Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2018-060Temp. Reso. 13117 June 13, 2018 Page 1 of 4 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2018-�_ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AWARDING IFB NO. 18-18B TO CDW GOVERNMENT, LLC FOR THE PURCHASE OF CISCO SYSTEMS NETWORK SWITCHES IN THE TOTAL AMOUNT OF $101,214.48, APPROVING THE ACQUISITION OF CISCO SYSTEMS NETWORK SWITCHES FROM CDW GOVERNMENT, LLC; AUTHORIZING AN EXPENDITURE FOR AN AMOUNT NOT TO EXCEED $101,214.48; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, technology is one of the key components in the efficient delivery of City services, and the City's network and telephone server infrastructure is critical to ensuring continued operations, and WHEREAS, the City's existing Cisco Systems network infrastructure that was purchased in 2005, are at the end of their lifecycle, and replacement is necessary to support continued operations and to alleviate issues related to increasing data/network traffic, use and capacity/performance requirements, and WHEREAS, the City published Invitation for Bid (IFB) 18-18B for Cisco Network Infrastructure Replacement, to obtain quotes for Cisco Systems network switches, in accordance with the terms, conditions, and specifications contained in IFB 18-18B, available on file in the Office of City Clerk; and Temp. Reso. 13117 June 13, 2018 Page 2 of 4 WHEREAS, nine (9) proposals were received with costs as indicated below: Vendor CDW Government, LLC PC Solutions & Integration, Inc. AIP US, LLC Total Communications, Inc. ITSavvy, LLC Mvation Worldwide, Inc. Office Depot, Inc. J PT -Tech Nagox, LLC and Total Cost $101,214.48 $106,475.64 $109,417.75 $110, 583.09 $117,689.92 $119,232.71 $121,433.72 $134,457.00 Non -Responsive WHEREAS, the proposal from CDW Government, LLC was deemed as the least expensive and most responsive proposal for Cisco Systems network switches; and WHEREAS, funds are available in the Capital Maintenance Fund budget for said purposes; and WHEREAS, it is the recommendation of the Director of Information Technology and the Purchasing and Contracts Manager that the City Commission of the City of Tamarac award IFB 18-18B to CDW Government, LLC; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to award IFB 18-18B Temp. Reso. 13117 June 13, 2018 Page 3 of 4 to CDW Government, LLC, for the purchase of Cisco Systems network switches at a total contract cost of $101,214.48. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT. - SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. All exhibits attached hereto are incorporated herein and made a specific part hereof. SECTION 2: The City Commission hereby awards IFB No. 18-18B to CDW Government, LLC, for the purchase of Cisco Systems network switches in the amount of $101,214.48; and authorizes the appropriate City Officials to execute a Purchase Order for the purchase of Cisco Systems network switches. SECTION 3: Funding is available for the purchase of Cisco Systems network switches from the appropriate accounts for a total cost not to exceed $101,214.48. SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. Temp. Reso. 13117 June 13, 2018 Page 4 of 4 SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this day of 2018. HARRY DRESSLER, MAYOR r_t61�011111 PATRICIA TEUFEL, CITY CLERK RECORD OF COMMISSION VOTE: MAYOR DRESSLER DIST 1: COMM. BOLTON DIST 2: V/M GOMEZ E it DIST 3: COMM. FISHMAN DIST 4: COMM. PLACKO I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM /' c1 S AA044 U E L . GOdEN CITY ATTORN INVITATION TO BID CISCO NETWORK INFRASTRUCTURE REPLACEMENT ISSUED: APRIL 15, 2018 Where to Deliver Bid: Online At: https://tamarac.bidsandtenders org City of Tamarac Purchasing & Contracts Division 7525 NW 88"' Avenue Room 108 (954) 597-3570 Tamarac, FL 33321 CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88th Ave "Committed to Excellence... Always" Tamarac, FL 33321 ' ' httos://tamarac.bidsandtenders.ora INVITATION FOR BID 1. Bidder Acknowledqement BID NO.: 18-18 B BID TITLE: Cisco Network Infrastructure Replacement BID OPENING DATE/TIME: May 17, 2018 at 3:00 P.M. Local time BUYER NAME: ANN MARIE CORBETT BUYER PHONE: 954-697-3566 BUYER EMAIL: annmarie.corbett@tamarac.org DEADLINE FOR WRITTEN QUESTIONS: May 08, 2018 at 5:00 P.M. Local time GENERAL CONDITIONS THESE INSTRUCTIONS ARE STANDARD FOR ALL BIDS FOR COMMODITIES/SERVICES ISSUED BY THE CITY OF TAMARAC. THE CITY OF TAMARAC MAY DELETE, SUPERSEDE OR MODIFY ANY OF THESE STANDARD INSTRUCTIONS FOR A PARTICULAR BID BY INDICATING SUCH CHANGE IN THE INSTRUCTIONS TO BIDDERS, IN THE SPECIAL CONDITIONS OF THE BID, OR IN THE SPECIFICATIONS/STATEMENT OF WORK. ANY AND ALL SPECIAL CONDITIONS THAT MAY VARY FROM THESE GENERAL CONDITIONS SHALL PREVAIL OVER THESE GENERAL CONDITIONS AND ANY CONFLICTING PROVISION WITHIN ANY VENDOR'S STANDARD TERMS AND CONDITIONS REGARDLESS OF ANY LANGUAGE IN VENDOR'S DOCUMENTATION TO THE CONTRARY. ELECTRONIC BIDS BIDS SHALL BE SUBMITTED ELECTRONICALLY THROUGH THE CITY'S SOLICITATION MANAGEMENT PARTNER, BIDSANDTENDERSTM. ALL BIDS ARE SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN. THOSE BIDS THAT DO NOT COMPLY WITH THESE CONDITIONS MAY BE DEEMED NON -RESPONSIVE. I certify that this Bid Acknowledgement is made without prior understanding, agreement or connection with any corporation, firm or person submitting a Bid for the same commodities and/or services and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this Bid and certify that I am authorized to sign this Bid as an agent for the Bidder. Bid No 18-18B - Cisco Network Infrastructure P.eplacement CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 Our Vision and Mission Our Vision: The City of Tamarac, our community of choice -- leading the nation in quality of life through safe neighborhoods, a vibrant economy, exceptional customer service and recognized excellence. Our Mission: We Are "Committed to Excellence... Always" It is ourjob to foster and create an environment that Responds to the Customer Creates and Innovates Works as a Team Achieves Results, and Makes a Difference In the fulfillment of our vision and mission, as stewards of the public trust, we value vision, integrity, efficiency and quality service. Our vendors are truly partners in meeting these commitments to the community, and in support of that vision and mission, we are committed to ensuring that qualified, competitive vendors who share our commitment to quality, efficiency, teamwork and customer service are employed to provide goods and services to the City, Our vendors are expected to deliver high quality products and efficient service that is provided on time and as ordered; in a manner that improves the overall value of the services that the City provides to its residents. In addition, we expect our vendors to work with the City as a team, and exhibit the highest level of integrity when dealing with any office or department of the City. Diligence in the execution of the requirements of this proposal will ultimately contribute to the overall quality of services provided to the entire community. The City is searching for a firm who will exemplify these ideals in the execution of their work, and the successful firm will be measured against the performance standards outlined in this bid invitation. INTRODUCTION It is the intent of the City to award this bid to the lowest responsible and responsive Bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of the City. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated, whichever is in the best interest of the City. This solicitation is issued pursuant to the City of Tamarac Code, Chapter 6, "Finance & Taxation", Article V, "Purchasing Procedures", Section 6-141 et seq. GENERAL TERMS AND CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Bids and Request for Proposals. As such the words "bid" and "proposal" are used interchangeably in reference to all offers submitted by prospective Bidders. Any and all special conditions in this IFB or any sample agreement document that may be in variance or conflict with these General Terms and Conditions shall have PURCHASING AND CONTRACTS DIVISION "Committed to Excellence...Always" httns: / /tamarac.bidsandtenders.ora precedence over these General Terms and Conditions. If no changes or deletions to General Conditions are made in the Special Conditions, then the General Terms and Conditions shall prevail in their entirety. 1. SUBMISSION OF THE BID The Responding firm is directed to submit all bids online at: htti)s://tamarac.bidsandtenders.org/Module/Tenders/ en no later than the date and time specified on the cover page of this solicitation document. Bids will not be considered and cannot be entered online after the above referenced closing date. The City will not be responsible for a late bid as a result of the vendor's inability to respond and upload their bid response in a timely manner. It is the Responding firm's responsibility to read and understand the requirements of this bid request. Unless otherwise specified, the Responding firm must use the bid form located online for Invitation for Bid document All bids shall be submitted in the English language. All prices, terms and conditions bid in the submitted response shall be expressed in U.S. Dollars, and will be firm for acceptance for sixty (60) calendar days from the date of the bid opening unless otherwise stated by the City. The Responding firm preparing a bid in response to this solicitation shall bear all expenses associated with its preparation. The Responding firm shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for expenses related to its preparation In the event of an omission by bidder, which does not prejudice the rights of other bidders, the City reserves the right to request clarifying documentation from bidders after the bid opening. Upon request from the City, bidder shall submit all requested documentation and data within three (3) business days. Failure to provide such information within the required timeframe may result in disqualification of the bid. 2. TYPES OF SOLICITATIONS ISSUED BY THE CITY Anytime the City releases a new solicitation it will contain a suffix of one of the following types: B = Invitation for Bid (ITB) R = Request for Proposal (RFP) L = Letter of interest (LOI) Q = Request for Qualifications (RFQ) FQ = Formal Quotation (RFFQ) IQ = Informal Quotation (RFIQ) HQ = Housing Quotation (RFHQ) This suffix will determine what type of solicitation the City will be utilizing. 3. BID GUARANTY When required by the terms and conditions herein, the City may require a bid guaranty and / or a performance and payment bond in an amount requested herein. Bid deposits shall be in the form of cash, certified check or cashier's check, drawn on a responsible bank doing business in the United States, and shall be made payable to the City of Tamarac. When a Bid Guaranty is required, a bid deposit or bid surety bond in the amount Bid No. 18- t 8a - Cisco Network Infrastructure Replacement CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 specified shall accompany the bid In lieu of a bid deposit, a bid surety provided by a firm licensed to perform business in the State of Florida shall be provided to the City Any bid deposits will be deposited, and shall be refunded and returned to the Bidders at the time of contract award The bid deposit of the successful vendor shall be returned upon receipt of acceptable Performance and/or Payment bonds 4. BONDING (as may be required) When required by the terms and conditions or special conditions herein, upon award of the Contract, Payment and Performance and/or Warranty Guaranties in the bid award amount will be required within 15 calendar days of award and shall continue in effect until the contract expiration Pursuant to the requirements of Chapter 255 05 (1) (b), Florida Statutes, the Contractor shall ensure that the Bond or Bonds referenced above shall be recorded in the Public records of Broward County at the Bidder's expense Proof of recording must be submitted to the City prior to issuance of a contract or purchase order One (1) set of onginal Performance and Payment Bond documents is required In the event a bid guarantee is a required item, The Bidder must upload a true copy of the Bid Bond document(s) to the City's website at the time of the online submission via Bids and Tenders NOTE Each Bond shall consist of anywhere from 10-12 pages totaling 22 pages for both the Payment and Performance Bond This may cost up to $200 00 depending on the project The fee to record this bid with the county shall be included in the bid tabulation form For more information regarding the process of recording the bid with Broward County follow the link below https //officialrecords.broward.org/OncoreCalculator/default.a SOX 5. WITHDRAWAL OF BID Any Responding firm may withdraw its bid prior to the indicated opening time The request for withdrawal must be completed online at https•//tamarac.bidsandtenders.org/ModuIe/Tenders/ en This must be requested prior to the bid opening date and time. 6. NON -COLLUSIVE AFFIDAVIT Each Contractor shall complete the Non -Collusive Affidavit Form and shall submit this form with the bid/proposal 7. CONFLICT OF INTEREST The award hereunder is subject to the provisions of Chapter 112 of the State of Florida Statutes Bidders shall disclose the name of any officer, director, partner, proprietor, associate or agent who is also a public officer or employee of the City or any of its agencies Further, all Offerors must disclose the name of any officer or employee of City who owns, directly or indirectly, an interest of five percent (5%) or more in the Offerors firm or any of its branches or affiliate companies Furthermore, bidder shall not enter into any employment relationship with any individual or firm that creates a potential conflict of interest, or may present an opportunity for the inappropriate sharing of inside information or proprietary information related to this bid PURCHASING AND CONTRACTS DIVISION "Committed to Excellence... Always" httos: / /ta marac.bidsandtenders.ora 8. QUANTITIES Quantities shown are estimates only No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract The City reserves the right to decrease or increase quantities or add or delete any item from the contract if it is determined that it best serves the interests of the City 9. PRICES, PAYMENTS, DISCOUNTS & ELECTRONIC PAYMENTS Firm Pricing: Bid prices shall be fixed and firm to the extent required under Special Conditions In the absence of a reference in the Special Conditions, bid prices shall be fixed and firm for a period of sixty (60) calendar days, or ninety (90) calendar days when the contract must be approved by another agency Payment will be made only after receipt and acceptance of matenals/services Cash discounts may be offered for prompt payment, however, such discounts shall not be considered in determining the lowest net cost for bid evaluation Prompt Payment Discounts Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Form If no payment discount is offered, the Bidder shall enter zero (0) or "net 30" for the percentage discount to indicate net 30 days If the Bidder does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date Payment is deemed made on the date of the mailing of the check All payments shall be governed by the Local Government Prompt Payment Act. F S Chapter 218 (See link for more information) IMPORTANT NOTE Payments by Electronic Funds Transfer ALL payments by the City will be made by Direct Deposit (ACH) via electronic funds transfer Vendors must register for direct deposit with the City prior to receiving any payments by providing a "City of Tamarac Consent for Direct Deposit" form (ACH Form) to the City's Financial Services Accounting Division The form may be accessed on the City of Tamarac web -site at https //tamarac.seamlessdocs.com/f/DirectDeposit 10. DELIVERY All items shall be delivered F O B destination to a specific City address All delivery costs and charges must be included in the bid price The City reserves the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in the bid 11. MANUFACTURER'S NAME & APPROVED EQUIVALENTS Manufacturer's name, trade name, brand name information and/or modeVcatalog numbers are used in these specifications for information and establishment of a quality level desired, and are not intended to restrict competition unless otherwise specified in the bid The Bidder may offer any brand which meets or exceeds the specifications for any item(s) If bids are based on equivalent products, indicate on the bid form the manufacturers name and model/catalog number Bidder shall submit complete descriptive literature and/or specifications with the bid The burden of proof for specification compliance is Bid No 18-18B Cisco Network Infrastructure Replacement CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 solely on the Bidder. The City reserves the right to be the sole judge of what is equal and acceptable. Failure to provide this information within three (3) business days of the City's request may be grounds for bid disqualification. If Bidder fails to name a substitute, it will be assumed that the Bidder has submitted a bid which conforms in all aspects to the requirements of the bid document, and that the Bidder intends to famish goods identical to the bid standard. 12. SAMPLES AND DEMONSTRATIONS When requested, samples are to be furnished free of charge to the City. If a sample is requested it must be delivered within seven days of the request unless otherwise stated in the bid. Each sample must be marked with the Bidder's name and manufacture's brand name. The City will not be responsible for returning samples. The City may request a full demonstration of any product or service before the award of a contract. All demonstrations will be done at the expense of the Bidder. 13. BACKGROUND INVESTIGATION As a part of the Bid evaluation process, the City may conduct a background investigation including a criminal record check of Bidder's officers and/or employees, by the Broward County Sheriffs Office. Bidder's submission of a bid constitutes acknowledgement of and consent to such investigation. City shall be the sole judge in determining Bidder's qualifications. 14. CONDITIONS OF MATERIALS All materials and products supplied by the Bidder in conjunction with this bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. Successful Bidder shall famish all guarantees and warranties to the Purchasing Division prior to final acceptance and payment. The warranty period shall commence upon final acceptance of the product. 15. COPYRIGHTS OR PATENT RIGHTS The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 16. SAFETY STANDARDS The Bidder warrants that the product(s) supplied to the City conform with all respects to the standards set forth in the Occupational Safety and Health Act of 1970 as amended, and shall be in compliance with Chapter 442, Florida Statutes as well as any industry standards, if applicable. Any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this order must be accompanied by a completed Material Safety Data Sheet (MSDS). 17. PERFORMANCE Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirements of the bid shall be just cause for cancellation of the bid award, notwithstanding any additional requirements enumerated in the Special conditions PURCHASING AND CONTRACTS DIVISION "Committed to Excellence... Always" https://tamarac.bidsandtenders.org herein relating to performance based contracting. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 18. INSPECTION The City shall have the right to inspect any materials, components, equipment, supplies, services or completed work specified herein. Any of said items not complying with these specifications are subject to rejection at the option of the City. Any items rejected shall be removed from the premises of the City and/or replaced at the entire expense of the successful vendor. 19. TERMINATION a. DEFAULT: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. b. TERMINATION FOR CONVENIENCE OF CITY: Notwithstanding any additional requirements for performance based contracting contained in the special conditions herein, the final Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the City to the Contractor for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. c. FUNDING OUT: This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 20. ASSIGNMENT The Bidder shall not transfer or assign the performance required by this bid without the prior written consent of the City. Any award issued pursuant to this bid and monies that may become due hereunder are not assignable except with prior written approval of the City. 21. EMPLOYEES Employees of the Bidder shall at all times be under its sole direction and not an employee or agent of the City. The Bidder shall supply competent and physically capable employees. The City may require the Bidder to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 22. NON-DISCRIMINATION & EQUAL OPPORTUNITY EMPLOYMENT During the performance of the Contract, the Contractor and its subcontractors shall not discriminate against any employee or applicant for employment because of race, color, Bid No 18-18B - Cisco Network ItlfraStrUCtUre Replacement CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 sex including pregnancy, religion, age, national ongin, marital status, political affiliation, familial status, sexual onentation, gender identity and expression, or disability if qualified The Contractor will take affirmative action to ensure that employees and those of its subcontractors are treated during employment, without regard to their race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity or expression, or disability if qualified Such actions must include, but not be limited to, the following employment, promotion, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship The Contractor and its subcontractors shall agree to post in conspicuous places, available to its employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause The Contractor further agrees that he/she will ensure that all subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause 23. TAXES The City of Tamarac is exempt from all Federal, State, and Local taxes An exemption certificate will be provided where applicable upon request 24. OMISSION OF DETAILS Omission of any essential details from these specifications will not relieve the Bidder of supplying such product(s) as specified 25. INSURANCE REQUIREMENTS Bidder agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as required by the City's Risk & Safety Officer before beginning wort( under this Agreement Bidder shall maintain such insurance in full force and effect during the life of this Agreement Bidder shall provide to the City's Risk & Safety Officer certificates of all insurance required under this section prior to beginning any work under this Agreement Bidder shall indemnify and save the City harmless from any damage resulting to it for failure of either Bidder or any subcontractor to obtain or maintain such insurance The following are required types and minimum limits of insurance coverage, which the Bidder agrees to maintain during the term of this contract PURCHASING AND CONTRACTS DIVISION "Committed to Excellence... Always" hftos: / /tamarac.b*dsandtenders.ora Insurance Requirements Line of Business/ Coverage Occurrence I Aggregate Limits Commerdal General Liability Induding,. Premises/Operation Contractual Liability Personal Inju Explosion, Collapse, Underground Hazard _ $1,000,000 $1,000,000 Products/Completed Operation Broad Form Property Damage Cross Liability and severability o Interest Clause Automobile Liability $1,000,000.00 t $1,000,000.00 Workers' Compensation & Statutory Employers Liability The City reserves the right to require higher limits depending upon the scope of work under this Agreement Neither Bidder nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement The Bidder will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverage throughout the term of this Agreement All insurance tamers shall be rated at least A-VII per AM Best's Key Rating Guide and be licensed to do business in Flonda Policies shall be "Occurrence" form Each camer will give the City sixty (60) days notice prior to cancellation The Bidder's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured" The Bidder's Worker's Compensation carrier will provide a Waiver of Subrogation to the City The Bidder shall be responsible for the payment of all deductibles and self -insured retentions The City may require that the Bidder purchase a bond to cover the full amount of the deductible or self -insured retention If the Bidder is to provide professional services under this Agreement, the Bidder must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate "Claims -Made" forms are acceptable for Professional Liability insurance 26. INDEMNIFICATION The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Bidder or his Subcontractors, agents, officers, employees or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification Bid No 18-18B - Cisco Network Infrastructure Replacement CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 agreement Nothing contained herein is intended nor shall it be construed to waive Citys rights and immunities under the common law or Florida Statute 768 28 as amended from time to time 27. INDEPENDENT CONTRACTOR An Agreement resulting from this solicitation does not create an employee/employer relationship between the Parties It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under any potential Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work Any potential Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums 28. CLARIFICATION A ADDENDA Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Detailed Specifications outlined in this quotation, the Special Conditions and/or the Detailed Specifications shall prevail The Responding firm shall examine all bid documents and shall judge all matters relating to the adequacy and accuracy of such documents If, upon review, any material errors in specifications are found, the Responding firm shall contact the Purchasing & Contracts Division Office immediately Any inquires, suggestions, requests concerning clarification, or requests for additional information shall be submitted online at https://tamarac.bidsandtenders.org/ The City of Tamarac reserves the right to amend this bid prior to the bid opening date indicated by written addenda Written addenda shall serve as the sole means of clarification The City shall not be responsible for oral interpretations given by any City employee or its representative SPECIAL NOTE — Addendums will only be issued electronically through the City's web -site. Vendors will be notified of the availability of new solicitations and addendums via e-mail (per the vendor's selected commodity choice). It is essential that all vendors receiving a bid or proposal download the document from the City's web -site. PURCHASING AND CONTRACTS DIVISION "Committed to Excellence,.. Always" https://tamarac.bidsandtenders.org All bidders / proposers must visit https://tamarac.bidsandtenders.org/ to download bid documents Bidders must create a New Account with the City's solicitation distribution partner, bids&tenders TM', and must select the commodity codes for which they wish to be notified Upon selection of commodity codes and the completion of registration, bidders will receive electronic e- mail notifications any time new solicitations are uploaded for the specific commodity codes selected The notifications will provide vendors a link, allowing the vendor to download the package and receive all new addendums released by the City for that solicitation It is the Contractor's responsibility to select the correct Commodity Code associated with what type of items or services they can provide to the City Upon completion of the registration process, a confirming e- mail will be sent to the individual who registered Addendums will be uploaded to the City's website but regardless of the means of transmission of an Addendum it is the responsibility of the bidder or proposer to ensure that they have received all addendums issued for a solicitation prior to submitting a response Bidders shall be solely responsible for maintaining accurate contact data with the Bids and Tenders The City shall under no circumstances be responsible for and errors or omissions in vendor's contact information on file with Updates to contact information may be requested by contacting Bids and Tenders at support@bidsandtenders org 29. BID TABULATION When a IFB or bid Closes an unofficial bid, tab will be posted online at https://tamarac.bidsandtenders.org Responding firms will be able to download the unofficial bid tabulation at the link provided directly above The City may or may not notify unsuccessful Responding firms of contract awards Pursuant to Flonda Statute Chapter 119, Section 7(m), sealed bids and quotations or proposals received by an agency pursuant to invitations for bid or requests for proposals are exempt from the provisions of subsection (1) and s 24(a), Art I of the State Constitution until such time as the agency provides notice of a decision or intended decision pursuant to F S §120.57(3) (a), or within 30 days after bid/proposal opening, whichever is earlier 30. RECORDS/AUDITS The City of Tamarac is a public agency subject to Chapter 119, Florida Statutes The Contractor shall comply with Florida's Public Records Law Specifically, the Contractor shall Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service, Provide the public with access to such public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed that provided in chapter 119, Fla Stat , or as otherwise provided by law, Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law, and Meet all requirements for retaining public records and transfer to the City, at no cost, all public Bid No 18-18B - Cisco Network Infrastructure Replacement CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the agency. The failure of Contractor to comply with the provisions set forth in this Article shall constitute a Default and Breach of this Agreement and the City shall enforce any available contract remedies in force including termination of the Agreement. During the term of the contract, the Contractor shall maintain all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract. 31. UNBALANCED BIDS When a unit price bid has variable or estimated quantities, and the bid shows evidence of unbalanced bid pricing, such bid may be rejected. 32. UNIT PRICES Where a discrepancy between unit price and total price is indicated on a Bidder's submitted Schedule of Bid Prices or Price Proposal Form, the unit prices shall prevail. 33. VENUE Any Agreement resulting from this solicitation shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 34. STANDARD AGREEMENT DOCUMENT The City may attach as a part of this solicitation, a Sample Agreement document. Bidders shall be responsible for complying with all of the terms and conditions of the Sample Agreement document if included herein, except where variant or conflicting language may be included in any Special Conditions contained herein. Bidders shall note any deviation or variance with the Sample Agreement document at the time of bid submission. 35. OTHER GOVERNMENTAL ENTITIES If a Bidder is awarded a contract as a result of this Invitation for Bid, Bidder will, if Bidder has sufficient capacity or quantities available, provide to other governmental agencies, so requesting, the products or services awarded in accordance with the terms and conditions of the Invitation for Bid and resulting contract. Prices shall be F.O.B. Destination to the requesting agency. 36. PROTESTS Any actual or prospective bidder, offeror, or contractor who is aggrieved in connection with the solicitation or award of a contract may protest to the purchasing and contracts manager. The protest shall be submitted in writing within five (5) business days after such aggrieved person knows or should have known of the facts giving rise thereto and shall be submitted with the procedures outlined in section 6-154 "Appeals and remedies" of the Tamarac procurement code, available at the following link: PURCHASING AND CONTRACTS DIVISION "Committed to Excellence... Always" https://tamarac.bidsandtenders.org https://www.municode.com/library/fl/tmarac/codes/code of ordinances?nodeld=PTIICO CH61FITA ARTVTAPRCO 37. PUBLIC RECORDS CUSTODIAN PUBLIC RECORDS CUSTODIAN: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK 7525 NW 88TH AVENUE ROOM 101 TAMARAC, FL 33321 (954) 597-3505 CITYCLERK(D-TAMARAC.ORG Remainder of page intentionally blank Bid No. 18-18B - Cisco Network infrastructure Replacement C/1"Y OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 PURCHASING AND CONTRACTS DIVISION "Committed to Excellence —Always" httos: / /ta marac.bidsandtenders.ora ADVERTISEMENT BID NO. 18-18 B CISCO NETWORK INFRASTRUCTURE REPLACEMENT Sealed Bids, addressed to the Purchasing and Contracts Manager of the City of Tamarac, Broward County, Florida, will be received electronically via the City's encrypted procurement management system, bids&tendersTM until 3:00 PM local time, May 17, 2018 for: Cisco Network Infrastructure Replacement The City of Tamarac is hereby requesting Bids for Cisco Network Infrastructure Replacement Bid No. 18-18B. Quotes are requested for new Cisco Systems (OEM) network switches, with a separate option based upon refurbished Cisco Systems (OEM) network switches. Sealed Bids must be received electronically via the City's encrypted procurement management system, bids&tendersTM on or before the date and time referenced above. Any Bids received after 3:00 PM on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Bid is received will be resolved against the Bidder. City reserves the right to reject any or all Bidder, to waive any informalities or irregularities in any Bids received, to re -advertise for Bids, to award in whole or in part to one or more Bidders, or take any other such actions that may be deemed to be in the best interests of the City. Bid documents may be obtained electronically ONLY at: hftps://tamarac.bidsandtenders.org/Module[Tenders/en Ann Marie Corbett Buyer (954) 597-3566 annmarie.corbeMD-famarac.org Publish Sun Sentinel: Tuesday, April 17, 2018 B17 No 18-18B - Cisco Network Infrastructure Replacement CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 TABLE OF CONTENTS PURCHASING AND CONTRACTS DIVISION "Committed to Excellence... Always" https: / /tamarac.bidsandtenders.orci BID NO. 18-18 B CISCO NETWORK INFRASTRUCTURE REPLACEMENT General Terms and Conditions.....................................................................................................3 Invitationto Bid..............................................................................................................................9 Tableof Contents........................................................................................................................10 Instructionsto Bidders.................................................................................................................11 SpecialTerms & Conditions........................................................................................................13 TechnicalSpecifications..............................................................................................................16 BidChecklist...............................................................................................................................19 Bid No i8-18B - Cisco Network Infrastructure Replacement 10 CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 PURCHASING AND CONTRACTS DIVISION "Committed to Excellence... Always" https://tamarac.bidsandtenders.org INSTRUCTIONS TO BIDDERS BID NO. 18-18B CISCO NETWORK INFRASTRUCTURE REPLACEMENT It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to award based on the lowest cost per item for all items on the bid, whether it be new or refurbished. Regardless, the City will award the bid based on the best interest of the City of Tamarac. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of the City. 1. DESCRIPTION The City of Tamarac is hereby requesting Bids for Cisco Network Infrastructure Replacement Bid No. 18-18B on behalf of the Information Technology Department. Quotes are requested for Cisco Systems (OEM) network switches — including appropriate licensing, SMARTnet and cabling —, with options based upon new and refurbished Cisco Systems (OEM) network switches, in conformity with the requirements contained herein under Technical Specifications. 2. CONTACT INFORMATION AND QUESTIONS For inquiries regarding this solicitation Bidders must submit questions online at https:Htamarac.bidsandtenders.org/Module/Tenders/en Once on the webpage bidder should click the solicitation they are interested in and click the "Submit a Question Button". All questions will be reviewed by the City, and answered in the form of an addendum which will be uploaded to the City's website and available for all firms registered as plan holders. An example screen shot of how to submit a question is shown below: welcome to the City of Tamarac CiNrent solicitations Website T s= Thia pow" ffWdm to c-w A &dar,xj Srslens VW6. k... efdda,s s�Fen cam: wr goods ana sawc aAd m> wf y * rwata a e vAr, „a a a ad s bddHi4 iY8 AOWt�' WF 81151t[kYg FheY v4lYtlW aGGtlY#14IAkMX[adOn CLY3&k. Fhr aim dy bWg a+6Wrs rrrz M,wx W. cv$atB an Ac%'aurt Wtane �&�m'.O 1i+® i�_. �uu .d.. Ptrt h—g %pp.#, �iyauaame pud+z±WAc abouta ayaslfie tv€gPpordxrkg WAAxersiAciiwr egFd¢WW tha �errtad PAes sWiaSnttae E�3 tluc mead technical 5.pp ; =,+y©n. er�cnwAes tacnr�al ieAUAs. Plaaae caAtaca ,,,arxsir�„nr s�m;�v;.axy me r ,Ag . a asp of aw <un m or rre me rasa r+ er ro me Slaws ca€+mn en a tss w jerer— tt me led �s or. _+.. uoszn r{ n+arrlec .LLogln C;Create Account Bid "e ° Bid St . PAd Ooa nm o.y, iwh 17476 - Cw»nrmffroa d 5ansar tlennaext Ariisfx aaAm 'JPen Ttie aug F 2017 3 ag 69 pm BW € OW. } TN CXy of T Aeure. Ft-, h—e Wpwktrred Aiaay G6--rrx M-M— #a-0 .aWvb 31 a. In[. b c'taaW .^arnttel iWix»Ae]u i �Ma6'i. an Artwork et ,�yrtifiaam stag uW -Aly to 6a 1w W a 8,ane! Pam F.k kmka .d al I IN40 W MdOAh %" Twrcgr'ac FWm b 1'h. —.k t4aes2 ShA W" d Tpnwtac and be WWC*S W pMfttfi v d Pea¢e ty traigc ban M PiwgtaS E.gtrgepway br5lh dA} aW .0t Y gpe tvghlq xw."a A'a. Gla MahardCAMWIddo—p—hs.F mzA, ,.—w.dow«.yyam.:rsaUM_a"am k Bid No. 18-188 - Cisco Netsrork infrastructure Replacement 11 CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 PURCHASING AND CONTRACTS DIVISION "Committed to Excellence... Always" httos: / /tamarac.bidsandtenders.ora 3. FORMS THAT MUST BE UPLOADED TO THE DOCUMENT UPLOAD SECTION The following forms must be filled out, scanned back and uploaded to the defined section below: Document Upload # Required forms to be printed out, filled out, scanned back in and uploaded Document Upload 1: Bid Form Document Upload 2: Certified Resolution Document Upload 3 Certification Document Upload 4 Bidder's Qualification Statement Document Upload 5 Non -Collusive Affidavit and Acknowledgment Non -Collusive Affidavit Document Upload 6 Vendor Drug -Free Workplace Failure to provide the requested attachments may result in your bid being deemed non- responsive. Remainder of Page Intentionally Blank Bid No IS- 18B - Cisco Network Infrastructure Replacement 12 CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 PURCHASING AND CONTRACTS DIVISION "Committed to Excellence... Always" htti)s://tamarac.bidsandtenders.org SPECIAL TERMS AND CONDITIONS BID NO. 18-18B CISCO NETWORK INFRASTRUCTURE REPLACEMENT 1. ASSIGNMENT OF CONTRACT Neither this contract, nor any portion thereof, shall be assigned, except by formal approval of the Tamarac City Commission. No such approval will be construed as making the City a part of or to such assignment, or subjecting the City to liability of any kind to any assignee. No subcontract or assignment shall, under any circumstances, relieve the Contractor of its liability and obligation under this contract, and despite any such assignment, the City shall deal directly through the Contractor only. However, if the company is sold during the life of the contract, the buying agent must provide the City with a letter signed by an officer of the new owner that can legally bind the company, stating that the firm will continue to perform the requirements of the contract under all the terms, conditions, and specifications so stated in the contract. 2. SUBMITTALS Contractor shall submit all required forms and documents as required by this contract including but not limited to insurance certificates. 3. DELIVERY All items shall be delivered F.O.B. destination to a specific City of Tamarac address. All delivery costs and charges must be included in the bid price. 4. PAYMENT The Contractor shall invoice the City and provide a written request to the City to commence the one-year warranty period. Invoices must bear the project name, project number, bid number and purchase order number. The City has up to thirty (30) days to review, approve and pay all invoices after receipt. Payment schedule shall be governed by: REFERENCE PART VII: LOCAL GOVERNMENT PROMPT PAYMENT ACT Section 218.735 5. CONTRACT DOCUMENTS The contract documents shall consist of the Purchase Order issued by the City, Bid Proposal executed and submitted by the Contractor, plans and specifications (where applicable), any addenda or change orders, and the City's Resolution awarding the bid. All documentation MUST be uploaded to the City's website at: https://tamarac.bidsandtenders.org/ModulefTenders/en 6. CHANGE ORDERS Without invalidating the contract, without any monetary compensation, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the work as may be considered necessary or desirable to complete the proposed construction in a satisfactory manner. The Contractor shall not start work pursuant to the change order until such change order setting forth the Bid No 18-18B - Cisco Network Infrastructure Replacement 13 CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 PURCHASING AND CONTRACTS DIVISION "Committed to Excellence... Always" https: / /tamarac.bidsandtenders.ora adjustments is approved by the City, and executed by the City and Contractor. Once the change order is so approved, the Contractor shall promptly proceed with the work. 7. CHANGES IN THE WORK/CONTRACT PRICE CONTRACT PRICE The Contract Price constitutes the total compensation (subject to authorized adjustments, if applicable) payable to the Contractor for performing the work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at his expense without change in the Contract Price or Time except as approved in writing by the Engineer/Project Manager. CHANGE ORDER The Contract Price and/or Time may only be changed by a Change Order. A fully executed change order for any extra work must exist before such extra work is begun. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party promptly (but in no event later than 15 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. The amount of the claim with supporting data shall be delivered (unless the Owner/Engineer allows an additional period to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts to which the claimant is entitled because of the occurrence of said event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph. 8. CITY'S OPTION In the event satisfactory adjustment cannot be reached by the City and the Contractor for any item requiring a change in the contract, and a change order has not been issued, the City reserves the right at its sole option to terminate the contract as it applies to these items in question and make such arrangements as the City deems necessary to complete the work. The cost of any work covered by a change order for an increase or decrease in the contract price shall be determined by mutual acceptance of a lump sum by the City and Contractor. If notice of any change in the contract or contract time is required to be given to a surety by the provisions of the bond, the giving of such notice shall be the Contractor's responsibility, and the amount of each applicable bond shall be adjusted accordingly. The Contractor shall furnish proof of such adjustment to the CITY. Failure of the Contractor to obtain such approval from the Surety may be a basis for termination of this Contract by the CITY. 9. AWARD RESERVATIONS It is the preference of the City to purchase new equipment, however as a means to achieve potential budget savings, the City reserves the right to purchase refurbished equipment. The City reserves the right to award based on the lowest cost per item for all items on the bid, whether it be new or refurbished. Regardless, the City will award the bid based on the best interest of the City of Tamarac. Bid No 18-186 - Cisco Network Infrastructure Replacement 14 CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 PURCHASING AND CONTRACTS DIVISION "Committed to Excellence... Always" httns: / /tamarac.bidsandtenders.orci 10. PRICING FORMS The City has developed separate pricing forms for new and for refurbished equipment within this document. Firms bidding new equipment must submit their pricing for new equipment using the New Equipment Bid Form. Firms bidding on refurbished equipment must submit their pricing for refurbished equipment using the Refurbished Equipment Bid Form. If a firm is bidding both new and refurbished, use the New Equipment Bid Form for the new line items and the Refurbished Equipment Bid form for the refurbished items. Remainder of Page Intentionally Blank Bid No 18-18B - Cisco Network infrastructure Replacement 15 CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88th Ave "Committed to Excellence... Always" Tamarac, Ft 33321 + i t httos://tamarac.bidsandtenders.ora TECHNICAL SPECIFICATIONS BID NO. 18-18B CISCO NETWORK INFRASTRUCTURE REPLACEMENT The purpose of this Invitation for Bid (IFB) is to obtain quotes for Cisco Systems (OEM) network switches, on behalf of the City of Tamarac Information Technology Department, in conformity with the requirements contained herein. Vendor is to provide quotes, based upon both new and refurbished equipment, as defined herein, are requested for Cisco Systems (OEM) network switches, including all specified licensing, SMARTnet, components and cabling, as specified below. Where possible, vendors are requested to (1) provide a quote based upon new Cisco Systems (OEM) network switches, and also (2) a separate option based upon refurbished Cisco Systems (OEM) network switches. If unable to quote new equipment, vendors are requested to provide a quote based upon refurbished Cisco Systems (OEM) network switches. And, if all Cisco (OEM) network switches are unavailable as refurbished, then vendors are requested to provide the separate option based upon a combination of both new and refurbished Cisco Systems (OEM) network switches (indicating said condition on each line item). Cost break down is to be included in the proposal. Quotes will be for equipment only, and do not include any installation or configuration services. Below is the list of nine (9) Cisco Systems (OEM) network switches requested, including all relevant part numbers, components, service durations, etc.... 1 C9300-48UXM-A 2 CON-SNTP-C93A048M 3 C9300-NW-A-48 4 S9300UK9-166 5 PWR-C1-1100WAC 6 PWR-Cl-1100WAC/2 7 C9300-NM-8X 8 CAB -TA -NA 9 C9300-DNA-A-48 10 C930G-DNA-A-48-3Y 11 Cl-ADD-OPTOUT 12 C9300-STACK-NONE 13 C930D-SPWR-NONE Catalyst 9300 48-port(12 mGig&36 2.5Gbps) Network Advantage N/A 2 SNTC-24X7X4 Catalyst 9300 48-port(12 mGig36 2.5Gbps 60.0 month(s) 2 C9300 Network Advantage, 48-port license N/A 2 CAT9300 Universal image N/A 2 110OW AC Config 1 Power Supply N/A 2 110OW AC Config 1 Secondary Power Supply N/A 2 Catalyst 9300 8 x 10GE Network Module N/A 2 North America AC Type A Power Cable N/A 4 C9300 DNA Advantage, 48-Port Term Licenses N/A 2 C9300 DNA Advantage, 48-Port, 3 Year Term License 36.0 month(s) 2 Cisco ONE Add -On Session Opt Out (No Fulfillment) N/A 2 No Stack Cable Selected N/A 2 No Stack Power Cable Selected N/A 2 Bid No 18-18B - Cisco Netrork Infrastructure Replacement 16 CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 PURCHASING AND CONTRACTS DIVISION "Committed to Excellence... Always" https: / /ta marac.bidsandtenders.ora 14 C9300-24UX-A Catalyst 9300 24-port mGig and UPOE, Network Advantage 15 C0N-SNTP-C93024XU SNTC-24X7X4 Catalyst 9300 24-port mGig and UPOE, Net 16 C9300-NW-A-24 C9300 Network Advantage, 24-port license 17 593000K9-166 CAT9300 Universal image 18 PWR-Cl-1100WAC 1100W AC Config 1 Power Supply 19 PWR-Ci-1100WAC/2 1100W AC Config 1 Secondary Power Supply 20 C9300-NM-SX Catalyst 9300 8 x LOGE Network Module 21 CA&TA-NA North America AC Type_A Power Cable - �- —-- — --- 22 C9300-STACK-NONE No Stack Cable Selected 23 C9300-SPWR-NONE No Stack Power Cable Selected 24 C9300-DNA-A-24 ____ C9300 DNA Advantage, 24-port Term Licenses _ 25 C9300-DNA-A-24-3Y C9300 DNA Advantage, 24-Port, 3 Year Term License 26 C9300-48U-E Catalyst 9300 48-port UPOE, Network Essentials 27 CON-SNTP-C93004UE SNTC-24X7X4 Catalyst 930048-port UPOE, Network Esse 28 C9300-NW-E-48 C9300 Network Essentials, 48-port license 29 593000K9-166 CAT9300 Universal image 30 PWR-Cl-1100WAC 1100W AC Config 1 Power Supply 31 PWR-Ci-1100WAC/2 1100W AC Config 1 Secondary Power Supply 32 C9300-NM-SX Catalyst 9300 8 x 10GE Network Module 33 CAB -TA -NA North America AC Type A Power Cable 34 C9300-DNA-E-48 C9300 DNA Essentials, 48-Port Term Licenses 35 C930O-DNA-E-48-3Y C9300 DNA Essentials, 48-port -3-Year Term License 36 C9300-STACK-NONE No Stack Cable Selected 37 C9300-SPWR-NONE No Stack Power Cable Selected N/A 2 60.0 month(s) 2 N/A 2 N/A 2 - - ----- N/A � 2 N/A 2 N/A 2 N/A 4 N/A 2 _ _ N/A _ 2 36.O months) 2 N/A 3 60.0 month(s) 3 N/A 3 N/A 3 N/A 3 3 _N/A N/A _ 3 N/A 6 N/A 3 36.0 month(s) -- - — 3 N/A _ - 3 - N/A 3 Bid No 18-188 - C,sco Netmrk Infrastructure Replacement 17 CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 PURCHASING AND CONTRACTS DIVISION "Committed to Excellence... Always" https://tamarac.bidsandtenders.org # Item Description Service• Duration City Hall., Water Treatment Plant - •. r 38 C9300-24U-E Catalyst 9300 24-port UPOE, Network Essentials N/A 2 39 CON-SNTP-C93002UE SNTC-24X7X4 Catalyst 9300 24-port UPOE, Network Esse 60.0 month(s) 2 i 40 C9300-NW-E-24 C9300 Network Essentials 24 ort license N/A 2 141 S93000K9-166 CAT9300 Universal image N/A 2 142 PWR-Cl-1100WAC 110OW AC Config 1 Power Supply N/A 2 43 PWR-Cl-1100WAC/2 110OW AC Config 1 Secondary Power Supply N/A 2 44 C930G-NM-8X Catalyst 9300 8 x 106E Network Module N/A 2 45 CA8-TA-NA North America AC Type A Power Cable N/A 4 46 C9300-STACK-NONE No Stack Cable Selected N/A 2 147 C9300-SPWR-NONE No Stack Power Cable Selected_ N/A 2 48 C9300-DNA-E-24 C9300 DNA Essentials, 24-Port Term Licenses N/A 2 49 C9300-DNA-E-24-3Y C9300 DNA Essentials, 24-Port, 3 Year Term License 36.0 month(s) 2 In addition, the City requests that wherever possible, a trade-in credit be provided for the following eight 8 Cisco Systems (OEM) network switches which will be replaced as part of the purchase: Qty Item 3 Cisco Catalyst 3560 48-port Switch (WS-C3560-48PS) 4 Cisco Catalyst 3560 24-port Switch (WS-C3560-24PS) 1 Cisco Catalyst 3560 8-port Switch (WS-C3560-8PC-S) Remainder of Page Intentionally Blank Bid No 18-18B - Cisco Network Infrastructure Replacement 18 CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 BID CHECKLIST PURCHASING AND CONTRACTS DIVISION "Committed to Excellence... Always" httas: / /tamarac.bidsandtenders.ora BID NO. 18-18B CISCO NETWORK INFRASTRUCTURE REPLACEMENT BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... 1. ❑ Carefully read the General Terms & Conditions, Special Conditions and Special Provisions. 2. ❑ Properly fill out the Bid Forms and the Schedule of Bid Prices online at hfti)s:Htamarac.bidsandtenders.org/Module/Tenders/en. 3. ❑ Fill out and sign the Non -Collusive Affidavit and have it properly notarized. 4. ❑ Sign the Certification page. Failure to do so may result in your Bid being deemed non -responsive. 5. ❑ Fill out and sign the Certified Resolution. 6. ❑ Fill out the Bidder's Qualification Statement. 7. ❑ Fill out the References form. 8. ❑ Sign the Vendor Drug Free Workplace Form. Make sure your Bid is submitted PRIOR to the deadline. Late Bids will not be accepted. Failure to provide the requested attachments may result in your bid being deemed non -responsive. BEFORE SUBMITTING YOUR ONLINE BID, YOU MUST START BY ACCESSING THE FOLLOWING LINK: https:Htamarac.bidsandtenders.orq/Module/Tenders/en Bidder agrees that any unit price listed is to be multiplied by the estimated quantity requirements listed below in order to arrive at the total price. For each item, Bidder agrees to furnish all equipment necessary to properly perform the work described herein. A more detailed description of Pay Items are located throughout the Technical Specifications. It is the intent of the City to award this contract to the lowest responsive and responsible aggregate bid, based on the Grand Total Base bid for all bid items. The City reserves the right to award based on the lowest cost per item for all items on the bid, whether it be new or refurbished. Regardless, the City will award the bid based on the best interest of the City of Tamarac. In the event of latent multiplication or addition errors, the Bidder recognizes that these are clerical errors and may be corrected by the Owner. Furthermore, the undersigned declares to have specific and legal authorization to obligate their firm to the terms of this bid both in writing and electronically. The bid schedule is available online at: hftps://tamarac.bidsandtenders.org/Module/Tenders/en. Bid No. 18-18B - Cisco Network Infrastructure Replacement 19 Exhibit 1- Proposal Price Sheet Ills N N N N N N N -tr N N N N N N N N N N N N V N N N N L r Y a o a s a a o a a a t L Y Y a o a a a a a a a a o z E z z z z z z z E z z z z E z z z z z z z z z E o O o 0 oto M l00 m ai 00 m Y c m > v m N Q C a -xl] C7 a, Y cZ > LL ai 3 N C Q d c Nto N V E N J ! D U O 'O n J a a c 3 0 T a, E n C7 v -0 2 a v v� m ou °�' a aci v N Z U In N V _ � Y In 7 0, O m o m Y Z 0, n J i U Ei v 0 WO m E T M 0 o _? O U M O O O >, 00 V m M H 0 0- 00 a v na (D 0 0 o a a Qa Y C 0 0 p 3 o ao no. a v `" O U m N N Z 0 3 v n 3 o a a E p ai N M m to a a m O Z Q V C O 01 ou o Y a U U M N N C Z Q y N N 1 rn c m M E 3 U u, v H a vmi U C' nmo m v u° E m 000 3° v ,n t 0 m E ao cn C7 a a, 00 two 0 a m 70 m 1 c1 ~ c c °' m U n m-0 1� H v m m m c c 06 m Y �°-� �°-� x Q>> 0 U, v m Q �Lw �°-P x a U m m o v `o > 0 0 0 u Q Q-0 73 3 r o v 0 3 0 0 0 y 3 Q Q o x 3 c rn U U o Q m o o X 3 c U U o m o aZoaa° Qooz O1N�0QaO1a c"i uzz m U 0 Ol M H O O m Y O O O y y O O Y M M U m U O 0) O O T Y �' ''' O O H M H P N N N Z U QQ z U V1 U U 1-1 a i m o 01 01 H O O .--1 U z U U U Z Z �mr O O M M m Z m QQ rl .1 m O O O Ol 0) U In U U -A .l U Z Z Z U U 0 N ccn T \ w w Q 00 a Q 00 0 0 N M X \ Z Z N Q Q ZO Z a N Q Z Z r m M N lD � 3 Z Z N Q 01 O O X Q Q O y¢ 1 0 0 0o 14 1-1z U o a u a `° 0 0 T Q z Z O' + Z Z Z ei .-i Z O O N N � y p O D U p' F p 0 0 0 O z Z Y .--I ci Z N cn O O ry t/1 O= U U Q O O O O O M O' Z O O K O O cn Q O O 0 m 3 3 C a o" o m O H M O O Ir ¢ O O O O 0� m o o 0) 3 3 o o v U in a a U v U v U U a m U U In a a U U U U U U U ci N M V Ln w f, 00 m 0 e-I N M V In w 1\ 00 m O .--I N M V In m m m m m m m lD m m m m L L C C a° a a a a a a a °- a z E z z z z z z z E z z 0 0 o w m v H N W Y v H O C � N J N w (Ua c v w O c ° v Y V N U v J O p v O E } 3 0 >, o v v m v° a a a Y v z co v o.a o 3 v ° LL o V N N 3 O 0 a a v a O m boo O Z v Q oo oo � m 3 v v Q1, in C to O oo m w v@i 00 OD x Q c N U V U v C C to w N v v m r, 3 D U U m w Q Q U a U N Z O}Q Q U E p O O V u > Y ate.+ U 0 M 0 0 0 0 0 O O U (Zi)U U �-i � U Z UZZ w N m O Q Q Z Z a O 0 00 3 a w Z Z Uv o0 00 x w Q Y w Z U w a 3 m Z Z o Q 3 Zz e-1 .-i z p C) v a_ � vl O p U V O Q 0 0 0 o o m m �i rn a rn" m rn m U U cn a m U U U U U U tD 1� a0 m O .4 N m V v) w t- N N N N m m m m m m m m d0000000000ci v�..n v� v� v�. vt ut yr �n v* v► w. N N N N N N N V N N N N L L C C Z E Z Z Z Z Z Z Z Z Z E o O o m � m v N N W Y v O c 3 v 0 O v a J � Z > v E 0) u a)a c w a oj c In u H Y v 7 Q J N O a) O ro E v 30 > o u v> w a s a° Z n` 0 3 v LLi p N to M 3° u a n° ° a v O o- v v c Z Q v v v Z) m .f0 to 3 O O N N N v E a vvi t7 a u v== O T — .-1 .--I O v ro ro a i0 w v`fOi on oo X Q Ln v v v N C.1 Y N C CM M v v O V O>—O 0 o Mr3� u 3 w� U U ovaQ wQ °) lZQQOuUozQuO � Y v v > O O H MQ0 0� 0 0 0 O O U vZi U U Z z z U U w } O u W w o Q Q O Z N Z O N O 3 z U w CO, CO, Ox0 Y w Q U Z .`�-� z F a z o N cZi7 O p U U O Q O 6 6 1 0 o p t 0 O O O D) O O m m� 3 m Q m m m v m U U in a a U U U U U U 00 Dl O m V L �D f, 00 m m v -It v -CTa v v a a v Q O m m a a 0 v v m m a CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88th Ave Tamarac, FL 33321 "Committed to Excellence... Always" Date: 04/17/18 Addendum # 1 Bid Opportunity: 18-18B - Cisco Network Infrastructure Replacement This addendum shall modify and become a part of the original Proposal Document. The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for Bid No. 18-18B - Cisco Network Infrastructure Replacement TO ALL PROSPECTIVE BIDDERS: Please note question(s) and/or comment(s) below: Question 1: Do the trade-in times below have a standard or enhanced image? WS-C3560-48PS WS-C3560-24PS These part numbers would typically have a -S or a -E on the end of the part number. Answer 1: Attached as Exhibit 2 is a list which details the switches we would plan on trading in. The list contains the expanded model numbers. Please return and/or acknowledge this Addendum No. 1 with your electronic bid submittal due at on May 17, 2018 at 3:00 P.M., local time. Sincerely, Ann Marie Corbett Buyer Please Acknowledge Receipt and Review of this Addendum: Company Name: Authorized Signature: ture: Date: Printed Name: C w w Y Y — a o 6 6 6 o tO `D lD LD N N N N U U U U 00 00 00 00 w w w w N N N cN N N N N N N N N N N N N N N N N 'i 11 ri 11 2 Y 0000 2 N n Y Z >Dt N C4 N Q 0 V LL LL LL N N N N o N N U O D_ d D_ N N 00 V 00 O W LDD (D W N N N N U U U th U 3 3 3 LO 3 0 0 0 Z 0 E E E E 0 0 0 — T Y Y Y L N N N Y n n N O O O1-4 li n m m O r`in 3 3 3 3 C C C w O O O C v O O 0 p V U U 0) O O O p n n a n v v a a a a a `� OJ O 0 0 pI a N N N a a D_00 U N N V 00 O O O O tD W W lD N N N N U U U U 3 3 3 3 0 0 0 O U U U U Vf N N H U U U U N V W 001 E CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88th Ave Tamarac, FL 33321 "Committed to Excellence... Always" 5/3/2018 Addendum # 2 Bid Opportunity: 18-18B - Cisco Network Infrastructure Replacement This addendum shall modify and become a part of the original Proposal Document. The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for Bid No. 18-18B - Cisco Network Infrastructure Replacement TO ALL PROSPECTIVE BIDDERS: Please note question(s) and/or comment(s) below: Question 1: Is there a budget or cost estimate established for this solicitation? Answer 1: The City is estimating the cost for new Cisco OEM equipment to be in the range of $95,000 - $132,000; however, the City is unable to estimate the cost of refurbished Cisco OEM equipment. Please return and/or acknowledge this Addendum No. 2 with your electronic bid submittal due at on May 17, 2018 at 3:00 P.M., local time. Sincerely, Ann Marie Corbett Buyer Please Acknowledge Receipt and Review of this Addendum: Company Name: Authorized Signature: Date: Printed Name: CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88th Ave Tamarac, FL 33321 "Committed to Excellence... Always" 5/15/2018 Addendum # 3 Bid Opportunity: 18-18B - Cisco Network Infrastructure Replacement This addendum shall modify and become a part of the original Proposal Document. The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for Bid No. 18-18B - Cisco Network Infrastructure Replacement. TO ALL PROSPECTIVE BIDDERS: Please note question(s) and/or comment(s) below: ALL items requested must but included in your bid, either on the New Equipment Form or the Refurbished Equipment form. Our on-line procurement system requires that every line have information. Therefore, you will need to fill-in something even if it is an item that you are not bidding. As an example, if you are bidding both new and refurbished equipment, and you are using BOTH the "New Equipment" and "Used Equipment" pricing forms, place a zero (0) in the unit cost field for those line items that you are not responding to. Again, please do not leave any line item completely blank. Please return and/or acknowledge this Addendum No. 3 with your electronic bid submittal due at on May 17, 2018 at 3:00 P.M., local time. Sincerely, Ann Marie Corbett Buyer 1 88$a�68:a889 9Sa 8.8a'Sj$aSa R V aw88$8a$8$&Ta gR fl 6$888r8 51 5� o- - • � R$'s 88 ge888$8€a8 -� a$$$88a3 <a8$ea$88 -888.'y@88a8887. "C9saRsaa as '"amass -a s9as �Pssa�9aaasa- R R�g g 7F G' R Xr8$ 9�8 �88 '8883R888$: 3:8 8$ 9R ? R 889R888 8 11 1 u � $Raaaara.as$$e' a�sasaa�gs.sea' tl$$$e 9= _-�sa$�-$ Rsss sRasaa-asaaR 9seas-ssasa Raaaa.-eases 's s� -aea s xa�s s m�$as•�$ $as �o sasR 88R8$$R888888$ 8$�,0 8.'�8888 3,88 �s8 88 o888 „ass8�.' ` R$g88$^88$$88 $$$SS$$8888r =-b, $N88$$r88r88 $^88$8n888$8 53 ��� a9 S 8 - 8 g8888a w8 ; E asava N C i o � ,• s =�dg yR888^g88ry888 $F888�^9888m ry�888c�8888: �t§� C888Cg88�88 - �€88$'a9$€E8 �$88a $&8a " Sa8o88a88 $e€Soo8a888 zzzzzzz<�zzz z�zzzz<z<zz <Ezz<<i _�< < s s 9 a s _ Ye• zx $q$L qqo ayq€ dap §` `3: �a; irvn •�6 a3� apeg€•r n '� �€ 05'; �n<`���•��'a �+~ ���€.��ueaaa '.a➢ERB J�V�n 8'�EB��r?i FF•c 8g39€ea€` 3s`3 bs `<Eg�➢W<eg '-@ a�8 3 D3 �.a3�000E"€: ` ar a" 303.3=°_°f °'8 aea'' 000�a5.. a:8" e800 tt' z°4 a� 303.. °''� �•u ..Og��00 el ji e I :0°E;�3H0G00 08040500008E^:s05C0ED -�803:03E0 - Hj E� E F •sa"^ �< K 3rn€8�gg co,�Caa:e ?3 �aou=-gP < �aa-Esr-a• 18-18B - Cisco Network Infrastructure Replacement Opening Date: April15, 2018 8:00 AM Closing Date: May 17, 2018 3:00 PM Vendor Details Company Name CDW 120 S Riverside Address Floor 4 Chicago, IL 60606 Contact John Vrabbk EmaiL lohnvra@cdwg.com Phone 312-705-9084 Fax- 312-705-9184 HST#: Submission Details Created On Wednesday May 16, 2018141514 Submitted On: Wednesday May 16, 201815 02 31 Submitted By John Vrablik EmaiL lohnvra@cdwg.com Transction # c33975a6-Ofee-4f33-af5b-3642e361c340 Submitter's IP Address 165.225.0.85 Schedule of Prices The Bidder hereby Bids and offers to enter into the Contract referred to and to supply and do aLL or any part of the Work which is set out or called for in this Bid, at the unit prices, and/or lump sums, hereinafter stated. * Denotes a "MANDATORY" field Do not enter $0.00 dollars unless you are providing the line item at zero dollars to the Owner. If the Line item and/or table is "NON -MANDATORY" and you are not bidding on it, leave the table and/or line item blank.Do not enter a $0.00 dollar value. ALL funds are to be submitted in USD currency. Bid Schedule - New Items Pricing It is the preference of the City to purchase new equipment, however as a means to achieve potential budget savings the City reserves the right to purchase refurbished equipment. The City reserves the right to award based on the lowest cost per item for all items on the bid, whether it be new or refurbished. Regardless, the City will award the bid based on the best interest of the City of Tamarac. Item Description Quantity Unit Unit Priceitem ' IT-tat ration i C9300- Catalyst 9300 48-port(12 mGig836 2.Knrs) Network Advantage N/A 12 IEA $6,593.2700 1$13,186.54 48UXM-A 2 CON -SNIP- SNTC-24X7X4 Catalyst 9300 48-port(12 mGig36 2.5Gbps 60.0 months) 2 EA $2;712.0400 $5,4Z4.08 � C93AO48M I i ii 3 C9300-NW-A- C9300 Network Advantage, 48-port License N/A 7 - 50.0000 SCOC 48 4 S930OUK9-166 CAT9300 Universal image NIA Z EA $0.0000 $0.00 5 PWR-CI- J.' 4C ' cnf a ` 'cwe N/A 2 $0.0000 $C X 1100WAC _ 6 PWR-C1- 1100W AC Config 1 Secondary Power 'Supply N/A 2 EA $1,031.9000 $2,063.80 1100WAC/2 7 C9300-NM-8X 'Catalyst 9300 8 x LOGE Network Modu.e N/A 2 EA $1,384.9200 $2,769.84 CA&TA-NA North America AC Type A'Power Cable N/A 4 EA $O.00p0 $0.00 9 lC9300-DNA- C9300 DNA Acvantage 48-Pcrt term Lcerses N/A 2 -A S0.0000 $0.00 A-48 10 C9300-DNA- C9300 DNA Advantage, 48-Port, 3 Year Terns License 36.0 month(s) 2 EA $2,047.5100 $4,095:02 A-48-3Y 11 CI -ADD Cisco ONF Add -Or Sess,on Dpt. Out (No -,,tliLment) N/A 2 EA $0.0000 $6.00 12 C9300-STACK- No Stack Cable Selected N/A 2 EA $0.000o $0.00 NONE 13 C9300-SPWR No Stack Power Cable Selected N A =A SO.0000 K 00 NONE 14 C9300-24UX- Catalyst 9300 24-port mGig and UPOE, Network Advantage N/A 2 EA $6,593.Z700 $13,186.54 A 15 SNTC-24X7X4 Catalyst 9300 24-port n ig and UPOE, Net 60.0 month(s) 2 EA $2,764.9200 55,529.84 �CON-SNTP- C93024XU 16 C9300-NW-A- C9300 Network Advantage, 24-port license N/A 2 EA $0.0000 $0.00 24 17 S93000K9-166ICAT9300 Universal image N/A 2 EA $0.0000 $0.00 18 PWR-C1- 1100W AC Config 1 Power Supply N/A 2 $0.0000 $0.00 1100WAC 19 PWR-CI- 1100W AC Config 1 Secondary Power Supply N/A jEA 2 $1,031.9000 $2,063.80 1100WAC/2 20 C9300-NM-8X Catalyst 9300 8 x LOGE Network Module N/A 2 $1,394.9200 $2,769.84 21 CAB -TA -NA North America AC Type A Power Cabe N/A �4 EA $0.0000 $0.00 22 C9300-STACK- No Stack Cable Selected N/A 2 EA $0.0000 $0.00 NONE 23 C9300-SPWR- No Stack Power Cable Selected N/A 2 =A $0,0000 $0.00 NONE 124 C9300-DNA- C9300 DNA Advantage, 24-port Term Licenses N/A 2 JEA $O.0000 $0.00 A-24 25 C9300-DNA- A-24-3Y C9300 DNA Advantage, 24-Port, 3 Year Term License 36.0 month(s) 2 EA $1,053.6200 $2,107.24 26 C9300-48U-E Catalyst 9300 48-port UPOE, Network Essentials N/A 3 EA $5,7 i8.0200 $17,124.06 27 CON -SNIP- C93004UE SNTC-24X7X4 Catalyst 9300 48-port UPOE, Network Esse 60.0 month(s) 3 EA $2,391.1600 $7,175.28 28 C9300-NW-E- 48 C9300 Network Essentiats, 48-Fort license N/A 3 EA $0.0000 $0M 29 S93000K9-166 CAT9300 Universal ':rrage N/A 3 JEA $0.0000 $0.00 30 PWR-0- T100WAC 1100W AC Config 1 Power Supply N/A 3. EA $0.0000 $0.00 31 PWR-Cl- 1100WAC/Z 1100W AC Coff g I Secondary Power Supply N/A 3 EA $1,031,9000 $3,095.70 32 1 9300 8 x 10GE Network Module N/A 3 EA $1,384.9200 $4,154.76 33 CAB -TA -NA North America AC Tyre A Power CaSLe N/A 6 EA $0.0000 $0.00 34 C9300-DNA-E- 48 C9300 DNA Essentials, 48-Port Term Licenses N/A 3 EA $0.0000 $0,00 35 C9300-DNA-E- 48-3Y C9300 DNA Essentials, 48-port - 3 Year Term License 36.0 month(s) 3 EA $608.2800 $1,824.84 36 C9300-STACK- NONE No Stack Cable Selected N/A 3 EA $0.0000 $0.00 37 C9300-SPWR- NONE No Stack Power Cable Selected N/A 3 EA $0.0000 38 C9300-24U-E Catalyst 9300 24-port UPOE, Network Essentials N/A 2 EA $3,269.4900 $6,538.98 39 !,CON -SNIP 93002UE SNTC-24X7X4 Catalyst 9300 24-port UPOE Network Esse 60.0 month(s) 2 EA $1,304.0400 $2.608.08 4!J24 9300-NW-E- C9300 Network Essentials, 24 port license N/A 2 EA k0000 $0.00 Um;versa[ mage _ N/A 2 EA $0.0000 $0.00 42 PWR-CI- 7100WAC�� 7100W AC Config i Power Supply N/A 2 EA 43 PWR-CI- 1100WAC/2 1100W AC Cor `g ' Secondary Power Soppiy N/A EA $1,031.9000 $2,063.80 44 C9300-NM-8X Catalyst 9300 8 x IDLE Network Module N/A 2 EA $1384.9200 $2,769.84 45 CAB -TA -NA Nora^ America AC Tyce A Pcwei ab,e N/A 4 EA $0.0000 $0.00 46 C9300-STACK- NONE No Stack Cable Selected EA' $O.DDOQ $0.00 47 NONE C9300-SPWR- No Stack Power Cable Selected N/ A 2 EA $0.0000 $0.00 48 C9300-DNA-E- 24 C9300 DNA Essentials, 24-Port Term Licenses N/A 2 EA $0,0000 $0.00 49 IC 9300-DNA-E- 24-3Y C9300 DNA Essentials, 24-Port, 3 Year Term License 36.0 month(s) 2 EA $331.3000 $662.60 Subtotal: $101,214.48 Bid Schedule - Optional Refurbished Pricing It is the preference of the City to purchase new equipment, however as a means to achieve potential budget savings the City reserves the right to purchase refurbished equipment. The City reserves the right to award based on the lowest cost per item for all items on the bid, whether it be new or refurbished. Regardless, the City will award the bid based on the best interest of the City of Tamarac. Item item Description Service Duration Quantity Unit Unit Price Total 1 00- Catalyst 9300 48-port(12 mGig&36 2.5Gbps) Network Advantage N/A 2 XM-A L48 i2 N-SN-M- SNTC-24X7X4 Catalyst 9300 48-port(12 mGig36 2.5Gbps 60.0 Intl 2 EA $0.0000$0.00O48M 3 C9300-NW-A- C9300 Network Advantage, 48-port license N/A 2 EA $0.0000 Sax 48 4 S93000K9-166 CAT9300 Universal image N1A Z EA $0.0000 $0- 5 PWR-C1- 1100W AC Config 1 Power Supply N/A 2 EA $0.0000 1100WAC 6 PWR-Cl 110OW AC Config 1 Secondary Power Supply N/A 2 EA $0.0000 $(1.00 1100WAC/2 7 C9300-NM-8X JCataLyst 9300 8 x LOGE Network Module I N/A 12 j$0.0000 1$0.00 9 C9300 DNA- C9300 DNA Advantage, 48-Port Term Licenses N/A 2 EA $0.0000 $0.00 A-48 11 Cl-ADD- Cisco ONE Add -On Session Opt Out (No FulfilLment) N/A 2 EA $0.0000 $0.00 OPTOUT No Stack Power Cable Selected N/A 2 EA $0.0000 13 C9300-SPWR- NONE SNTC-24X7X4 Catalyst 9300 24-port mGq and UPOE, Net 600 month(s) 2 EA $0.0000 $0.00 15 CON -SNIP- C93024XU 17 59300UK9-166 CAT9300 Universal image 12 1$0.00 PWR-Cl- 1100W AC Config 1 Secondary Power Supply N/A 2 $0.0000 $0.00 19 1100WAC/2 CAB -TA -NA North America AC Type A Power Cable N/A 4 EA $0.0000 $0.00 21 C9300-SPWR- No Stack Power Cable Selected N/A 2 EA $0.0000 $0.00 23 NONE C9300-DNA C9300 DNA Advantage, 24-Port, 3 Year Term License 36.0 month(s) 2 EA $0.0000 $0.00 25 A-24-3Y CON-SNTP- SNTC-24X7X4 Catalyst 9300 48-port UPOE, Network Esse 600 month(s) 3 EA $0.0000 27 C93004UE N/A 3 EA j$0.0000 29 59300UK9-166 CAT9300 Universal image N/A 3 EA $0.0000 31 PWR-Cl- 1100W AC Config 1 Secondary Power Supply 1100WAC/2 N/A 6 EA $0.0000 $0.00 33 CAB -TA -NA North America AC Type A Power Cable C9300-DNA-E- C9300 DNA Essentials, 48-port - 3 Year Term License 36.0 month(s) 3 EA $0.0000 $0.00 35 48-3Y m� 37 C9300-SPWR- No Stack Power Cable Selected N/A 3 EA $0.0000 NONE 39 CON-SNTP- SNTC-24X7X4 Catalyst 9300 24-port UPOE, Network Esse 60.0 month(s) 2 EA $0.0000 C93002UE g` 41 59300UK9-166 CAT9300 Universal image N/A 2 EA $0.0000 $0.00 43 PWR-C1- 1100W AC Config 1 Secondary Power Supply N/Ag 2 EA $0.0000 $0.00 1100WAC/2 45 CAB -TA -NA North America AC Type A Power Cable N/A 4 EA $0.0000 $0.00 46 C9300-STACK­ No Stack Cable Selected N/A 2 EA $0.0DD0 $0.00 NONE 47 C9300-SPWR- No Stack Power Cable Selected N/A 2 EA $0.0000 $0.00 NONE 48 C9300-DNA-E- C9300 DNA Essentials, 24-Port Term Licenses N/A 2 EA $0.0000 $0.00 24 49 C9300-DNA-E- C9300 DNA Essentials, 24-Port, 3 Year Term License 36.0 month(s) 2 EA $0.0000 $0.00 24-3Y Subtotal: $0.00 Trade-in Credit Bid Questions Payment Terms: Provide terms and % (percent discount, if any, if payment made within the provided number of DAYS; otherwise, terms are NET 30 days. Please provide the 0% Net 30 number of days required to receive the percentage discount The City of Tamarac desires to have the ability to use a city credit card for payment. WiLL your firm accept a Visa credit Yes card as payment from the City of Tamarac? TYPE: YES or NO References REFERENCES Please List government agencies and/or private firms with whom you have done business during the last five years: Line Item - m fl. f A I contact Name _ Phone Number Email Address m City of Coral gables Nelson Gonzalez 305-460-5076 ngonzalez@coraLgables.com -- 2801 Salzedo St Coral Gables FL 33134 2 Jacksonville Sheriffs Office 501 E Bay St Jacksonvitle Randel Bennett 904-630-1069 randeLbennett@jaxsheriff.or FL 32202 9 3 Polk Counry 330 W CHURCH ST, Dave 000ran 863-534-5658 davepooran@polk- bartovw Hlorida 33830 county.net 4 a Department of 2555 SHUMARD-OAK- David Clark 850-413-9933 david.dark@em.myflorida.co BLVD TALLAHASSEE, FL m EEmerqencyManagement 323995 as County 315 COURT ST Robert SuLLivan 7274644786 rsullivan@pineLlascounty.org CLEARWATER, FL 33756 Documents It is your responsibility to make sure the uploaded file(s) is/are not defective or corrupted and are able to be opened and viewed by the Owner. If the attached fiLe(s) cannot be opened or viewed, your Bid CaLL Document may be rejected. • NON -COLLUSIVE AFFIDAVIT - CDWG NON COLLUSIVE AFFIDAVIT.pdf - Wednesday May 16, 201814:48:00 • CERTIFICATION - CDWG - CERTIFICATION.pdf - Wednesday May 16, 201814:50:56 • BIDDER'S QUALIFICATION STATEMENT - CDWG - BIDDER'S QUALIFICATION STATEMENT.pdf - Wednesday May 16, 201814:55:06 • VENDOR DRUG -FREE WORKPLACE - CDWG - VENDOR DRUG -FREE WORKPLACE.pdf - Wednesday May 16, 201814:56:30 • BID FORM - CDWG - BID FORM.pdf - Wednesday May 16, 201814:44:31 • CERTIFIED RESOLUTION - Matt Flood - CDWG - Appointment of Authorized Representative with Limited Signing Authority.pdf - Wednesday May 16, 201814:57:15 Addenda, Terms and Conditions General Terms and Conditions These general terms and conditions apply to aLL offers made to the City of Tamarac by aLL prospective Responding firms including but not Limited to Invitations for Bid, Requests for Quotation and Requests for Proposal. As such the words "quotation", "bid" and "proposal" may be used interchangeably in reference to all offers submitted by prospective Responding firms. Any and all special conditions in this IFB or any sample agreement document that may be in variance or conflict with these General Terms and Conditions shall have precedence over these General Terms and Conditions. If no changes or deletions to General Conditions are made in the Special Conditions, then the General Terms and Conditions shaLL prevail in their entirety. 1. SUBMISSION OF THE BID The Responding firm is directed to submit all bids online at: https://tamarac.bidsandtenders.orci/Module/Tenders/en no later than the date and time specified on the cover page of this solicitation document. Bids will not be considered and cannot be entered online after the above referenced closing date. The City will not be responsible for a late bid as a result of the vendor's inability to respond and upload their bid response in a timely manner. It is the Responding firm's responsibility to read and understand the requirements of this bid request. Unless otherwise specified, the Responding firm must use the bid form Located online for Invitation for Bid document. ALL bids shaLL be submitted in the English Language. All prices, terms and conditions bid in the submitted response shall be expressed in U.S. Dollars, and will be firm for acceptance for sixty (60) calendar days from the date of the bid opening unless otherwise stated by the City. The Responding firm preparing a bid in response to this solicitation shall bear all expenses associated with its preparation. The Responding firm shaLL prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for expenses related to its preparation. 2. TYPES OF SOLICITATIONS ISSUED BY THE BID Anytime the City releases a new solicitation it will contain a suffix of one of the following types: B = Invitation for Bid (ITB) R = Request for Proposal (RFP) L = Letter of interest (LOI) Q = Request for Qualifications (RFQ) FQ = Formal Quotation (RFFQ) IQ = Informal Quotation (RFIQ) HQ = Housing Quotation (RFHQ) This suffix will determine what type of solicitation the City will be procuring, 3. WITHDRAWAL OF BID Any Responding firm may withdraw its bid prior to the indicated opening time. The request for withdrawal must be completed online at https•//tamarac.bidsandtenders.org/Module/Tenders/en This must be requested prior to the bid opening date and time 4. NON -COLLUSIVE AFFIDAVIT Each Contractor shall complete the Non -Collusive Affidavit Form and shaLL submit this form with the bid/proposal. The City considers the failure of the Contractor to submit this document to be a major irregularity, and may be cause for rejection of the bid 5. CONFLICT OF INTEREST The award hereunder is subject to the provisions of Chapter 112 of the State of Florida Statutes. Responding firms shall disclose the name of any officer, director, partner, proprietor, associate or agent who is also a public officer or employee of the City or any of its agencies. 6. QUANTITIES Quantities shown are estimates only. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities or add or delete any item from the contract if it is determined that it best serves the interests of the City. 7. PRICES, PAYMENTS, DISCOUNTS & ELECTRONIC PAYMENTS Firm Pricing: Bid prices shaLL be fixed and firm to the extent required under Special Conditions. In the absence of a reference in the Special Conditions, pricing submitted shall be fixed and firm for a period of sixty (60) calendar days, or ninety (90) calendar days when the contract must be approved by another agency. Payment will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment; however, such discounts shaLL not be considered in determining the Lowest net cost for bid evaluation. Prompt Payment Discounts: Responding firms are encouraged to provide prompt payment terms in the space provided on the Bid Form. If no payment discount is offered, the Responding firm shall enter zero (0) for the percentage discount to indicate net 30 days. If the Responding firm does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. moment is deemed made on the date of the mailing of the check. All payments shall be governed by the Local Government Prompt Payment Act F S Chapter 218 (See link for more information) ****************IMPORTANT NOTE********************** Payments by Electronic Funds Transfer: ALL payments by the City will be made by Direct Deposit (ACH) via electronic funds transfer. Vendors must register for direct deposit with the City prior to receiving any payments by providing a "City of Tamarac Consent for Direct Deposit" form (ACH Form) to the City's Financial Services Accounting Division. The form may be accessed on the City of Tamarac web -site at https://tamarac,seamLessdoc5.com/f/DirectDeposit. Please contact the Purchasing & Contracts Division at the number shown on this solicitation document herein as the first point of contact for more information. 8. DELIVERY ALL items shall be delivered F.O.B. destination to a specific City address. All delivery costs and charges must be included in the bid price. The City reserves the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in 9. MANUFACTURER'S NAME & APPROVED EQUIVALENTS Manufacturer's name, trade name, brand name information and/or modeVcatalog numbers are used in these specifications for information and establishment of a quaLity level desired, and are not intended to restrict competition unless otherwise specified in the bid. The Responding firm may offer any brand which meets or exceeds the specifications for any item(s) unless the specification specifically requires the use of a certain brand or model to provide for compatibility with existing items already in place at the City. If bids are based on equivalent products, indicate on the bid form the manufacturer's name and modeVcataLog number. Responding firm shaLL submit compLete descriptive Literature and/or specifications with the bid. The burden of proof for specification compliance is solely on the Responding firm. The City reserves the right to be the sole judge of what is equal. and acceptable. Failure to provide this information within three (3) business days of the City's request may be grounds for bid disqualification. If Responding firm fails to name a substitute, it will be assumed that the Responding firm has submitted a bid which conforms in all aspects to the requirements of the bid document, and that the Responding firm intends to furnish goods identical to the bid standard. 10. SAMPLES AND DEMONSTRATIONS When requested, samples are to be furnished free of charge to the City. If a sample is requested it must be delivered within seven days of the request unless otherwise stated in the bid. Each sampLe must be marked with the Responding firm's name and manufacture's brand name. The City will not be responsible for returning samples. The City may request a full demonstration of any product or service before the award of a contract. ALL demonstrations will be done at the expense of the Responding firm. 11. BACKGROUND INVESTIGATION As a part of the Bid evaluation process, the City may conduct a background investigation including a criminal record check of Responding firm's officers and/or employees, by the Broward County Sheriff's Office. Responding firm's submission of a bid constitutes acknowledgement of and consent to such investigation. City shall be the sole judge in determining Responding firm's qualifications. 12. CONDITION OF MATERIALS ALL materials and products supplied by the Responding firm in conjunction with this bid shaLL be new, warranted for their merchantability, fit for a purpose, free from defects and consistent with industry standards. The products shaLL be delivered to the City in excellent condition. If any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Responding firm at no cost to the City. Successful. Responding firm shall furnish all guarantees and warranties to the Purchasing Division prior to final acceptance and payment. The warranty period that may be specified below shall commence upon final acceptance of the product. 13. COPYRIGHTS OR PATENT RIGHTS The Responding firm warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or seLLing the goods shipped or ordered because of this bid. The seller agrees to hold the City harmless from aLL liabiLity, loss or expense occasioned by any such violation. 14. SAFETY STANDARDS The Responding firm warrants that the product(s) supplied to the City conform with all respects to the standards set forth in the Occupational Safety and Health Act of 1970 as amended, and shall foLlow Chapter 442, Florida Statutes as well as any industry standards, if applicable. Any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered because of this order must be accompanied by a completed Material Safety Data Sheet (MSDS). 15. PERFORMANCE Failure on the part of the Quoting firm to comply with the conditions, terms, specifications and requirements of the bid shall be just cause for cancellation of the bid award; notwithstanding any additional requirements enumerated in the Special conditions herein relating to performance based contracting. The City may, by written notice to the Responding firm, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 16. INSPECTION The City shall have the right to inspect any materials, components, equipment, supplies, services or completed work specified herein. Any of said items not complying with these specifications are subject to rejection at the option of the City. Any items rejected shaLL be removed from the premises of the City and/or replaced at the entire expense of the successful vendor. 17. TERMINATION 17.1 DEFAULT: In addition to all other remedies available to the City, this Agreement shaLL be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall. continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 17.2 TERMINATION FOR CONVENIENCE OF CITY: Notwithstanding any additional requirements for performance based contracting contained in the special conditions herein, the final Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the City to the Contractor for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. If the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against Loss pertaining to this termination. 17.3 FUNDING OUT: This agreement shall remain in full force and effect only if the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on Lack of funding. 18. ASSIGNMENT The Responding firm shall not transfer or assign the performance required by this bid without the prior written consent of the City. Any award issued pursuant to this bid and monies that may become due hereunder are not assignable except with prior written approval of the City. No such approval will be construed as making the City a part of or to such assignment, or subjecting the City to liability of any kind to any assignee. No subcontract or assignment shall, under any circumstances, relieve the Contractor of its liability and obligation under this contract, and despite any such assignment, the City shall deal through the Contractor only. However, if the company is sold during the Life of the contract, the buying agent must provide the City with a letter signed by an officer of the new owner who can legally bind the company, stating that they will continue to perform the requirements of the contract in compliance with all the terms, conditions, and specifications so stated in the contract. 19. EMPLOYEES Employees of the Responding firm shall always be under its sole direction and not an employee or agent of the City. The Responding firm shall supply competent and physically capable employees. The City may require the Responding firm to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Responding firm shall be responsible to the City for all acts and omissions of all employees working under its direction. 20. NON-DISCRIMINATION & EQUAL OPPORTUNITY EMPLOYMENT During the performance of the Contract, the successful Contractor and its subcontractors shall not discriminate against any employee or applicant for employment because of race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity and expression, or disability if qualified. The Contractor will take affirmative action to ensure that employees and those of its subcontractors are treated during employment, without regard to their race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity or expression, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, Layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor and its subcontractors shall agree to post in conspicuous places, available to its employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that all subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 21. TAXES The City of Tamarac is exempt from all Federal, State, and LocaL taxes. An exemption certificate will be provided where applicable upon request. 22. OMISSION OF DETAILS Omission of any essential details from the terms or specifications contained herein will not relieve the Responding firm of supplying such product(s) as specified. 23. INSURANCE REQUIREMENTS Except for contract requirements where goods are drop -shipped to the City, responding firm agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and Local Laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Responding firm shall obtain at Responding firm's expense all necessary insurance in such form and amount as required by the City's Risk & Safety Officer before beginning work under this Agreement. Responding firm shaLL maintain such insurance in full force and effect during the Life of this Agreement. Responding firm shall provide to the City's Risk & Safety Officer certificates of all insurance required under this section prior to beginning any work under this Agreement. Responding firm shall indemnify and save the City harmless from any damage resulting to it for failure of either Responding firm or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage, which the Responding firm agrees to maintain during the term of this contract: The following are an example of the required types and minimum limits of insurance coverage, which the Bidder agrees to maintain during the term of this contract: The City reserves the right to require higher Limits depending upon the scope of work under this Agreement that may be outlined below Neither Responding firm nor any subcontractor shaLL commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Responding firm will ensure that aLL subcontractors will comply with the above guidelines and will maintain the necessary coverage throughout the term of this Agreement. ALL insurance carriers shall be rated at Least A-VII per A.M. Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days' notice prior to cancellation The Responding firm's Liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Responding Firm's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The Responding firm shall be responsible for the payment of aLL deductibles and self -insured retentions. The City may require that the Responding firm purchase a bond to cover the full amount of the deductible or self -insured retention. If the Responding firm is to provide professional services under this Agreement, the Responding firm must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "CLaims-Made" forms are acceptable for Professional Liability insurance. A sample Insurance certificate validating that the responding firm has the required insurance coverage that will meets the requirements outlined herein must be uploaded with Responding firm's bid. 24. INDEMNIFICATION The Responding firm shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, Liability, and expenses (including attorneys' fees) in connection with loss of Life, bodily or personal injury, or property damage, including Loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Responding firm or its Subcontractors, agents, officers, employees or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification agreement. 25. INDEPENDENT CONTRACTOR An Agreement resulting from this solicitation does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the successful Contractor is an independent contractor under this Agreement and not the City's employee for any purposes, including but not Limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance Law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under any potential Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. Any potential Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City, and the City will not be liable for any obligation incurred by Contractor, including but not Limited to unpaid minimum wages and/or overtime premiums. 26. CLARIFICATION & ADDENDA Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Detailed Specifications outlined in this quotation, the Special Conditions and/or the Detailed Specifications shall prevail. The Responding firm shall examine all bid documents and shalljudge aLL matters relating to the adequacy and accuracy of such documents. If, upon review, any material errors in specifications are found, the Responding firm shall contact the Purchasing & Contracts Division Office immediately. Any inquires, suggestions, requests concerning clarification, or requests for additional information shall be submitted online at https://tamarac.bidsandtenders orci/. The City of Tamarac reserves the right to amend this bid prior to the bid opening date indicated by written addenda. Written addenda shall serve as the sole means of clarification. The City shall not be responsible for oral interpretations given by any City employee or its representative. **** SPECIAL NOTE -- Addendums will only be issued electronically through the City's web -site. Vendors will be notified of the availability of new solicitations and addendums via a -mail (per the vendor's selected commodity choice). It is essential that all vendors receiving a bid or proposal download the document from the City's web -site. ALL bidders / proposers must visit htWs://tamarac.bidsandtenders.org/ to download bid documents. Bidders must create a New Account with the City's solicitation distribution partner, bids&tenders'"', and must select the commodity codes for which they wish to be notified. Upon selection of commodity codes and the completion of registration, bidders will receive electronic a -mail notifications any time new solicitations are uploaded for the specific commodity codes selected. The notifications will provide vendors a Link, allowing the vendor to download the package and receive all new addendums released by the City for that solicitation. It is the Contractor's responsibility to select the correct Commodity Code associated with what type of items or services they can provide to the City. Upon completion of the registration process, a confirming a -mail will be sent to the individual who registered. Addendums will be uploaded to the City's website but regardless of the means of transmission of an Addendum it is the responsibility of the bidder or proposer to ensure that they have received all addendums issued for a solicitation prior to submitting a response. Bidders shall be solely responsible for maintaining accurate contact data with the Bids and Tenders. The City shall under no circumstances be responsible for and errors or omissions in vendor's contact information on file with. Updates to contact information may be requested by contacting Bids and Tenders at support@bidsandtenders.org. 27. BID TABULATION When a IFB or bid Closes an unofficial bid, tab will be posted online at: https://tamarac.bidsandtenders orci Responding firms will be able to download the unofficial bid tabulation at the link provided directly above. The City may or may not notify unsuccessful Responding firms of contract awards. Pursuant to Florida Statute Chapter 119, Section 7(m), sealed bids and quotations or proposals received by an agency pursuant to invitations for bid or requests for proposals are exempt from the provisions of subsection (1) and s. 24(a), Art. I of the State Constitution until such time as the agency provides notice of a decision or intended decision pursuant to F.S. §120.57(3) (a), or within 30 days after bid/proposal opening, whichever is earlier. 28. RECORDS/AUDITS 28.1 The City of Tamarac is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shaLL A. Keep and maintain public records required by the City to perform the service; B. Upon request from the City's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. C. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the City. D. Upon completion of the contract, transfer, at no cost to the City, aLl public records in possession of the Contractor, or keep and maintain public records required by the City to perform the service. If the Contractor transfers aLL public records to the City upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. ALL records stored electronically must be provided to the City, upon request from the City's custodian of public records in a format that is compatible with the information technology systems of the City. 28.2 During the term of the contract, the Contractor shall maintain aLL books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or PaLm Beach Counties, all books of account, reports and records relating to this contract. 28.3 During the term of the contract, the Contractor shall maintain all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, aLL books of account, reports and records relating to this contract. 29. UNBALANCED BIDS When a unit price bid has variable or estimated quantities, and the bid shows evidence of unbalanced bid pricing, the City reserves the right to reject such bid. 30. UNIT PRICES Where a discrepancy between unit price and total price is indicated on a Responding firm's online submitted Schedule of Bid Prices or Price Proposal Form, the unit prices shall prevail. 31. VENUE Any Agreement resulting from this solicitation shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 32. FORM AGREEMENT DOCUMENT The City may attach as a part of this solicitation, a Form Agreement document. Responding firms shall be responsible for complying with aLLthe terms and conditions of the Form Agreement document if included herein, except where variant or conflicting language may be included in any Special Conditions contained herein. Responding firms shall note any deviation or variance with the Form Agreement document at the time of the online bid submission. 33. OTHER GOVERNMENTAL ENTITIES If a Responding firm is awarded a contract because of this Request for Quotation, responding firm will, if Responding firm has sufficient capacity or quantities available, provide to other governmental agencies, so requesting, the products or services awarded in accordance with the terms and conditions of the Request for Quotation and resulting contract. Prices shall be F.O.B. Destination to the requesting agency. 34. CUSTODIAN OF RECORDS IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK 7525 NW 88TH AVENUE ROOM 101 TAMARAC, FL 33321 (954) 597-3505 C ITYC LER K@TAMARAC.O RG W We (1), the undersigned, hereby agree to furnish the items)/service(s) described in the Request of Quotation. We (1) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Request for Quotation - Matt Flood, Proposals Supervisor The bidder shall declare any potential conflict of interest that could arise from bidding on this bid. Do you have a potential conflict of interest? * Yes * NO The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document Please check the box in the column "I have reviewed this addendum" below, to acknowledge each of the addenda. Addendum No. 3 1 Tue May 15 2018 04 55 PM 18-18131 Addendum No. 2 Thu May 3 201812 32 PM 18-18B Addendum No. 1 Tue April 17 201810 52 AM CITY OF TAMARAC INTEROFFICE MEMORANDUM FINANCIAL SERVICES DEPARTMENT PURCHASING DIVISION TO: Levent Sucuogtu, DATE: 05129/2018 Director of Information Technology Department FROM: Ann Marie Corbett, RE: BID NO.18-18 B - CISCO Buyer �Wk Network Infrastructure Replacement Recommendation: To Award to the low responsive bidder, CDW GOVERNMENT LLC for Bid No. 18-18 B - CISCO Network Infrastructure Replacement, for the City of Tamarac. (A.", After review by the Information Technology Department, we concur to recommend award to CDW GOVERNMENT LLC the tow responsive and responsible bidder, in the total bid amount of $101,214.48. After review of the bid documents by the Information Technology Department, we do not concur to recommend award to the low responsive and responsible bidder, CDW GOVERNMENT LLC. Specific and Detailed Reason(s) for Rejection. Attach further backup justification. Authortzed Sign Signature: Date: Return to: Ann Marie Corbett, Purchasing Division Attachments 4 - _ 7 i P ik' �! F rr — - 3` - Oil — — r, t 4�a i t y � a . 3 ppppprrr `',.IL•E."�L"i7tst'��FiFCG7 ' fiCCPC`Crf.7G5F+.CC7!