occupational Safety Hazards(NIOSH),as applicable to this Formal Solicitation. H. National Forest Products Association(NFPA),as applicable to this Formal Solicitation. I. City Procurement Ordinance City Code Section 18,Article III. J. Conflict of Interest, City Code Section 2-611;61. K. Cone of Silence,City Code Section 18-74. L. The Florida Statutes Sections 218.73 and 218.74 on Prompt Payment. Lack of knowledge by the bidder/proposer will in no way be a cause for relief from responsibility. Non-compliance with all local,state,and federal directives,orders,and laws may be considered grounds for termination of contract(s). Copies of the City Ordinances may be obtained from the City Clerk's Office. 1.20.CONE OF SILENCE-Pursuant to Section 18-74 of the City of Miami Code,a"Cone of Silence"is imposed upon each RFP,RFQ,RFLI,or IFB after advertisement and terminates at the time the City Manager issues a written recommendation to the Miami City Commission. The Cone of Silence shall be applicable only to Contracts for the provision of goods and services and public works or improvements for amounts greater than$200,000. The Cone of Silence prohibits any communication regarding RFPs,RFQs,RFLI or IFBs(bids)between,among others: Page 16 of 52 Blanket Purchase Agreement 1305190, 8 Potential vendors,service providers,bidders,lobbyists or consultants and the City's professional staff including,but not limited to,the City Manager and the City Manager's staff;the Mayor,City Commissioners,or their respective staffs and any member of the respective selection/evaluation committee. The provision does not apply to,among other communications: oral communications with the City purchasing staff,provided the communication is limited strictly to matters of process or procedure already contained in the formal solicitation document;the provisions of the Cone of Silence do not apply to oral communications at duly noticed site visits/inspections,pre-proposal or pre-bid conferences,oral presentations before selection/evaluation committees,contract negotiations during any duly noticed public meeting, or public presentations made to the Miami City Commission during a duly noticed public meeting;or communications in writing or by email at any time with any City employee,official or member of the City Commission unless specifically prohibited by the applicable RFP,RFQ,RFLI or IFB(bid)documents (See Section 2.2.of the Special Conditions);or communications in connection with the collection of industry comments or the performance of market research regarding a particular RFP,RFQ,RFLI OR IFB by City Purchasing staff. Proposers or bidders must file a copy of any written communications with the Office of the City Clerk,which shall be made available to any person upon request.The City shall respond in writing and file a copy with the Office of the City Clerk,which shall be made available to any person upon request.Written communications may be in the form of e-mail,with a copy to the Office of the City Clerk. In addition to any other penalties provided by law,violation of the Cone of Silence by any proposer or bidder shall render any award voidable. A violation by a particular Bidder,Proposer,Offeror,Respondent,lobbyist or consultant shall subject same to potential penalties pursuant to the City Code. Any person having personal knowledge of a violation of these provisions shall report such violation to the State Attorney and/or may file a complaint with the Ethics Commission.Proposers or bidders should reference Section 18-74 of the City of Miami Code for further clarification. This language is only a summary of the key provisions of the Cone of Silence.Please review City of Miami Code Section 18-74 for a complete and thorough description of the Cone of Silence.You may contact the City Clerk at 305-250-5360,to obtain a copy of same. 1.21.CONFIDENTIALITY-As a political subdivision,the City of Miami is subject to the Florida Sunshine Act and Public Records Law.If this Contract/Agreement contains a confidentiality provision,it shall have no application when disclosure is required by Florida law or upon court order. 1.22.CONFLICT OF INTEREST—Bidders/Proposers,by responding to this Formal Solicitation,certify that to the best of their knowledge or belief,no elected/appointed official or employee of the City of Miami is financially interested,directly or indirectly,in the purchase of goods/services specified in this Formal Solicitation. Any such interests on the part of the Bidder/Proposer or its employees must be disclosed in writing to the City. Further,you must disclose the name of any City employee who owns,directly or indirectly,an interest of five percent(5%)or more of the total assets of capital stock in your firm. A. Bidder/Proposer further agrees not to use or attempt to use any knowledge,property or resource which may be within his/her/its trust,or perform his/her/its duties,to secure a special privilege,benefit,or exemption for himself/herself/itself,or others.Bidder/Proposer may not disclose or use information not available to members of the general public and gained by reason of his/her/its position,except for information relating exclusively to governmental practices,for his/her/its personal gain or benefit or for the personal gain or benefit of any other person or business entity. B. Bidder/Proposer hereby acknowledges that he/she/it has not contracted or transacted any business with the City or any person or agency acting for the City,and has not appeared in representation of any third party before any Page 17 of 52 Blanket Purchase Agreement 1305190, 8 board,commission or agency of the City within the past two years. Bidder/Proposer further warrants that he/she/it is not related,specifically the spouse,son,daughter,parent,brother or sister,to:(i)any member of the commission; (ii)the mayor;(iii)any city employee;or(iv)any member of any board or agency of the City. C. A violation of this section may subject the Bidder/Proposer to immediate termination of any professional services agreement with the City,imposition of the maximum fine and/or any penalties allowed by law. Additionally,violations may be considered by and subject to action by the Miami-Dade County Commission on Ethics. 1.23.COPYRIGHT OR PATENT RIGHTS—Bidders/Proposers warrant that there has been no violation of copyright or patent rights in manufacturing,producing,or selling the goods shipped or ordered and/or services provided as a result of this formal solicitation,and bidders/proposers agree to hold the City harmless from any and all liability,loss,or expense occasioned by any such violation. 1.24.COST INCURRED BY BIDDER/PROPOSER-All expenses involved with the preparation and submission of Responses to the City,or any work performed in connection therewith shall be borne by the Bidder(s)/Proposer(s). 1.25.DEBARMENT AND SUSPENSIONS(Sec 18-107) (a)Authority and requirement to debar and suspend.After reasonable notice to an actual or prospective Contractual Party,and after reasonable opportunity for such party to be heard,the City Manager,after consultation with the Chief Procurement Officer and the city attorney,shall have the authority to debar a Contractual Party,for the causes listed below,from consideration for award of city Contracts.The debarment shall be for a period of not fewer than three years.The City Manager shall also have the authority to suspend a Contractual Party from consideration for award of city Contracts if there is probable cause for debarment,pending the debarment determination.The authority to debar and suspend contractors shall be exercised in accordance with regulations which shall be issued by the Chief Procurement Officer after approval by the City Manager,the city attorney,and the City Commission. (b) Causes for debarment or suspension.Causes for debarment or suspension include the following: (1) Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private Contract or subcontract,or incident to the performance of such Contract or subcontract. (2) Conviction under state or federal statutes of embezzlement,theft,forgery,bribery,falsification or destruction of records,receiving stolen property,or any other offense indicating a lack of business integrity or business honesty. (3) Conviction under state or federal antitrust statutes arising out of the submission of Bids or Proposals. (4) Violation of Contract provisions,which is regarded by the Chief Procurement Officer to be indicative of nonresponsibility.Such violation may include failure without good cause to perform in accordance with the terms and conditions of a Contract or to perform within the time limits provided in a Contract,provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. (5) Debarment or suspension of the Contractual Party by any federal,state or other governmental entity. (6) False certification pursuant to paragraph(c)below. (7) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which Page 18 of 52 Blanket Purchase Agreement 1305190, 8 the violation remains noncompliant. (8) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which a civil penalty or fine is due and owing to the city. (9) Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the Contractual Party performing city Contracts. (c)Certification.All Contracts for goods and services,sales,and leases by the city shall contain a certification that neither the Contractual Party nor any of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph(b)(5). (d)Debarment and suspension decisions. Subject to the provisions of paragraph(a),the City Manager shall render a written decision stating the reasons for the debannent or suspension.A copy of the decision shall be provided promptly to the Contractual Party,along with a notice of said party's right to seek judicial relief. 1.26.DEBARRED/SUSPENDED VENDORS—An entity or affiliate who has been placed on the State of Florida debarred or suspended vendor list may not submit a response on a contract to provide goods or services to a public entity,may not submit a response on a contract with a public entity for the construction or repair of a public building or public work,may not submit response on leases of real property to a public entity,may not award or perform work as a contractor,supplier,subcontractor,or consultant under contract with any public entity,and may not transact business with any public entity. 1.27.DEFAULT/FAILURE TO PERFORM-The City shall be the sole judge of nonperformance,which shall include any failure on the part of the successful Bidder/Proposer to accept the award,to furnish required documents, and/or to fulfill any portion of this contract within the time stipulated. Upon default by the successful Bidder/Proposer to meet any terms of this agreement,the City will notify the Bidder/Proposer of the default and will provide the contractor three(3)days(weekends and holidays excluded)to remedy the default.Failure on the contractor's part to correct the default within the required three(3)days shall result in the Contract being terminated and upon the City notifying in writing the contractor of its intentions and the effective date of the termination.The following shall constitute default: A. Failure to perform the work or deliver the goods/services required under the Contract and/or within the time required or failing to use the subcontractors,entities and personnel as identified and set forth,and to the degree specified in the Contract. B. Failure to begin the work under this Contract within the time specified. C. Failure to perform the work with sufficient workers and equipment or with sufficient materials to ensure timely completion. D. Neglecting or refusing to remove materials or perform new work where prior work has been rejected as nonconforming with the terms of the Contract. E. Becoming insolvent,being declared bankrupt,or committing any act of bankruptcy or insolvency,or making an assignment for the benefit of creditors,if the insolvency,bankruptcy,or assignment renders the successful Bidder/Proposer incapable of performing the work in accordance with and as required by the Contract. F. Failure to comply with any of the terms of the Contract in any material respect. All costs and charges incurred by the City as a result of a default or a default incurred beyond the time limits stated, together with the cost of completing the work,shall be deducted from any monies due or which may become due on Page 19 of 52 Blanket Purchase Agreement 1305190, 8 this Contract. 1.28.DETERMINATION OF RESPONSIVENESS-Each Response will be reviewed to determine if it is responsive to the submission requirements outlined in the Formal Solicitation.A"responsive"response is one which follows the requirements of the formal solicitation,includes all documentation,is submitted in the format outlined in the formal solicitation,is of timely submission,and has appropriate signatures as required on each document.Failure to comply with these requirements may deem a Response non-responsive. 1.29.DISCOUNTS OFFERED DURING TERM OF CONTRACT-Discount Prices offered in the response shall be fixed after the award by the Commission,unless otherwise specified in the Special Terms and Conditions. Price discounts off the original prices quoted in the response will be accepted from successful Bidder(s)/Proposer(s) during the term of the contract. Such discounts shall remain in effect for a minimum of 120 days from approval by the City Commission Any discounts offered by a manufacturer to Bidder/Proposer will be passed on to the City. 130.DISCREPANCIES,ERRORS,AND OMISSIONS-Any discrepancies,errors,or ambiguities in the Formal Solicitation or addenda(if any)should be reported in writing to the City's Purchasing Department. Should it be found necessary,a written addendum will be incorporated in the Formal Solicitation and will become part of the purchase agreement(contract documents). The City will not be responsible for any oral instructions,clarifications, or other communications. A.Order of Precedence—Any inconsistency in this formal solicitation shall be resolved by giving precedence to the following documents,the first of such list being the governing documents. 1)Addenda(as applicable) 2)Specifications 3)Special Conditions 4)General Terms and Conditions 1.31.EMERGENCY/DISASTER PERFORMANCE- In the event of a hurricane or other emergency or disaster situation,the successful vendor shall provide the City with the commodities/services defined within the scope of this formal solicitation at the price contained within vendor's response. Further,successful vendor shall deliver/perform for the city on a priority basis during such times of emergency. 1.32.ENTIRE BID CONTRACT OR AGREEMENT-The Bid Contract or Agreement consists of this City of Miami Formal Solicitation and specifically this General Conditions Section,Contractor's Response and any written agreement entered into by the City of Miami and Contractor in cases involving RFPs,RFQs,and RFLIs,and represents the entire understanding and agreement between the parties with respect to the subject matter hereof and supersedes all other negotiations,understanding and representations,if any,made by and between the parties.To the extent that the agreement conflicts with,modifies,alters or changes any of the terms and conditions contained in the Formal Solicitation and/or Response,the Formal Solicitation and then the Response shall control.This Contract may be modified only by a written agreement signed by the City of Miami and Contractor. 1.33.ESTIMATED QUANTITIES—Estimated quantities or estimated dollars are provided for your guidance only. No guarantee is expressed or implied as to quantities that will be purchased during the contract period. The City is not obligated to place an order for any given amount subsequent to the award of this contract. Said estimates may be used by the City for purposes of determining the low bidder or most advantageous proposer meeting specifications. The City reserves the right to acquire additional quantities at the prices bid/proposed or at lower prices in this Formal Solicitation. 1.34.EVALUATION OF RESPONSES Page 20 of 52 Blanket Purchase Agreement 1305190, 8 A.Rejection of Responses The City may reject a Response for any of the following reasons: 1) Bidder/Proposer fails to acknowledge receipt of addenda; 2) Bidder/Proposer mistates or conceals any material fact in the Response; 3) Response does not conform to the requirements of the Formal Solicitation; 4) Response requires a conditional award that conflicts with the method of award; 5) Response does not include required samples,certificates,licenses as required;and, 6) Response was not executed by the Bidder's/Proposer(s)authorized agent. The foregoing is not an all inclusive list of reasons for which a Response may be rejected. The City may reject and re-advertise for all or any part of the Formal Solicitation whenever it is deemed in the best interest of the City. B. Elimination From Consideration 1) A contract shall not be awarded to any person or firm which is in arrears to the City upon any debt or contract,or which is a defaulter as surety or otherwise upon any obligation to the City. 2) A contract may not be awarded to any person or firm which has failed to perform under the terms and conditions of any previous contract with the City or deliver on time contracts of a similar nature. 3) A contract may not be awarded to any person or firm which has been debarred by the City in accordance with the City's Debarment and Suspension Ordinance. C. Determination of Responsibility 1) Responses will only be considered from entities who are regularly engaged in the business of providing the goods/equipment/services required by the Formal Solicitation. Bidder/Proposer must be able to demonstrate a satisfactory record of performance and integrity;and,have sufficient financial, material,equipment,facility, personnel resources, and expertise to meet all contractual requirements. The terms"equipment and organization"as used herein shall be construed to mean a fully equipped and well established entity in line with the best industry practices in the industry as determined by the City. 2) The City may consider any evidence available regarding the financial,technical and other qualifications and abilities of a Bidder/Proposer,including past performance(experience)with the City or any other governmental entity in making the award. 3) The City may require the Bidder(s)/Proposer(s)to show proof that they have been designated as an authorized representative of a manufacturer or supplier which is the actual source of supply,if required by the Formal Solicitation. 1.35.EXCEPTIONS TO GENERAL AND/OR SPECIAL CONDITIONS OR SPECIFICATIONS- Exceptions to the specifications shall be listed on the Response and shall reference the section.Any exceptions to the General or Special Conditions shall be cause for the bid(IFB)to be considered non-responsive. It also may be cause for a RFP,RFQ,or RFLI to be considered non-responsive;and,if exceptions are taken to the terms and conditions of the resulting agreement it may lead to terminating negotiations. 1.36.F.O.B.DESTINATION-Unless otherwise specified in the Formal Solicitation,all prices quoted/proposed by the bidder/proposer must be F.O.B.DESTINATION,inside delivery,with all delivery costs and charges included in the bid/proposal price,unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid/proposal. Page 21 of 52 Blanket Purchase Agreement 1305190, 8 1.37.FIRM PRICES-The bidder/proposer warrants that prices,terms,and conditions quoted in its response will be firm throughout the duration of the contract unless otherwise specified in the Formal Solicitation. Such prices will remain firm for the period of performance or resulting purchase orders or contracts,which are to be performed or supplied over a period of time. 1.38.FLORIDA MINIMUM WAGE-The Constitution of the State of Florida,Article X,Section 24,states that employers shall pay employee wages no less than the minimum wage for all hours worked in Florida. Accordingly, it is the contractor's and its' subcontractor(s)responsibility to understand and comply with this Florida constitutional minimum wage requirement and pay its employees the current established hourly minimum wage rate,which is subject to change or adjusted by the rate of inflation using the consumer price index for urban wage earners and clerical workers,CPI-W,or a successor index as calculated by the United States Department of Labor. Each adjusted minimum wage rate calculated shall be determined and published by the Agency Workforce Innovation on September 30th of each year and take effect on the following January 1st. At the time of responding,it is bidder/proposer and his/her subcontractor(s),if applicable,full responsibility to determine whether any of its employees may be impacted by this Florida Law at any given point in time during the term of the contract. If impacted,bidder/proposer must furnish employee name(s),job title(s),job description(s), and current pay rate(s). Failure to submit this information at the time of submitting a response constitute successful bidder's/proposer's acknowledgement and understanding that the Florida Minimum Wage Law will not impact its prices throughout the term of contract and waiver of any contractual price increase request(s). The City reserves the right to request and successful bidder/proposer must provide for any and all information to make a wage and contractual price increase(s)determination. 1.39.GOVERNING LAW AND VENUE-The validity and effect of this Contract shall be governed by the laws of the State of Florida.The parties agree that any action,mediation or arbitration arising out of this Contract shall take place in Miami-Dade County,Florida. 1.40.HEADINGS AND TERMS-The headings to the various paragraphs of this Contract have been inserted for convenient reference only and shall not in any manner be construed as modifying,amending or affecting in any way the expressed terms and provisions hereof. 1.41.HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT(HIPPA)-Any person or entity that performs or assists the City of Miami with a function or activity involving the use or disclosure of "individually identifiable health information(IIHI)and/or Protected Health Information(PHI)shall comply with the Health Insurance Portability and Accountability Act(HIPAA)of 1996 and the City of Miami Privacy Standards. HIPAA mandates for privacy,security and electronic transfer standards,which include but are not limited to: A.Use of information only for performing services required by the contract or as required by law; B.Use of appropriate safeguards to prevent non-permitted disclosures; C.Reporting to the City of Miami of any non-permitted use or disclosure; D.Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to the Bidder/Proposer and reasonable assurances that IIHI/PHI will be held confidential; E.Making Protected Health Information(PHI)available to the customer; F.Making PHI available to the customer for review and amendment;and incorporating any amendments requested by the customer; G.Making PHI available to the City of Miami for an accounting of disclosures;and H.Making internal practices,books and records related to PHI available to the City of Miami for compliance audits. Page 22 of 52 Blanket Purchase Agreement 1305190, 8 PHI shall maintain its protected status regardless of the form and method of transmission(paper records,and/or electronic transfer of data).The Bidder/Proposer must give its customers written notice of its privacy information practices including specifically,a description of the types of uses and disclosures that would be made with protected health information. 1.42 INDEMNIFICATION-Contractor shall indemnify,hold harmless and defend the City,its officials,officers, agents,directors,and employees,from liabilities,damages,losses,and costs,including,but not limited to reasonable attorney's fees,to the extent caused by the negligence,recklessness or intentional wrongful misconduct of Contractor and persons employed or utilized by Con,tractor in the performance of this Contract and will indemnify, hold harmless and defend the City,its officials,officers,agents,directors and employees against,any civil actions, statutory or similar claims,injuries or damages arising or resulting from the permitted work,even if it is alleged that the City,its officials and/or employees were negligent.These indemnifications shall survive the term of this Contract. In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contractor shall,upon written notice from City,resist and defend such action or proceeding by counsel satisfactory to City.The Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by Contractor shall in no way limit the responsibility to indemnify,keep and save harmless and defend the City or its officers,employees,agents and instrumentalities as herein provided. The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding,or to provide for such defense,at City's option,any and all claims of liability and all suits and actions of every name and description which may be brought against City whether performed by Contractor,or persons employed or utilized by Contractor. This indemnity will survive the cancellation or expiration of the Contract.This indemnity will be interpreted under the laws of the State of Florida,including without limitation and which conforms to the limitations of§725.06 and/or§725.08,Fla.Statues,as amended from time to time as applicable. Contractor shall require all Sub-Contractor agreements to include a provision that they will indemnify the City. The Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Contractor in which the City participated either through review or concurrence of the Contractor's actions. In reviewing,approving or rejecting any submissions by the Contractor or other acts of the Contractor,the City in no way assumes or shares any responsibility or liability of the Contractor or Sub-Contractor,under this Agreement. 1.43.FORMATION AND DESCRIPTIVE LITERATURE—Bidders/Proposer must furnish all information requested in the spaces provided in the Formal Solicitation. Further,as may be specified elsewhere,each Bidder/Proposer must submit for evaluation,cuts,sketches,descriptive literature,technical specifications,and Material Safety Data Sheets(MSDS)as required,covering the products offered. Reference to literature submitted with a previous response or on file with the Buyer will not satisfy this provision. 1.44.INSPECTIONS-The City may,at reasonable times during the term hereof,inspect Contractor's facilities and perform such tests,as the City deems reasonably necessary,to determine whether the goods and/or services required to be provided by the Contractor under this Contract conform to the terms and conditions of the Formal Solicitation. Contractor shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All tests and inspections shall be subject to,and made in accordance with,the provisions of the City of Miami Ordinance No. 12271 (Section 18-79),as same may be amended or supplemented from time to time. 1.45.INSPECTION OF RESPONSE-Responses received by the City pursuant to a Formal Solicitation will not be made available until such time as the City provides notice of a decision or intended decision or within 30 days after bid closing,whichever is earlier.Bid/Proposal results will be tabulated and may be furnished upon request via Page 23 of 52 Blanket Purchase Agreement 1305190, 8 fax or e-mail to the Sr.Procurement Specialist issuing the Solicitation.Tabulations also are available on the City's Web Site following recommendation for award. 1.46.INSURANCE-Within ten(10)days after receipt of Notice of Award,the successful Contractor,shall furnish Evidence of Insurance to the Purchasing Department,if applicable. Submitted evidence of coverage shall demonstrate strict compliance to all requirements listed on the Special Conditions entitled"Insurance Requirements". The City shall be listed as an"Additional Insured." Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this Solicitation the Contractor shall be verbally notified of such deficiency and shall have an additional five(5)calendar days to submit a corrected certificate to the City. If the Contractor fails to submit the required insurance documents in the manner prescribed in this Solicitation within fifteen(15)calendar days after receipt Notice of Award,the contractor shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the Bidder/Proposer may be prohibited from submitting future responses to the City. Information regarding any insurance requirements shall be directed to the Risk Administrator,Department of Risk Management,at 444 SW 2nd Avenue,9th Floor,Miami,Florida 33130,305-416-1604. The Bidder/Proposer shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in effect for the duration of the contractual period;including any and all option terms that may be granted to the Bidder/Proposer. 1.47.INVOICES-Invoices shall contain purchase order number and details of goods and/or services delivered (i.e.quantity,unit price,extended price,etc);and in compliance with Chapter 218 of the Florida Statutes(Prompt Payment Act). 1.48.LOCAL PREFERENCE A. City Code Section 18-85,states,"when a responsive,responsible non-local bidder submits the lowest bid price,and the bid submitted by one or more responsive,responsible local bidders who maintain a local office,as defined in Section 18-73,is within fifteen percent(15%)of the price submitted by the non-local bidder,then that non-local bidder and each of the aforementioned responsive,responsible local bidders shall have the opportunity to submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non-local bidder.Contract award shall be made to the lowest responsive,responsible bidder submitting the lowest best and final bid.In the case of a tie in the best and final bid between a local bidder and a non-local bidder,contract award shall be made to the local bidder." B. City Code Section 18-86,states,"the RFP,RFLI or RFQ,as applicable,may,in the exercise of the reasonable professional discretion of the City Manager,director of the using agency,and the Chief Procurement Officer, include a five(5%)percent evaluation criterion in favor of proposers who maintain a local office,as defined in Section 18-73.In such cases,this five(5%)percent evaluation criterion in favor of proposers who maintain a local office will be specifically defined in the RFP,RFLI or RFQ,as applicable;otherwise,it will not apply. 1.49.MANUFACTURER'S CERTIFICATION-The City reserves the right to request from bidders/proposers a separate Manufacturer's Certification of all statements made in the bid/proposal. Failure to provide such certification may result in the rejection of bid/proposal or termination of contract/agreement,for which the bidder/proposer must bear full liability. 1.50.MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS-No contract or understanding to modify this Formal Solicitation and resultant purchase orders or contracts,if applicable,shall be binding upon the City unless made in writing by the Director of Purchasing of the City of Miami,Florida through Page 24 of 52 Blanket Purchase Agreement 1305190, 8 the issuance of a change order,addendum,amendment,or supplement to the contract,purchase order or award sheet as appropriate. 1.51.NO PARTNERSHIP OR JOINT VENTURE-Nothing contained in this Contract will be deemed or construed to create a partnership or joint venture between the City of Miami and Contractor,or to create any other similar relationship between the parties. 1.52.NONCONFORMANCE TO CONTRACT CONDITIONS-Items may be tested for compliance with specifications under the direction of the Florida Department of Agriculture and Consumer Services or by other appropriate testing Laboratories as determined by the City. The data derived from any test for compliance with specifications is public record and open to examination thereto in accordance with Chapter 119,Florida Statutes. Items delivered not conforming to specifications may be rejected and returned at Bidder's/Proposer's expense. These non-conforming items not delivered as per delivery date in the response and/or Purchase Order may result in bidder/proposer being found in default in which event any and all re-procurement costs may be charged against the defaulted contractor. Any violation of these stipulations may also result in the supplier's name being removed from the City of Miami's Supplier's list. 1.53.NONDISCRIMINATION—Bidder/Proposer agrees that it shall not discriminate as to race,sex,color,age, religion,national origin,marital status,or disability in connection with its performance under this formal solicitation.Furthermore,Bidder/Proposer agrees that no otherwise qualified individual shall solely by reason of his/her race,sex,color,age,religion,national origin,marital status or disability be excluded from the participation in,be denied benefits of,or be subjected to, discrimination under any program or activity. In connection with the conduct of its business,including performance of services and employment of personnel, Bidder/Proposer shall not discriminate against any person on the basis of race,color,religion,disability,age,sex, marital status or national origin.All persons having appropriate qualifications shall be afforded equal opportunity for employment. 1.54.NON-EXCLUSIVE CONTRACT/PIGGYBACK PROVISION -At such times as may serve its best interest,the City of Miami reserves the right to advertise for,receive,and award additional contracts for these herein goods and/or services,and to make use of other competitively bid(governmental)contracts,agreements,or other similar sources for the purchase of these goods and/or services as may be available. It is hereby agreed and understood that this formal solicitation does not constitute the exclusive rights of the successful bidder(s)/proposer(s)to receive all orders that may be generated by the City in conjunction with this Formal Solicitation. In addition,any and all commodities,equipment,and services required by the City in conjunction with construction projects are solicited under a distinctly different solicitation process and shall not be purchased under the terms, conditions and awards rendered under this solicitation,unless such purchases are determined to be in the best interest of the City. 1.55.OCCUPATIONAL LICENSE-Any person,firm,corporation or joint venture,with a business location in the City of Miami and is submitting a Response under this Formal Solicitation shall meet the City's Occupational License Tax requirements in accordance with Chapter 31.1,Article I of the City of Miami Charter. Others with a location outside the City of Miami shall meet their local Occupational License Tax requirements. A copy of the license must be submitted with the response;however,the City may at its sole option and in its best interest allow the Bidder/Proposer to supply the license to the City during the evaluation period,but prior to award. 1.56.ONE PROPOSAL-Only one(1)Response from an individual,firm,partnership,corporation or joint venture Page 25 of 52 Blanket Purchase Agreement 1305190, 8 will be considered in response to this Formal Solicitation. When submitting an alternate response,please refer to the herein condition for"Alternate Responses May Be Considered". 1.57.OWNERSHIP OF DOCUMENTS-It is understood by and between the parties that any documents,records, files,or any other matter whatsoever which is given by the City to the successful Bidder/Proposer pursuant to this formal solicitation shall at all times remain the property of the City and shall not be used by the Bidder/Proposer for any other purposes whatsoever without the written consent of the City. 1.58.PARTIAL INVALIDITY-If any provision of this Contract or the application thereof to any person or circumstance shall to any extent be held invalid,then the remainder of this Contract or the application of such provision to persons or circumstances other than those as to which it is held invalid shall not be affected thereby,and each provision of this Contract shall be valid and enforced to the fullest extent permitted by law. 1.59.PERFORMANCE/PAYMENT BOND—A Contractor may be required to furnish a Performance/Payment Bond as part of the requirements of this Contract,in an amount equal to one hundred percent(100%)of the contract price. 1.60.PREPARATION OF RESPONSES(HARDCOPY FORMAT)—Bidders/Proposers are expected to examine the specifications,required delivery,drawings,and all special and general conditions. All bid/proposed amounts,if required,shall be either typewritten or entered into the space provided with ink. Failure to do so will be at the Bidder's/Proposer's risk. A. Each Bidder/Proposer shall furnish the information required in the Formal Solicitation. The Bidder/Proposer shall sign the Response and print in ink or type the name of the Bidder/Proposer,address,and telephone number on the face page and on each continuation sheet thereof on which he/she makes an entry,as required. B. If so required,the unit price for each unit offered shall be shown,and such price shall include packaging, handling and shipping,and F.O.B.Miami delivery inside City premises unless otherwise specified.Bidder/Proposer shall include in the response all taxes,insurance,social security,workmen's compensation,and any other benefits normally paid by the Bidder/Proposer to its employees. If applicable,a unit price shall be entered in the"Unit Price"column for each item. Based upon estimated quantity,an extended price shall be entered in the"Extended Price"column for each item offered. In case of a discrepancy between the unit price and extended price,the unit price will be presumed correct. C. The Bidder/Proposer must state a definite time,if required,in calendar days for delivery of goods and/or services. D. The Bidder/Proposer should retain a copy of all response documents for future reference. E. All responses,as described,must be fully completed and typed or printed in ink and must be signed in ink with the firm's name and by an officer or employee having authority to bind the company or firm by his/her signature. Bids/Proposals having any erasures or corrections must be initialed in ink by person signing the response or the response may be rejected. F. Responses are to remain valid for at least 180 days. Upon award of a contract,the content of the Successful Bidder's/Proposer's response may be included as part of the contract,at the City's discretion. G. The City of Miami's Response Forms shall be used when Bidder/Proposer is submitting its response in hardcopy format. Use of any other forms will result in the rejection of the response. IF SUBMITTING HARDCOPY FORMAT,THE ORIGINAL AND THREE(3)COPIES OF THESE SETS OF FORMS,UNLESS OTHERWISE SPECIFIED,AND ANY REQUIRED ATTACHMENTS MUST BE RETURNED TO THE CITY Page 26 of 52 Blanket Purchase Agreement 1305190, 8 OR YOUR RESPONSE MAY BE DEEMED NON-RESPONSIVE. 1.61.PRICE ADJUSTMENTS—Any price decrease effectuated during the contract period either by reason of market change or on the part of the contractor to other customers shall be passed on to the City of Miami. 1.62.PRODUCT SUBSTITUTES-In the event a particular awarded and approved manufacturer's product becomes unavailable during the term of the Contract,the Contractor awarded that item may arrange with the City's authorized representative(s)to supply a substitute product at the awarded price or lower,provided that a sample is approved in advance of delivery and that the new product meets or exceeds all quality requirements. 1.63.CONFLICT OF INTEREST,AND UNETHICAL BUSINESS PRACTICE PROHIBITIONS- Contractor represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Contract and that it has not offered to pay,paid,or agreed to pay any person any fee,commission,percentage,brokerage fee,or gift of any kind contingent upon or in connection with,the award of this Contract. 1.64.PROMPT PAYMENT—Bidders/Proposers may offer a cash discount for prompt payment;however, discounts shall not be considered in determining the lowest net cost for response evaluation purposes. Bidders/Proposers are required to provide their prompt payment terms in the space provided on the Formal Solicitation. If no prompt payment discount is being offered,the Bidder/Proposer must enter zero(0)for the percentage discount to indicate no discount. If the Bidder/Proposer fails to enter a percentage,it is understood and agreed that the terms shall be 2%20 days,effective after receipt of invoice or final acceptance by the City, whichever is later. When the City is entitled to a cash discount,the period of computation will commence on the date of delivery,or receipt of a correctly completed invoice,whichever is later. If an adjustment in payment is necessary due to damage,the cash discount period shall commence on the date final approval for payment is authorized. If a discount is part of the contract,but the invoice does not reflect the existence of a cash discount,the City is entitled to a cash discount with the period commencing on the date it is determined by the City that a cash discount applies. Price discounts off the original prices quoted on the Price Sheet will be accepted from successful bidders/proposers during the term of the contract. 1.65.PROPERTY-Property owned by the City of Miami is the responsibility of the City of Miami.Such property furnished to a Contractor for repair,modification,study,etc.,shall remain the property of the City of Miami. Damages to such property occurring while in the possession of the Contractor shall be the responsibility of the Contractor.Damages occurring to such property while in route to the City of Miami shall be the responsibility of the Contractor.In the event that such property is destroyed or declared a total loss,the Contractor shall be responsible for replacement value of the property at the current market value,less depreciation of the property,if any. 1.66.PROVISIONS BINDING-Except as otherwise expressly provided in the resulting Contract,all covenants, conditions and provisions of the resulting Contract shall be binding upon and shall inure to the benefit of the parties hereto and their respective heirs,legal representatives,successors and assigns. 1.67.PUBLIC ENTITY CRIMES-A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a response on a contract to provide any goods or services to a public entity,may not submit a response on a contract with a public entity for the construction or repair of a public building or public work,may not submit responses on leases of real property to a public entity,may not be awarded or perform work as a contractor,supplier,subcontractor,or consultant under a contract with any public entity,and may not transact business with any public entity in excess of the threshold amount provided in Section Page 27 of 52 Blanket Purchase Agreement 1305190, 8 287.017,for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.68.PUBLIC RECORDS-Contractor understands that the public shall have access,at all reasonable times,to all documents and information pertaining to City contracts,subject to the provisions of Chapter 119,Florida Statutes, and City of Miami Code,Section 18,Article III,and agrees to allow access by the City and the public to all documents subject to disclosure under applicable law. Contractor's failure or refusal to comply with the provision of this section shall result in the immediate cancellation of this Contract by the City. 1.69.QUALITY OF GOODS,MATERIALS,SUPPLIES,PRODUCTS,AND EQUIPMENT-All materials used in the manufacturing or construction of supplies,materials,or equipment covered by this solicitation shall be new. The items bid/proposed must be of the latest make or model,of the best quality,and of the highest grade of workmanship,unless as otherwise specified in this Solicitation. 1.70.QUALITY OF WORK/SERVICES-The work/services performed must be of the highest quality and workmanship. Materials furnished to complete the service shall be new and of the highest quality except as otherwise specified in this Solicitation. 1.71.REMEDIES PRIOR TO AWARD(Sec. 18-106)-If prior to Contract award it is determined that a formal solicitation or proposed award is in violation of law,then the solicitation or proposed award shall be cancelled by the City Commission,the City Manager or the Chief Procurement Officer,as may be applicable,or revised to comply with the law. 1.72.RESOLUTION OF CONTRACT DISPUTES (Sec. 18-105) (a)Authority to resolve Contract disputes.The City Manager,after obtaining the approval of the city attorney,shall have the authority to resolve controversies between the Contractual Party and the city which arise under,or by virtue of,a Contract between them;provided that,in cases involving an amount greater than$25,000,the City Commission must approve the City Manager's decision.Such authority extends,without limitation,to controversies based upon breach of Contract,mistake,misrepresentation or lack of complete performance,and shall be invoked by a Contractual Party by submission of a protest to the City Manager. (b)Contract dispute decisions.If a dispute is not resolved by mutual consent,the City Manager shall promptly render a written report stating the reasons for the action taken by the City Commission or the City Manager which shall be final and conclusive.A copy of the decision shall be immediately provided to the protesting party,along with a notice of such party's right to seek judicial relief,provided that the protesting party shall not be entitled to such judicial relief without first having followed the procedure set forth in this section. 1.73.RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS(Sec.18-104) (a) Right to protest.The following procedures shall be used for resolution of protested solicitations and awards except for purchases of goods,supplies,equipment,and services,the estimated cost of which does not exceed $25,000. Protests thereon shall be governed by the Administrative Policies and Procedures of Purchasing. 1.Protest of Solicitation. i.Any prospective proposer who perceives itself aggrieved in connection with the solicitation of a Contract may protest to the Chief Procurement Officer.A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within three days after the Request for Proposals,Request for Qualifications or Request for Letters of Interest is published in a newspaper of general circulation.A notice of intent to file a protest is considered Page 28 of 52 Blanket Purchase Agreement 1305190, 8 filed when received by the Chief Procurement Officer;or ii.Any prospective bidder who intends to contest the Solicitation Specifications or a solicitation may protest to the Chief Procurement Officer.A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within three days after the solicitation is published in a newspaper of general circulation.A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. 2.Protest of Award. i.A'written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the proposer of the notice of the City Manager's recommendation for award of Contract,which will be posted on the City of Miami Purchasing Department website,in the Supplier Corner,Current Solicitations and Notice of Recommendation of Award Section. The notice of the City Manager's recommendation can be found by selecting the details of the solicitation and is listed as Recommendation of Award Posting Date and Recommendation of Award To fields. If"various"is indicated in the Recommendation of Award To field,the Bidder/Proposer must contact the buyer for that solicitation to obtain the suppliers name. It shall be the responsibility of the Bidder/Proposer to check this section of the website daily after responses are submitted to receive the notice;or ii.Any actual Responsive and Responsible Bidder whose Bid is lower than that of the recommended bidder may protest to the Chief Procurement Officer.A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the bidder of the notice of the city's determination of non responsiveness or non responsibility.The receipt by bidder of such notice shall be confirmed by the city by facsimile or electronic mail or U.S.mail,return receipt requested.A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. iii.A written protest based on any of the foregoing must be submitted to the Chief Procurement Officer within five (5)days after the date the notice of protest was filed.A written protest is considered filed when received by the Chief Procurement Officer. The written protest may not challenge the relative weight of the evaluation criteria or the formula for assigning points in making an award determination. The written protest shall state with particularity the specific facts and law upon which the protest of the solicitation or the award is based,and shall include all pertinent documents and evidence and shall be accompanied by the required Filing Fee as provided in subsection(f).This shall form the basis for review of the written protest and no facts,grounds,documentation or evidence not contained in the protester's submission to the Chief Procurement Officer at the time of filing the protest shall be permitted in the consideration of the written protest. No time will be added to the above limits for service by mail.In computing any period of time prescribed or allowed by this section,the day of the act,event or default from which the designated period of time begins to run shall not be included.The last day of the period so computed shall be included unless it is a Saturday,Sunday or legal holiday in which event the period shall run until the end of the next day which is neither a Saturday,Sunday or legal holiday. Intermediate Saturdays,Sundays and legal holidays shall be excluded in the computation of the time for filing. (b)Authority to resolve protests.The Chief Procurement Officer shall have the authority,subject to the approval of the City Manager and the city attorney,to settle and resolve any written protest.The Chief Procurement Officer shall obtain the requisite approvals and communicate said decision to the protesting party and shall submit said decision to the City Commission within 30 days after he/she receives the protest.In cases involving more than $25,000,the decision of the Chief Procurement Officer shall be submitted for approval or disapproval thereof to the City Commission after a favorable recommendation by the city attorney and the City Manager. Page 29 of 52 Blanket Purchase Agreement 1305190, 8 (c)Compliance with filing requirements.Failure of a party to timely file either the notice of intent to file a protest or the written protest,together with the required Filing Fee as provided in subsection(f),with the Chief Procurement Officer within the time provided in subsection(a),above,shall constitute a forfeiture of such party's right to file a protest pursuant to this section.The protesting party shall not be entitled to seek judicial relief without first having followed the procedure set forth in this section (d)Stay of Procurements during protests.Upon receipt of a written protest filed pursuant to the requirements of this section,the city shall not proceed further with the solicitation or with the award of the Contract until the protest is resolved by the Chief Procurement Officer or the City Commission as provided in subsection(b)above,unless the City Manager makes a written determination that the solicitation process or the Contract award must be continued without delay in order to avoid an immediate and serious danger to the public health,safety or welfare. (e)Costs.All costs accruing from a protest shall be assumed by the protestor. (1)Filing Fee.The written protest must be accompanied by a filing fee in the form of a money order or cashier's check payable to the city in an amount equal to one percent of the amount of the Bid or proposed Contract,or $5000.00,whichever is less,which filing fee shall guarantee the payment of all costs which may be adjudged against the protestor in any administrative or court proceeding.If a protest is upheld by the Chief Procurement Officer and/or the City Commission,as applicable,the filing fee shall be refunded to the protestor less any costs assessed under subsection(e)above.If the protest is denied,the filing fee shall be forfeited to the city in lieu of payment of costs for the administrative proceedings as prescribed by subsection(e)above. 1.74.SAMPLES-Samples of items,when required,must be submitted within the time specified at no expense to the City. If not destroyed by testing,bidder(s)/proposer(s)will be notified to remove samples,at their expense, within 30 days after notification. Failure to remove the samples will result in the samples becoming the property of the City. 1.75.SELLING,TRANSFERRING OR ASSIGNING RESPONSIBILITIES-Contractor shall not sell,assign, transfer or subcontract at any time during the term of the Contract,or any part of its operations,or assign any portion of the performance required by this contract,except under and by virtue of written permission granted by the City through the proper officials,which may be withheld or conditioned,in the City's sole discretion. 1.76.SERVICE AND WARRANTY—When specified,the bidder/proposer shall define all warranty,service and replacements that will be provided. Bidders/Proposer must explain on the Response to what extent warranty and service facilities are available. A copy of the manufacturer's warranty,if applicable,should be submitted with your response. 1.77.SILENCE OF SPECIFICATIONS-The apparent silence of these specifications and any supplemental specification as to any detail or the omission from it of detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type,size and design are to be used. All workmanship and services is to be first quality. All interpretations of these specifications shall be made upon the basis of this statement. If your firm has a current contract with the State of Florida,Department of General Services,to supply the items on this solicitation,the bidder/proposer shall quote not more than the contract price;failure to comply with this request will result in disqualification of bid/proposal. 1.78.SUBMISSION AND RECEIPT OF RESPONSES-Responses shall be submitted electronically via the Oracle System or responses may be submitted in hardcopy format to the City Clerk,City Hall,3500 Pan American Drive,Miami,Florida 33133-5504,at or before,the specified closing date and time as designated in the IFB,RFP, Page 30 of 52 Blanket Purchase Agreement 1305190, 8 RFQ,or RFLI. NO EXCEPTIONS. Bidders/Proposers are welcome to attend the solicitation closing; however,no award will be made at that time. A. Hardcopy responses shall be enclosed in a sealed envelope,box package. The face of the envelope,box or package must show the hour and date specified for receipt of responses,the solicitation number and title,and the name and return address of the Bidder/Proposer. Hardcopy responses not submitted on the requisite Response Forms may be rejected.Hardcopy responses received at any other location than the specified shall be deemed non-responsive. Directions to City Hall: FROM THE NORTH: I-95 SOUTH UNTIL IT TURNS INTO US1. US1 SOUTH TO 27TH AVE.,TURN LEFT, PROCEED SOUTH TO SO.BAYSHORE DR.(3RD TRAFFIC LIGHT),TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT. FROM THE SOUTH: US1 NORTH TO 27TH AVENUE,TURN RIGHT,PROCEED SOUTH TO SO. BAYSHORE DR.(3RD TRAFFIC LIGHT),TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT. B. Facsimile responses will not be considered. C. Failure to follow these procedures is cause for rejection of bid/proposal. D. The responsibility for obtaining and submitting a response on or before the close date is solely and strictly the responsibility of Bidder/Proposer. The City of Miami is not responsible for delays caused by the United States mail delivery or caused by any other occurrence. Responses received after the solicitation closing date and time will be returned unopened,and will not be considered for award. E. Late responses will be rejected. F. All responses are subject to the conditions specified herein. Those which do not comply with these conditions are subject to rejection. G. Modification of responses already submitted will be considered only if received at the City before the time and date set for closing of solicitation responses. All modifications must be submitted via the Oracle System or in writing. Once a solicitation closes(closed date and/or time expires),the City will not consider any subsequent submission which alters the responses. H. If hardcopy responses are submitted at the same time for different solicitations,each response must be placed in a separate envelope,box,or package and each envelope,box or package must contain the information previously stated in 1.82.A. 1.79.TAXES-The City of Miami is exempt from any taxes imposed by the State and/or Federal Government. Exemption certificates will be provided upon request.Notwithstanding,Bidders/Proposers should be aware of the fact that all materials and supplies which are purchased by the Bidder/Proposer for the completion of the contract is subject to the Florida State Sales Tax in accordance with Section 212.08,Florida Statutes,as amended and all amendments thereto and shall be paid solely by the Bidder/Proposer. 1.80.TERMINATION—The City Manager on behalf of the City of Miami reserves the right to terminate this contract by written notice to the contractor effective the date specified in the notice should any of the following apply: A. The contractor is determined by the City to be in breach of any of the terms and conditions of the contract. Page 31 of 52 Blanket Purchase Agreement 1305190, 8 B. The City has determined that such termination will be in the best interest of the City to terminate the contract for its own convenience; C. Funds are not available to cover the cost of the goods and/or services. The City's obligation is contingent upon the availability of appropriate funds. 1.81.TERMS OF PAYMENT-Payment will be made by the City after the goods and/or services awarded to a Bidder/Proposer have been received,inspected,and found to comply with award specifications,free of damage or defect,and properly invoiced. No advance payments of any kind will be made by the City of Miami. Payment shall be made after delivery,within 45 days of receipt of an invoice and authorized inspection and acceptance of the goods/services and pursuant to Section 218.74,Florida Statutes and other applicable law. 1.82.TIMELY DELIVERY- Time will be of the essence for any orders placed as a result of this solicitation. The City reserves the right to cancel such orders,or any part thereof,without obligation,if delivery is not made within the time(s)specified on their Response. Deliveries are to be made during regular City business hours unless otherwise specified in the Special Conditions. 1.83.TITLE-Title to the goods or equipment shall not pass to the City until after the City has accepted the goods/equipment or used the goods,whichever comes first. 1.84.TRADE SECRETS EXECUTION TO PUBLIC RECORDS DISCLOSURE-All Responses submitted to the City are subject to public disclosure pursuant to Chapter 119,Florida Statutes. An exception may be made for "trade secrets." If the Response contains information that constitutes a"trade secret",all material that qualifies for exemption from Chapter 119 must be submitted in a separate envelope,clearly identified as"TRADE SECRETS EXCEPTION," with your firm's name and the Solicitation number and title marked on the outside. Please be aware that the designation of an item as a trade secret by you may be challenged in court by any person. By your designation of material in your Response as a"trade secret"you agree to indemnify and hold harmless the City for any award to a plaintiff for damages,costs or attorney's fees and for costs and attorney's fees incurred by the City by reason of any legal action challenging your claim. 1.85.UNAUTHORIZED WORK OR DELIVERY OF GOODS-Neither the qualified Bidder(s)/Proposer(s)nor any of his/her employees shall perform any work or deliver any goods unless a change order or purchase order is issued and received by the Contractor.The qualified Bidder(s)/Proposer(s)shall not be paid for any work performed or goods delivered outside the scope of the contract or any work performed by an employee not otherwise previously authorized. 1.86.USE OF NAME-The City is not engaged in research for advertising,sales promotion,or other publicity purposes.No advertising,sales promotion or other publicity materials containing information obtained from this Solicitation are to be mentioned,or imply the name of the City,without prior express written permission of the City Manager or the City Commission. 1.87.VARIATIONS OF SPECIFICATIONS-For purposes of solicitation evaluation,bidders/proposers must indicate any variances from the solicitation specifications and/or conditions,no matter how slight. If variations are not stated on their Response,it will be assumed that the product fully complies with the City's specifications. Page 32 of 52 Blanket Purchase Agreement 1305190, 8 2.Special Conditions 2.1.PURPOSE The purpose of this Solicitation is to establish a contract,for Telecommunications Wiring&Wireless Radio& Antenna Installation Services,as specified herein,from a source(s)of supply that will give prompt and efficient service fully compliant with the terms,conditions and stipulations of the solicitation. 2.2.DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION Any questions or clarifications concerning this solicitation shall be submitted by email or facsimile to the Purchasing Department,Attn:Maritza Suarez,CPPB;fax:(305)400-5025 or email:msuarez @ci.miami.fl.us. The solicitation title and number shall be referenced on all correspondence. All questions must be received no later than March 1,2013 at 5:00 p.m.. All responses to questions will be sent to all prospective bidders/proposers in the form on an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. 2.3.PRE-BID/PRE-PROPOSAL CONFERENCE None 2.4.TERM OF CONTRACT The Contract shall commence upon the date of notice of award and shall be effective for one(1)year with the option to extend for four(4)additional one(1)year periods,subject to the availability of funds for succeeding fiscal years. Continuation of the contract beyond the initial period is a City prerogative;not a right of the bidder. This prerogative will be exercised only when such continuation is clearly in the best interest of the City. 2.5.CONDITIONS FOR RENEWAL Each renewal of this contract is subject to the following: (1) Continued satisfactory performance compliance with the specifications,terms and conditions established herein. (2) Availability of funds 2.6.EQUITABLE ADJUSTMENT The Purchasing Department may,in its sole discretion,make an equitable adjustment in the contract terms and/or pricing if pricing or availability of supply is affected by extreme or unforeseen volatility in the marketplace,that is, by circumstances that satisfy all the following criteria:(1)the volatility is due to circumstances beyond the successful bidder(s)control,(2)the volatility affects the marketplace or industry,not just the particular contract source of supply,(3)the effect on pricing or availability of supply is substantial,and(4)the volatility so affects the successful bidder(s)that continued performance of the contract would result in a substantial loss.Successful Page 33 of 52 Blanket Purchase Agreement 1305190, 8 bidder(s)might have to supply documentation to justify any requested percentage increase in cost to the City of Miami. 2.7.NON-APPROPRIATION OF FUNDS In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract,then the City,upon written notice to Contractor or his assignee of such occurrence,shall have the unqualified right to terminate the contract without any penalty or expense to the City. No guarantee,warranty or representation is made that any particular or any project(s)will be awarded to any firm(s). 2.8.METHOD OF AWARD Award of this contract will be made to the lowest responsive and responsible bidder who bids on all items and whose bid offers the lowest price when all items are added in the aggregate. Failure to bid on all items shall deem your bid non-responsive. 2.9.BIDDER MINIMUM QUALIFICATIONS In further consideration of the City's desire to maintain its property at a high-level at all times,it is reasonable for same to seek out only the most qualified Bidders whose experience and quality of service and performance are commensurate with the properties being considered. All Bidders must meet or exceed the following qualifications: A. Bidder must have been in the data,cable television or video,and voice wiring industry for not less than the last five(5)consecutive years under the same name and/or ownership,and have sufficient personnel to perform according to specifications. B. Bidder must be currently certified as an Electrical Specialty Contractor for low voltage systems installation through the Florida State Electrical Contractors Licensing Board.Bidder must provide proof of certification with bid. C. Bidder's primary occupation must be low voltage data,cable television or video,and voice-related wiring as compared to secondary. For example,an electrical contractor whose main source of revenue is high voltage electrical work would not meet the specifications of this bid. D. Bidder must be knowledgeable of,and in compliance with,Electronic Industry Association(EIA)and Telecommunications Industry Association(TIA)material specifications and methods of installation standards. E. Bidder shall submit with bid not less than two(2)Letters of Reference,on Company letterhead,from commercial/industrial-type customers for which bidder is currently under contract with or has been within the last three(3)years,providing work similar in nature and scope to the work specified in this solicitation. It is understood that the City may contact same to verify work performance and satisfaction level. F. Bidder shall have no record of pending lawsuits or criminal activities and not have any conflicts of interest which may be of embarrassment to the City. G. Bidder shall not have any member,officer,or stockholder that is in arrears or is in default of any debt or contract involving the City,is a defaulter surety otherwise,upon any obligation to the City,and/or has failed to perform faithfully on any previous contract with the City. Failure to meet each of the above minimum requirements shall disqualify bidder. Page 34 of 52 Blanket Purchase Agreement 1305190, 8 2.10.FAILURE TO PERFORM Should it not be possible to reach the contractor or supervisor and/or should remedial action not be taken within 48 hours of any failure to perform according to specifications,the City reserves the right to declare Contractor in default of the contract or make appropriate reductions in the contract payment. 2.11.EQUAL PRODUCT Manufacturer's name,brand name and model/style number when used in these specifications are for the sole purpose of establishing minimum requirements of levels of quality,standards of performance and design required and is in no way intended to prohibit the bidding of other manufacturer's brands of equal material,unless otherwise indicated. Equal(substitution)may be bid,provided product so bid is found to be equal in quality,standards of performance,design,etc.to item specified,unless otherwise indicated. Where equal is proposed,bid must be accompanied by complete factory information sheets(specifications,brochures,etc.)and test results of unit bid as equal. Failure to do so at time of bid may deem your bid non-responsive. 2.12.INSURANCE REQUIREMENT INDEMNIFICATION Bidder shall pay on behalf of,indemnify and save City and its officials harmless,from and against any and all claims,liabilities,losses,and causes of action,which may arise out of bidder's performance under the provisions of the contract,including all acts or omissions to act on the part of bidder,including any person performing under this Contract for or on bidder's behalf,provided that any such claims,liabilities,losses and causes of such action are not attributable to the negligence or misconduct of the City and,from and against any orders,judgments or decrees which may be entered and which may result from this Contract,unless attributable to the negligence or misconduct of the City,and from and against all costs,attorneys' fees,expenses and liabilities incurred in the defense of any such claim,or the investigation thereof. The bidder shall furnish to City of Miami,c/o Purchasing Department,444 SW 2nd Avenue,6th Floor,Miami, Florida 33130,Certificate(s)of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: I. Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $1,000,000 General Aggregate Limit $2,000,000 Personal and Adv.Injury $ 1,000,000 Products/Completed Operations $ 1,000,000 B. Endorsements Required City of Miami included as an Additional Insured Contingent and Contractual Liability Premises and Operations Liability Explosion,Collapse and Underground Hazard Page 35 of 52 Blanket Purchase Agreement 1305190, 8 Primary Insurance Clause Endorsement II. Business Automobile Liability A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Owned/Scheduled Autos Including Hired,Borrowed or Non-Owned Autos Any One Accident $ 1,000,000 B. Endorsements Required City of Miami included as an Additional Insured III. Worker's Compensation A. Limits of Liability Statutory-State of Florida Waiver of Subrogation IV. Employer's Liability A. Limits of Liability $500,000 for bodily injury caused by an accident,each accident $500,000 for bodily injury caused by disease,each employee $500,000 for bodily injury caused by disease,policy limit V. Umbrella Liability(Excess Follow Form) A. Limits of Liability Each Occurrence $1,000,000 Policy Aggregate $1,000,000 City of Miami listed as an additional insured The above policies shall provide the City of Miami with written notice of cancellation or material change from the insurer not less than(30)days prior to any such cancellation or material change,or in accordance to policy provisions. BINDERS ARE UNACCEPTABLE. The insurance coverage required shall include those classifications,as listed in standard liability insurance manuals, which most nearly reflect the operations of the bidder. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida,with the following qualifications: The Company must be rated no less than"A"as to management,and no less than"Class V"as to financial strength, by the latest edition of Best's Insurance Guide,published by A.M.Best Company,Oldwick,New Jersey,or its equivalent. All policies and/or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. NOTE: CITY BID NUMBER AND/OR TITLE OF BID MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the bidder of his liability and obligation under this section or under any other section of this Agreement. Page 36 of 52 Blanket Purchase Agreement 1305190, 8 —If insurance certificates are scheduled to expire during the contractual period,the Bidder shall be responsible for submitting new or renewed insurance certificates to the City at a minimum of ten(10)calendar days in advance of such expiration. —In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period,the City shall: (4) Suspend the contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the Invitation To Bid. (5) The City may,at its sole discretion,terminate this contract for cause and seek re-procurement damages from the Bidder in conjunction with the General and Special Terms and Conditions of the Bid. The Bidder shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period;including any and all option terms that may be granted to the Bidder. 2.13.COMPLETED WORK The City shall be notified by the Contractor upon completion of work. The City shall inspect and approve completed work before authorizing payment. Work not satisfactorily completed shall be redone by the Contractor at no additional charge to the City. 2.14.ADDITIONS/DELETIONS OF FACILITIES/ITEMS/PRODUCTS Although this Solicitation identifies specific facilities/items/products to be serviced,it is hereby agreed and understood that any facility/item/products may be added/deleted to/from this contract at the option of the City. When an addition to the contract is required,the successful bidder(s)under this contract shall be invited to submit price quotes for these new services/items/products.If these quotes are comparable with market prices offered for similar services/items/products,they shall be added to the contract whichever is in the best interest of the City and an addendum and a separate purchase order shall be issued by the City. 2.15.CONTRACT ADMINISTRATOR Upon award,contractor shall report and work directly with Mr.Ely Greenspan,who shall be designated as the Contract Administrator. 2.16.SUBCONTRACTING The contractor shall not enter into subcontracts for any of the work described herein,unless authorized in advance by the City. Strict adherence to this condition is required. 2.17.WORKMANSHIP AND MATERIALS All parts installed and materials used in performance of this contract shall be new and unused(of current design or manufacture). Salvage materials will not be allowed without the express consent of the City. All materials and workmanship shall be of the highest quality and shall conform to all applicable Building Codes,so as to ensure safe Page 37 of 52 Blanket Purchase Agreement 1305190, 8 and functional operation. The City shall be the sole judge as to parts and workmanship. 2.18.TIE BIDS Whenever two or more Bids which are equal with respect to price,quality and service are received by the City for the procurement of commodities or contractual services,a Bid received from a business that certifies that is has implemented a drug-free workplace program shall be given preference in the award process.Established procedures for processing tie Bids will be followed if none of the tied vendors have a drug-free workplace program.In order to have a drug-free workplace program,a business shall: (1) Publish a statement notifying employees that the unlawful manufacture,distribution,dispensing,possession,or use of a controlled substance is prohibited in the workplace and specifying the action that will be taken against employees for violations of such prohibition. (2) Inform employees about the dangers of drug abuse in the workplace,the business'policy of maintaining a drug-free workplace,any available drug counseling,rehabilitation,and employee assistance programs,and the penalties that may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in subsection(1). (4) In the statement specified in subsection(1),notify the employees that,as a condition of working on the commodities or contractual services that are under Bid,the employee will abide by the terms of the statement and will notify the employer of any conviction of,or plea of guilty or nolo contendere to,any violation of Chapter 893 or of any controlled substance law of the United States or any state,for a violation occurring in the workplace no later than five(5)days after such conviction. (5) Impose a sanction on,or require the satisfactory participation in a drug abuse assistance or rehabilitation program,if such is available in the employee's community,by any employee who is so convicted. (6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. 2.19.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 and every calendar day the work remains incomplete(not to exceed the total amount of the contract),as compensation due to the City for loss of use and for additional costs incurred by the City due to such noncompletion of the work. The City shall have the right to deduct said liquidated damages from any amount due or that may become due to the bidder under this agreement or to invoice the bidder for such damages if the costs incurred exceed the amount due to the bidder. 2.20.USE OF PREMISES The contractor shall confine his/her equipment,apparatus,the storage of materials,and the operation of his/her workmen to the limits indicated by law,ordinances,permits,or direction of the project manager,and shall not unreasonably encumber the premises with his/her materials. The contractor shall take all measures necessary to protect his own materials. Page 38 of 52 Blanket Purchase Agreement 1305190, 8 2.21.DAMAGES TO PUBLIC/PRIVATE PROPERTY The contractor shall carry out the work with such care and methods as not to result in damage to public or private property adjacent to the work. Should any public or private property be damaged or destroyed,the contractor,at his/her expense,shall repair or make restoration as is practical and acceptable to the City and/or owners of destroyed or damaged property promptly within a reasonable length of time. (Not to exceed one month from date damage was done). 2.22.HOURLY RATES The hourly rate quoted shall include full compensation for labor,equipment use,travel time,and any other cost to the bidder.This rate is assumed to be at straight time for all labor,except as otherwise noted. Rates established herein shall remain firm and fixed throughout the contract period. More than one(1)employee sent to any particular job/project shall be monitored by the City prior to any reimbursement for the same. 2.23.MATERIALS SHALL BE NEW AND WARRANTED AGAINST DEFECTS The Bidder hereby acknowledges and agrees that all materials/products,except where recycled content is specifically requested,supplied by the Bidder in conjunction with this Bid shall be new,warranted for their merchantability,and fit for a particular purpose. In the event any of the materials/products supplied to the City by the Bidder are found to be defective or do not conform to specifications,the City reserves the right to cancel the order and return such materials/products to the Bidder to replace the materials/products at the Bidder's expense. 2.24.WARRANTY,FITNESS FOR PURPOSE The contractor warrants the materials supplied and the work performed under this contract conform to warranty materials provided and work performed for one(1)year from date of completion. In addition to all other warranties that may be supplied by the bidder,the bidder shall warrant its products and/or service against faulty labor and/or defective material for a minimum period of one(1)year after the date of acceptance of the labor,materials and/or equipment by the City.This warranty requirement shall remain in force for the full one(1)year period;regardless of whether the contractor is under contract with the City at the time of any defect.Any payment by the City on behalf of the goods or services received from the contractor does not constitute a waiver of these warranty provisions. The contractor shall be responsible for promptly correcting any deficiency,at no cost to the City,within five(5) calendar days after the City notifies the contractor of such deficiency in writing.If the contractor fails to honor the warranty and/or fails to correct or replace the defective work or items within the period specified,the City may,at its discretion,notify the contractor,in writing,that the bidder may be debarred as a City bidder/proposer and/or subject to contractual default if the corrections or replacements are not completed to the satisfaction of the City within ten(10)calendar days of receipt of the notice.If the contractor fails to satisfy the warranty within the period specified in the notice,the City may(a)place the contractor in defaults of its contract,and/or(b)procure the products or services from another contractor and charge the contractorr for any additional costs that are incurred by the City for this work or items;either through a credit memorandum or through invoicing. 2.25.SPECIFICATION EXCEPTIONS Page 39 of 52 Blanket Purchase Agreement 1305190, 8 Specifications are based on the most current literature available. Bidder shall notify the City of Miami Purchasing Department,in writing,no less than ten(10)days prior to solicitation closing date of any change in the manufacturers' specifications which conflict with the specifications.For hard copy bid submittals,bidders must explain any deviation from the specifications in writing as a footnote on the applicable specification page and enclose a copy of the manufacturer's specifications data detailing the changed item(s)with his/her submission. For electronic bid submittals,bidders must explain in the Header Section or by an Attachment and,if applicable,enclose a scanned copy of the manufacturer's specifications data detailing the changed item(s)with his/her submission. Additionally,bidders must indicate any options requiring the addition of other options,as well as those which are included as a part of another option. Failure of bidders to comply with these provisions will result in bidders being held responsible for all costs required to bring the item(s)in compliance with contract specifications. 2.26.PUBLIC CONVENIENCE AND SAFETY The contractor shall conduct his work so as to interfere as little as possible with private business or public travel. He shall,at his own expense,whenever necessary or required,maintain barricades,maintain lights,and take such other precautions as may be necessary to protect life and property,and he shall be liable for all damages occasioned in any way by his actions or neglect or that of his agents or employees. The contractor shall meet the following noise abatement performance standards for all construction equipment: Between the hours of 7:00 A.M.and 6:00 P.M.noise levels shall not exceed 80 dBA at the nearest residential or commercial property line. Operation of equipment should be avoided between the hours of 6:00 P.M.and 7:00 A.M.,but if required,the noise level shall not exceed 65 dBA. 2.27.SAFETY MEASURES Contractor shall take all necessary precautions for the safety of employees,and shall erect and properly maintain at all times all necessary safeguards for the protection of the employees and the public.Danger signs warning against hazards created by his/her operation and work in progress must be posted. All employees of contractor shall be expected to wear safety glasses or goggles,appropriate clothing,and hearing protection when and wherever applicable.The contractor shall use only equipment that is fully operational and in safe operating order.Contractor shall be especially careful when servicing property when pedestrians and/or vehicles are in close proximity-work shall cease until it is safe to proceed. 2.28.TERMINATION A.FOR DEFAULT If Contractor defaults in its performance under this Contract and does not cure the default within 30 days after written notice of default,the City Manager may terminate this Contract,in whole or in part,upon written notice Page 40 of 52 Blanket Purchase Agreement 1305190, 8 without penalty to the City of Miami.In such event the Contractor shall be liable for damages including the excess cost of procuring similar supplies or services:provided that if,(1)it is determined for any reason that the Contractor was not in default or(2)the Contractor's failure to perform is without his or his subcontractor's control,fault or negligence,the termination will be deemed to be a termination for the convenience of the City of Miami. B.FOR CONVENIENCE The City Manager may terminate this Contract,in whole or in part,upon 30 days prior written notice when it is in the best interests of the City of Miami.If this Contract is for supplies,products,equipment,or software,and so terminated for the convenience by the City of Miami the Contractor will be compensated in accordance with an agreed upon adjustment of cost.To the extent that this Contract is for services and so terminated,the City of Miami shall be liable only for payment in accordance with the payment provisions of the Contract for those services rendered prior to termination. 2.29.ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included as part of your solicitation response shall be evaluated or considered, and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this solicitation. If submitted either purposely,through intent or design,or inadvertently,appearing separately in transmittal letters,specifications,literature,price lists or warranties,it is understood and agreed that the General Conditions and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the bidder's/proposer's authorized signature affixed to the bidder's/proposer's acknowledgment form attests to this.If a Professional Services Agreement(PSA)or other Agreement is provided by the City and is expressly included as part of this solicitation,no additional terms or conditions which materially or substantially vary,modify or alter the terms or conditions of the PSA or Agreement,in the sole opinion and reasonable discretion of the City will be considered. Any and all such additional terms and conditions shall have no force or effect and are inapplicable to this PSA or Agreement. 2.30.PRIMARY CLIENT(FIRST PRIORITY) The successful bidder(s)/proposer(s)agree upon award of this contract that the City of Miami shall be its primary client and shall be serviced first during a schedule conflict arising between this contract and any other contract successful bidder(s)/proposer(s)may have with any other cities and/or counties to perform similar services as a result of any catastrophic events such as tornadoes,hurricanes,severe storms or any other public emergency impacting various areas during or approximately the same time. 2.31.PERSONNEL AND EQUIPMENT Bidder shall be deemed to represent that it has,or will have upon the award of the Contract,all necessary personnel and equipment required to perform all services arising from the award of the Contract. All personnel employed shall be employees of Bidder. All personnel of the successful Bidder must be covered by Workmen's Compensation,unemployment compensation and liability insurance,a copy of which is to be provided to the City.Bidder shall be deemed to represent that it has,or will have upon the award of the Contract,all necessary qualified personnel required to perform all services arising from the award of the Contract. The City reserves the right to require the successful bidder to replace any operating personnel or equipment used in Page 41 of 52 Blanket Purchase Agreement 1305190, 8 the performance of the work if,in the opinion of the Contract Administrator,said personnel or equipment are in violation of,or have violated,any State or Federal laws;or if the personnel or equipment used herein is,in the Contract Administrator's opinion,unsafe or for any other valid reason.In the event of such finding the successful bidder shall immediately,upon notice from the Contract Administrator,provide replacements satisfactory to the City at no additional cost to the City. 2.32.INVOICES Invoices submitted for payment by the City shall contain the purchase order number;work order number and/or quotation number,if applicable;details of service(s)performed including service date,brief description of service, number of labor hours for each worker,hourly rate(s)for each worker,total man hours billed,material/parts furnished and itemized separate from the labor rates,and location of service. No charge shall be made for a "premise visit";only charges for materials and labor hours are permitted. Copies of invoices or other appropriate documentation including available receipts for materials/parts purchased or supplied shall be provided for each job to support their actual costs prior to reimbursement upon request from the City.Failure to itemize the aforementioned shall result in the invoice being returned for adherence to the same. All overtime must be approved in advance by the Contract Administrator or designee and shall be invoiced with sufficient documentation. Material cost including unit prices shall be listed as separate item(s).Materials,parts or equipment installed shall be invoiced at successful Bidder'scost to include any and all discounts offered by the supplier.Material prices submitted are subject to verification by the Contract Administrator or other sources. 2.33.EMERGENCY CONTACT AND RESPONSE TIME The successful Bidder shall be immediately available via a twenty-four(24)hour,seven(7)day a week local telephone number.It is expected that non-scheduled requests for service(emergency calls,etc.)shall be responded to within four(4) hours after the call is made,unless prior arrangements have been agreed to by both the City and the Bidder. The successful Bidder shall ensure that the Contract Administrator has the pager and telephone number,including cellular telephone number,of the Bidder and/or representative,who will be directed to respond to direct calls from the Contract Administrator and/or designee. 2.34.SUCCESSFUL BIDDER POINT OF CONTACT The successful Bidder shall provide a single point-of-contact for all administration functions(billing,etc.)and a single point-of-contact for any and all project-related work. These individuals,which can be one in the same,must have the authority to act in behalf of the Bidder and respond to all inquiries,problems,and complaints of the proper authority. This individual shall have the authority to make management decisions or address issues of concern by the City. 2.35.LICENSES,PERMITS AND FEES Page 42 of 52 Blanket Purchase Agreement 1305190, 8 The Bidder shall obtain and pay for all licenses,permits,and inspection fees required for this solicitation,if applicable,and shall comply with all laws,ordinances,regulations,and any other code requirements applicable to the work contemplated herein. Damages,penalties,and or fines imposed on the City or the Bidder for failure to obtain required licenses,permits,or fines shall be borne by the Bidder.However,the successful bidder shall not charge the City for man-hours needed to obtain any licenses or permits associated with any particular work request. The City will work with the successful bidder to ensure that an efficient process is in place for obtaining required licenses or permits from the City for particular work requests. Page 43 of 52 Blanket Purchase Agreement 1305190, 8 3.Specifications 3.1.SPECIFICATIONS/SCOPE OF WORK 3.1. SCOPE OF WORK The City of Miami is soliciting formal bids from qualified and experienced Bidders to perform moves,adds,and changes(hereafter and throughout this specification referred to as wiring or cabling)in the wiring infrastructure of the City data,cable television or video,and voice networks through the installation and termination of wiring, including but not limited to twisted pair,coaxial,and fiber optic wiring and the installation and configuration of associated communications hardware and conduit. Associated work is to take place at any one or all of the City's facilities. Tasks not specifically denoted shall be applicable to established hourly rates. Award of bid is non-exclusive. The type and magnitude of work that may be requested under this IFB is likely to include,but not be limited to,the following: Minor modifications of voice,data,and/or cable television or video wiring in existing facilities to accommodate new offices and modular furniture configurations or to provide increased abilities in existing work spaces. • Re-wiring of all or a portion of existing facilities to accommodate the implementation of new voice,data, and/or cable television or video technology. Wiring or re-wiring for voice,data or cable television or video of new facilities acquired by the City. • Interconnection of City facilities for enhanced voice,data and/or cable television or video communications. • Relocation,reconfiguration,and/or maintenance of telephone key systems(primarily Avaya Merlin and Spirit)and installation of associated wiring. Regardless of the scope of the work required,the successful Bidder shall be required to ensure that the requested work is scheduled and completed promptly and within the time frames required(unless superseded by prior agreement between the City and the Bidder).Also,each job shall be performed according to the specifications as detailed within this bid solicitation. 3.2. TECHNOLOGY The City of Miami has a need to continually review new developments in voice,data,and cable television or video technology.It is imperative that the communications infrastructure currently being built position the City to take advantage of new technology.Therefore,any Bidder who may be awarded work under the contract is obligated/required to perform the following: • Propose products and methodologies that,in terms of functional and technical performance,may be superior to those items being requested by the City. • Include in this proposal a price/performance comparison of the current product/methodology and the proposed product/methodology illustrating the anticipated benefit to the City and providing clear and convincing evidence that the proposal meets or exceeds the requested items. • Upon request,submit a sample for testing or arrange an on-site inspection to demonstrate the advantages of the proposal. The City,at its sole discretion,may accept or reject any proposed product/methodology. 3.3. PROCEDURE FOR REQUESTING WORK Although during the duration of this IFB,the City may request a wide variety of jobs in terms of scope and urgency, it is imperative that the City and the successful Bidder adhere to a uniform policy of requesting work.Unless Page 44 of 52 Blanket Purchase Agreement 1305190, 8 otherwise agreed to by both parties in writing,the established procedure for requesting work is: • The City shall identify a wiring need and develop a work plan. For minor jobs,this work plan may be transmitted verbally to the successful Bidder. For major jobs,this work plan shall be in writing and may contain diagrams to illustrate the work plan. Work plans,whether verbally or in writing,shall be transmitted to the successful Bidder by the Contract Administrator or designee. The successful Bidder is not to accept work plans or requests for price estimates from individuals other than the Contract Administrator or designee,unless previously authorized by the Contract Administrator or designee.In some cases,the complexity of the work plan may require an on-site inspection(walk-thru).If requested by the Contract Administrator or designee,the successful Bidder shall be available for this on-site inspection no later than one(1)week following receipt of the request from the City,unless otherwise agreed to by both parties. • All work plans shall be approved by all affected groups within the City and shall contain any time constraints or requirements or prerequisites that affect the project. • The successful Bidder shall be contacted to provide a complete price estimate including,wiring,supplies,and labor and a determination of whether the installation time requirements can be reasonably adhered to. • The Contract Administrator or designee shall review the estimate and either approves the estimate by sending it by email or similar communications vehicle to the requesting department for further consideration or contacts the successful Bidder to mediate any discrepancies.Once approved by the Contract Administrator,the price estimate shall be forwarded to the requesting department for the processing of the purchase requisition/Purchase Order.A Purchase Order shall be subsequently faxed or e-mailed to the successful bidder.This purchase order shall serve as formal approval for the successful Bidder to proceed with the work. In some cases,the successful Bidder and the City may need to schedule project planning meetings to further define or clarify the written work plan or to discuss the status of the project. • If during the performance of the work plan,the successful Bidder discovers that the scope of the work is greater than originally planned and will increase the cost of the job,the successful bidder must obtain approval to continue from the Contract Administrator or designee. Verbal approval from the user does not constitute proper approval. Upon acknowledgment and approval by the City that the work has been completed as per specifications and upon receipt of the invoice,the invoice shall be processed for payment. At no time shall the successful Bidder modify a work plan,except as may be agreed to by the Contract Administrator or designee. Additionally,at no time shall the successful Bidder proceed with any project without the issuance and/or receipt of a Purchase Order,unless previously authorized by the Contract Administrator or designee. Failure of the successful Bidder to adhere to these procedures may result in the City's refusal to pay for the improperly authorized service(s). Materials and work shall meet or exceed the requirements of all industry standards to include,but not limited to,the following: American Insurance Association National Building Code Building Officials and Code Administrators Basic Building Code Institute of Electrical and Electronics Engineers National Electric Safety Code International Conference of Building Officials Uniform Building Code National Fire Protection Association Page 45 of 52 Blanket Purchase Agreement 1305190, 8 Southern Building Code Congress International Standard Building Code Building Industry Consulting Service International Telecommunications Distribution Methods Manual National Electrical Manufacturers Association National Society of Professional Engineers Underwriters Laboratories Electronic Industry Association Telecommunications Industry Association Federal,State,County,and City Codes Manufacturer's Recommendations In the event there is conflicting recommendations,guidelines,codes,etc.,the organization representing the highest authority shall prevail and in such instances shall be approved by the proper authority representing the City in the management of this specification and subsequent contract. 3.4. WORK REQUIREMENTS/SPECIFICATIONS The following must meet or exceed the following requirements/specifications: A. GENERAL Bidder shall be on call 24-hours a day,seven days a week and be able to respond to an emergency request within a four(4)hour period. 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. Bidder shall be fully responsible for complete site clean-up to include removal of any and all associated debris and vacuuming with successful Bidder-owned equipment and the cleaning of and replacement of furniture and the like which has been moved to gain access. • Bidder shall be responsible for site repairs/construction work required after any installation-related work;for example,holes in walls shall be repaired and site shall be left in an"as found"condition upon the completion of any installation project. Subcontractors may be used for this purpose but not for installation-related work;the Bidder must utilize only in-house personnel for wiring installation. Exceptions to this policy must be agreed upon by the proper authority prior to the commencement of any work. Nothing in this specification or resulting contract shall be construed as establishing any contractual relationship between any subcontractor and the City. The contractor shall be solely responsible to the City for any acts or omissions of a subcontractor and their employees and for any acts or omissions of persons or entities employed or contracted by a subcontractor. 3.5. SPECIFIC UTP(Unshielded twisted pair)GUIDELINES (Voice and Data) Unless otherwise specified or agreed to by the City and the successful bidder,all UTP installations must be either equal to or better than the following specifications. 1. Horizontal/Vertical Wiring: All UTP wiring should be IEEE 802.3u(100 BASE-Tx)Category 5e or Category 6 compliant and all components (e.g.,patch panels,connectors,etc.)must be consistent with the category of wiring used. Typical specifications include the following: • Impedence: Typically 75-165 Ohms for 100 BASE-Tx Networks(100 ohm). Page 46 of 52 Blanket Purchase Agreement 1305190, 8 • 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 installations and must be installed in a manner consistent with these existing installations. Every pair of wires in every sheath is to be tested for continuity,reversals,potential grounds,shorts,opens,and sequence.All wiring must be category 5e or category 6 certified with written test results submitted to the City prior to acceptance by the City of the completed work. The outer sheath must have an identification marker or nomenclature indicating manufacturer's identification,pair, count,gauge,and footage-same is to appear at a minimum of every two(2)feet. Riser cabling shall meet the fine test requirements of 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 Type(must be consistent with category rating of wiring): • IDFRack 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(89D),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 Page 47 of 52 Blanket Purchase Agreement 1305190, 8 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 34 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. Labeling/Identification/Tagging: All wiring entering a common communications closet must be appropriately identified(labeled or tagged). Identification plan to be presented to and approved by the proper authority prior to installation. In a facility with existing wiring,identification plan must conform to current methodology. All wiring drops must be uniquely identified. Any abandoned wiring due to the modification or maintenance of a facility must be properly labeled"Abandoned"at the Patch Panel. 10. Installation Of Drops: All drops shall be installed within the following constraints: • 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). 3.6. FIBER OPTIC GUIDELINES Unless otherwise specified or agreed by the City and the successful Bidder,all fiber optic installations must be either equal to or better than the following specifications. A. Type: Multimode 62.5/125um(microns)Fiber Optic Cable. Singlemode 8.3/125um(microns)Fiber Optic Cable Product must be from one of the following manufacturers,or approved equal: Either must provide a manufacturer's extended warranty: Lucent Technologies Page 48 of 52 Blanket Purchase Agreement 1305190, 8 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 850 nm. In addition,each fiber shall not exceed 1.5 dB per km and must provide a minimum of 500 MHz of bandwidth per km at 1330 nm. 2. Single Mode Backbone Fiber: Unidirectional Insertion Loss(Power Meter)Attenuation Test at 1300nm and 1550nm wavelengths and Unidirectional OTDR Test at 1300nm and 1550nm wavelengths on each single mode fiber. Furthermore,each fiber shall not exceed 1.5 dB per km at 1300 nm. In addition,each fiber shall not exceed 1.25 dB per km at 1550 nm. Written test results are to be presented to the proper authority prior to the acceptance by the City of the completed work. 3.7. COAXIAL CABLE SPECIFICATIONS-CABLE TV OR VIDEO Unless otherwise specified or agreed to by the City and the successful Bidder,all cable television or video installations must be either equal to or better than the following specifications. A. Tvce: 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. Unversal on 60%to Quad Cable. 1 Piece Construction. Recommended manufacturer or approved equal: PPC EX6 2. WALLPLATE: Type: F-81 connector with terminator Construction: Flush mount with a standard F-81 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 sets 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-596QL Page 49 of 52 Blanket Purchase Agreement 1305190, 8 4. TERMINATION: All drops must terminate at a wall plate.The originating end is to be connected by the City in the wiring closet or similar point of origin. C. Testing: With an Ohmmeter at originating end,tests must be conducted to ensure 75 Ohm termination. Also,the successful Bidder must conduct an RF broadband sweep at 5-500 MHz and submit printed test results to the City. 3.8. TRENCHING GUIDELINES Successful Bidder should be capable of performing any Trench work necessary for the completion of installation or maintenance of any Telecommunications media. Successful Bidder is responsible entirely for locating any underground utilities prior to the commencement of any trench work.Successful Bidder is responsible if any disruption of any underground utilities occurs at no additional cost to the City. 3.9. FIRE SAFETY AND QUALITY OF INSTALLATIONS Of particular concern is fire safety and quality with regards to the installation of any and all cabling and associated hardware. Because cabling represents a substantial fire load it is prudent for the City to ensure that any cabling, wiring,and any associated product is of the highest quality and installed in such a way as to preclude or minimize potential hazards. Many times established standards,codes,and the like,are general in nature and,as such,one product line may be superior to another yet both meet the requirements of a concerned industry standard. It shall be the policy that the more favorable product with regards to quality and safety be utilized. It shall be incumbent upon the successful Bidder to be familiar with the products in use in the industry and to submit quotes for the safest and highest quality product. Fire safety and quality concerns include the method of installation as well as post-installation clean-up operations. A. Installation: All installations must be in accordance with applicable code. When discretion permits more than one alternative, the decision which favors the City and as determined by the proper authority will prevail. For example,in the absence of running distribution wiring in a conduit provided for same,the wiring shall be run along a course which provides maximum access to the associated ceiling space being affected by the installation and precludes,as much as possible,the spread of fire if so affected. Many times wiring is simply strung from one point to the nearest point across a section of ceiling space under the auspices of the"shortest distance between two points is a straight line". In cases where the new wiring supplements existing wiring,the new wiring should be placed in a manner consistent with the existing wiring.In cases where the new wiring replaces existing wiring or in the absence of existing wiring, all applicable codes,City standards,and generally accepted wiring practices shall determine placement of wiring. All wiring and/or cabling shall be bundled at appropriate intervals and labeled at not less than at terminating points on either end of the run.All wiring runs shall be continuous between termination points with no splices. B. Minimum Standards For Horizontal Runs: The city-wide standard for horizontal cabling and/or wiring,also known as distribution cabling and/or wiring,shall meet the following criteria: Communications-Plenum(CMP)as defined in National Fire Protection Agency(NFPA) 262,also known as Underwriters Laboratories(UL)910,must not be a hybrid or composite construction of which would include wiring in which all pairs are not insulated(e.g.,"2 by 2"where two pairs out of four are not insulated, etc.).Wiring must be CMP"4 by 0"(all four pairs are insulated)Category 5e with 100%Fluorinated Ethylene Propylene(FEP)Wire Insulation and Jacketing Materials rated 200 degrees Centigrade by UL and be in full compliance with NFPA 90A. Page 50 of 52 Blanket Purchase Agreement 1305190, 8 C. Minimum Standards For Vertical Runs: The city-wide standard for vertical cabling and/or wiring,also known as riser or back-bone cabling and/or wiring, will meet the following criteria: Communications-Riser as defined in UL 1666. Wiring must be installed in steel conduit and fire-stopped where it enters wiring closets. D. Hardware Installation Standard: All wiring shall terminate in wall plates or surface mount boxes as per work plan,except where specified otherwise. The type of wall plate or surface mount box should be consistent in appearance and functionality with existing hardware,where applicable.Faceplates and the like must be installed straight and the use of a level may be required for same. All mounting hardware will be utilized-for example,a faceplate that provides four(4)access holes for mounting screws must in fact be mounted with all four(4)screws rather than less than the prescribed four(4). Unless otherwise specified,surface mounted hardware must use screws for attachment;not adhesive. E. Testing: All installation work must be tested to ensure proper operation. Of particular concern is the testing of telephone-type wiring in that pairs can easily be cross-connected thereby providing a sounding signal but not a proper and required dial tone.In some cases,the successful Bidder may be required to conduct complete or partial testing or re-testing in the presence of the 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-Up: Emphasis on clean-up must be stressed.The successful Bidder is expected to have on site,personally owned vacuum cleaning-type equipment capable of removing dust and other debris left as a result of any work performed. The successful Bidder will remove from City property all recyclable materials,waste,dust,trash,debris,and garbage(waste)associated with any work activity at no additional cost to the City. If a trash bin(dumpster)is required,same will also be at no cost to the City. The successful Bidder is cautioned that areas which would normally be out of sight are to be cleaned-up as well and as such wire stripping and the like is not to be left in telephone rooms,ceiling spaces,etc. When it is necessary to remove ceiling tiles it will be the policy that same are to be removed for only a short period of time considering that the proper placement of ceiling tiles are an integral part of the facility's smoke evacuation and HVAC systems. The removal of these tiles adversely affects safety,comfort,and energy costs. Should a project require the removal of ceiling tiles for a period longer than a normal working day period,all removed tiles will be replaced at the end of the working day. 3.10. SMOKING AND TOBACCO USE When on or in City property,the employees of the successful Bidder shall not smoke or use tobacco-related products when engaged in their work. The use of tobacco products may only be used in designated areas and only when on a scheduled break. 3.11. SECURITY CLEARANCES Any employee of the successful Bidder who,in the course of their work,is on or in City property must have successfully completed and passed,at no expense to the City,a local law enforcement agency background check. Records of same must be provided to the proper authority and under no circumstances shall an employee who has not passed such a check be permitted on or in City property. The proper authority shall be notified of any employee of the successful Bidder who leaves the company for any reason and who is assigned to perform work under this contract during the duration of the contract. Page 51 of 52 Blanket Purchase Agreement 1305190, 8 3.12. WORK DOCUMENTATION It is imperative that all work is documented properly for not only accurate billing purposes but for reasons of establishing an accurate history of any facility and identifying work for repair,upgrade,or alteration purposes. Applicable blue prints or other documents as approved by the appropriate authority may be provided to the successful Bidder prior to the commencement of any work and same will be annotated by the successful Bidder to reflect any installation,modification,or removal. Such annotated documentation shall be provided to the proper authority not later than thirty(30)days after completion of any concerned work with the understanding that payment for same will not be made until such documentation is provided. 3.13. STORAGE OF MATERIALS The successful Bidder will not store tools,materials,wiring,cabling,and other supplies on or in any City property without expressed permission of the proper authority.The successful Bidder shall always make provision to accommodate any supplies,regardless of the scope of work or the anticipated time for completion. 3.14. APPAREL AND IDENTIFICATION The employees of a successful Bidder must be appropriately dressed at all times while on or in City property. Shirts or jump suits reflecting the successful Bidder's logo are encouraged. Open-toed shoes,shorts,body shirts, and T-shirts with inappropriate language,as determined by proper authority,are not permitted. It is required that an employee ID be worn in such a way that it can readily be seen and identified. In addition,the City may require that a temporary City ID be worn as well. Appropriate safety equipment to be worn at all times when specified by the City and/or the successful Bidder and/or code,law,or regulation. The employees of a successful Bidder,on an individual basis,must sign-in upon entering City property and sign-out when leaving City property where such a provision is made. Page 52 of 52 Qitg xxf 4ffiami CONTRACT AWARD Procurement Department 120 DAYS EXTENSION IFB NO.: 360332(18) DESCRIPTION: TELECOMMUNICATIONS WIRING AND WIRELESS RADIO AND ANTENNA INSTALLATION SERVICES TERM OF CONTRACT: ONE (1)YEAR WITH THE OPTION TO RENEW FOR FOUR (4)ADDITIONAL ONE-YEAR PERIODS CONTRACT PERIOD: APRIL 22,2013 THROUGH APRIL 21,2014 FIRST RENEWAL: APRIL 22,2014 THROUGH APRIL 21,2015 SECOND RENEWAL: APRIL 22,2015 THROUGH APRIL 21,2016 THIRD RENEWAL: APRIL 22,2016 THROUGH APRIL 21,2017 FOURTH&FINAL RENEWAL: APRIL 22,2017 THROUGH APRIL 21,2018 120 DAY EXTENSION: APRIL 22,2018 THROUGH AUGUST 19,2018 COMMODITY CODE: 91597-00' SECTION#1 —VENDOR AWARD Quality Wiring,Inc. - 10300 SW 72nd Street,Suite 414 Miami,FL 33173 Contact:Hoa Le/Anny Noratto Phone: (305)595-5691 Email: H.Le @qualitywiring.com,Anny@qualitywiring.com SECTION#2—AWARD/BACKGROUND INFORMATION/APPLICABLE ORDINANCES/NOTES C.C.AWARD DATE: APRIL 11,2013 AMENDED AMOUNT: NIA RESOLUTION NO: 13-0161 INSURANCE REQUIREMENTS: YES ANNUAL CONTRACT AMOUNT: N/A PERFORMANCE BOND: N/A APPLICABLE ORDINANCES: N/A Notes:120 DAY EXTENSION:APRIL 22,2018 THROUGH AUGUST 19,2018 SECTION#3—REQUESTING DEPARTMENT CITY OF MIAMI, DEPARTMENT OF INFORMATION TECHNOLOGY Contract Administrator: Denise Rodriguez Phone:(305)416-1659 SECTION#4—PROCURING AGENCY CITY OF MIAMI,DEPARTMENT OF PROCUREMENT Buyer: Richard McLaren Phone:(305)416-1958 Fax: (305)400-5104 Prepared By: Aimee Gandarilla,2/20/18 A CONTRACT AWARD SHEET INSTRUCTIONAL GUIDE TO ASSIST YOU WITH THE INFORMATION CONTAINED HEREIN IS AVAILABLE IN THE ISUPPLIER INFORMATION SECTION OF OUR WEBPAGE AT: www.miamioov.com/procurement Initial: QIt # 411liami tr EMILIO T.GONZALEZ,Ph.D. * City Manager l�al0 June 4,2018 Quality Wiring has been providing technical services for The City of Miami Parks and Recreation Department. They have always been prompt with work schedules and honest with advice for job quotations. All work conducted has been to the highest specifications and the equipment used has been of the good quality. There has never been an occasion that I have called upon Quality Wiring that they have not been available to the Department. They have always stood behind their work and provided follow up service for any additions required. We have built a business relationship that I truly appreciate and recommend to any firm. Quality Wiring is not just a wiring company,they are a family that stand behind their customers every step of the way throughout their business needs. Sincerely, Jesus Pla Information Liaison DEPARTMENT OF PARKS AND RECREATION 444 S.W.2nd Avenue,8"Floor Miami,FL 33130 (305)416-1300 Mailing Address:P.O.Box 330708 Miami,Florida 33233-0708 SYSTEM REPORT PROJECT NAME: City Of Opalocka City Hall DATE: 16 May 2018 CREATED BY: Anthony Gonzalez EMAIL ADDRESS: anthony @qualitywiring.com PROJECT DESCRIPTION CCTV system to cover: -Parking Lot Areas -Perimeter Of Building -Lobbies -Multiple Dept. -Elevators -3rd Fl. Police Dept. SYSTEM HIGHLIGHTS CAMERAS: 33 SERVERS: 1 SYSTEM: • 1 Rackmount servers • Failover is not currently available-the system is not currently redundant. • RAIDS configuration on 1 servers servers • 1 servers host the client application SYSTEM BREAKDOWN BY SERVER SERVER 1: PRN-4011-60TB, 33 cameras *U Rackmount,Core i5/Athlonll X4,16GB RAM,10TBx6,RAID5,2 NIC,Host client Parking Lots 12mp 15 fps h264 High Always Both 100% 30 4 33.31 Mbit/s 11.32 TB (Roof) All other 4mp- 1520p 15 fps h264 High Always Both 100% 30 29 110.76 Mbit/s 37.64 TB Cameras sar A 33 144.07 Mbit/s 48.97 TB sejlift �r> - �.,� x :. 128 256 Mbit/s 50 TB SERVERS Name Form figtor g ttAM see r, RAM Cgent Fakofer Coneras Bt'trate Storage PRN-4011-60TB *U Core i5/ 16 10 TB 6 RAID5 2 yes off 33 256 Mbit/s 50 TB Rackmount Athlonll X4 GB TOTALS: 33 256 Mbit/s 50 TB Important:To ensure a great user expereme corMuters running the application should meet or exceed the capabihties of the following chi"' cards:ice 210,Radeon HD 5450,Intel HD 4K wilh latest drivers installed. CAMERA LIST ----''-"-"""'•—•n•,Asggszfskrf•*';.ii,,,•g•z.q:,• wtosnystrtt.• ;•a,isitgkiji:z.: it:.-e,..;•,*.:::....4,:i ;.,,i.:;;:.;,..,.:,-,...:,:,,.:,.,.,.4,...,,;:.,...::...,..;.,:.::,,.:.,.:;.::t:4-...i..4.!:,::.i......,:.;;!-4,.,i:oit•i.,i...7.,,t,,,..,.;;.„,i„,,t.,.tw!,,,,...ifj:..:,.,,.,...,„,„„„„.,........,...„..,,„...„,,,..,....,,,,,,,.„, . . ..... ..... „.:,,,.. ..t•;•4,.s:......i,f,.,•,4,g':',':':.!',4:*i.l;..t;..A•'..Z:;,iif:;ti,?eo•Axwgkli,:...,:••••••i••••7••••:""••••'.:••"•'-•••;-itigipvrtt4rr•,•'•,::-:sogo"",""'oer '•..,',t•.;•••'. '•:,4!'..:.',,,t,ti...NL,A4,,,o,'"'::;,,,';.::!'•,,:•••,•,,•'...,:,'''":'r,:,;'•:.:,:"','•lPPhi•,'',,tJ,',i;,-,;,-E:t:':i-'7;:'"f"eo:::A,•''.•••'''••,',•-•: •::'":••;•,•,7•:••7' '.•.:':'••••••••,... '"g'•'"-(..'''''.--,•!'',• .........:.,-k,,,,..:::..p. o.of,,,y:,:,....,-,,,..,....,.,4:,.:: :,4f,g*ottNo,;:„...,z.:,:_,...,,,,:,..::.:,........,....I.7,-.,,o:...:-:,,Akwitrr,i.ivfcr,x,.l.,: 4:c.tvvvotc:;-.-::.,--,:........:.,..,,: ..•:,.•...:......-..:-....,,,'...,,.i.,:..,.,,.:-,::-:.'J....,...:,,:.,,.,.::,.,...7.,,...,,..;.;,.-...,::::.:',...,:'.:-....,,,..,$'.--:....-,..:-. • ..,.,..,......---........:. Parking Lots 12mp 15 fps h264 High Always Both 100% 30 4 33.31 Mbit/s 11.32 TB (Roof) All other 4mp- 1520p 15 fps h264 High Always Both 100% 30 29 110.76 Mbit/s 37.64 TB Cameras . -:: -•...:.....;„,„.... , i:-'::::-.'"'''''''"''''''."'"'"''''''''..:.-:-.--':-.:'....-::::,:''-'•----::-:-.:-''''.:...-:---.:'-'1":",:,'.':*:'-.:-..,,.7.';-,---:::-"-::',:.':':-:.-::::':':i4.:':.::4]livlitr:::::!".'.:.. ,:.•i.:...-...•.....:::.::':..:.'.:;3...4.kii;U5.!v:1':'W .F.: . 33 144.07 Mbit/s 48.97 TB ''''''''''''''••••••''''''''''4•'7:.•ilgt''''''''Z'41:44:•':: :'''''4•1•4•A•A••'7',4:::•::: :•','•I::':•"V••"tiVr4,-45'-' ').•;•"'"••••::t•.i..AtAiiiiiri:1"..*.g7:.7•..',"•-.7...:..:•::••,:.7:,:.:7::',.;717,.•:!`:.4::•41i..".,...7,77,1T.<*:',.,:.,::t..,.7.:.,r, 7- 0. i.,7'77-77..,7,,::...7k77„,,:ttq'i,7ZKTZZ'?''•••4"'a.••,''':4:CVZR7N•Wggiia5ig•4TF:Erd•N•:•IFRF:;':::•FF;75:3 :..F',:-.FTt:FgPR7:•7.FNR:':' •PitM:g•A:'j',••'•.i•.•i••6':;'-j7:-: ••'.:.':•2.:'::':..'•:.H::•.•,.••'•••::•••:•::I::••f••:•:.!..:::':!.:•,7..•..'•••- • ....:...K•'::'..ig.li.T.:';-:•:::;.-71:.:•'.:.: '.*.ir.'".7:FtaAtN•V4-1:!4•PaiV..,"Mi:'tYqln-Tti7•.fztI:.i...I.,17:,ht. . , .. .4:.,1-i.,t44:;:.: :s.,:.;:. i7:::jg;.i*.::.;::...A.,::,.:'.,YIZ:7..:.;::.!:-1,.,.,!. ..7-1.:r:;:k:.,..r.";"7-7:.'7:!.,:.:i:'..7::77:'"'F.:,:.':i:jijigrWgtt,,::..7:..,•:7L.:......:. http://tools.wavevms.com/calculator/